SLED Opportunity · FLORIDA · CITY OF LAUDERDALE LAKES

    Restroom Renovation Project (Northgate Park)

    Issued by City of Lauderdale Lakes
    cityRFQCity of Lauderdale LakesSol. 244601
    Closed
    STATUS
    Closed
    due Apr 3, 2026
    PUBLISHED
    Mar 12, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    City of Lauderdale Lakes seeks licensed firms for restroom renovation at Northgate Park. Bids due April 3, 2026, via eProcurement portal.

    Opportunity details

    Solicitation No.
    244601
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    March 12, 2026
    Due Date
    April 3, 2026
    NAICS Code
    236220AI guide
    State
    Florida
    Agency
    City of Lauderdale Lakes

    Description

    The City of Lauderdale Lakes is seeking qualified, experienced, and licensed firm(s) to provide Restroom Renovation Project (Northgate Park) in accordance with the terms, conditions and specifications contained in this Invitation To Bid (ITB). Bids will be due via the City's eProcurement portal at https://procurement.opengov.com/portal/lauderdalelakes on or before 10:00 am at Friday, May 1, 2026. Late Bids will not be accepted.

    Project Details

    • Reference ID: ITB26-6210-28B
    • Department: Public Works Administration
    • Department Head: Ronald Desbrunes (Director of Public Works)

    Important Dates

    • Questions Due: 2026-03-26T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-19T14:00:00.000Z — Lauderdale Lakes City Hall 4300 NW 36th Street Lauderdale Lakes, FL 33319 Gereffi Room, 2nd Floor

    Addenda

    • Addendum #1 (released 2026-03-23T15:37:58.368Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #2 (released 2026-03-26T16:59:26.756Z)
    • Addendum #3 (released 2026-03-27T19:50:58.233Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #4 (released 2026-04-10T15:32:32.110Z)
    • Addendum #5 (released 2026-04-10T19:17:18.695Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #6 (released 2026-04-10T19:31:24.426Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #7 (released 2026-04-13T20:07:15.752Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

      Please note the following changes to the solicitation documents: 

      - The due date for this bid has been extended to May 1st, 2026 at 10:00AM 
      - Updates to the Scope of Work
      - The General Conditions section has been added, with the Standard General Conditions remaining in affect as well 
      - Updates to conditions in the "Terms of Contract"

    Evaluation Criteria

    • ADDITIONAL TERMS AND CONDITIONS:

      No additional terms and conditions included with the response shall be evaluated or considered, have no force or effect, and are inapplicable to this response unless agreed to in writing by the City. It is understood and agreed that the conditions in these Solicitation Documents are the only conditions applicable to this solicitation and the Respondent's authorized signature on the Solicitation Form attests to this. 

    • ADDITIONAL TERMS AND CONDITIONS:

      No additional terms and conditions included with the response shall be evaluated or considered, have no force or effect, and are inapplicable to this response unless agreed to in writing by the City. It is understood and agreed that the conditions in these Solicitation Documents are the only conditions applicable to this solicitation and the Respondent's authorized signature on the Solicitation Form attests to this. 

    • ANNUAL APPROPRIATION:

      Any Contract issued is conditional upon the approval of the annual budget appropriations to implement the Contract. 

    • ANNUAL APPROPRIATION:

      Any Contract issued is conditional upon the approval of the annual budget appropriations to implement the Contract. 

    • ASSIGNMENT:

      Any Purchase Order or Contract issued pursuant to this solicitation and the monies which may become due hereunder are not assignable, in whole or part without prior consent and approval by the City Manager or designated representative. 

    • Scope of Services

      NORTHGATE PARK RESTROOM RENOVATION

      PROJECT LOCATION

      Northgate Park
      3555 West Oakland Park Blvd
      Oakland Park, Florida

      SCOPE OF WORK

      This Scope of Work covers the complete restroom renovation at Northgate Park, including Men’s and Women’s Restrooms. The project includes demolition, removal, and replacement of existing plumbing fixtures, accessories, lighting, ventilation, partitions, and related components, and installation of new fixtures as specified herein.

      The Contractor shall furnish all labor, materials, equipment, supervision, permits, coordination, testing, inspections, and cleanup required to deliver a complete, fully operational, and code-compliant installation.

      Work includes, but is not limited to:

      • Demolition and removal of all existing restroom fixtures, accessories, lighting, exhaust fans, partitions, and related components as required.
      • Furnishing and installing all new plumbing fixtures, valves, accessories, lighting fixtures, exhaust fans, electrical devices, and restroom partitions as specified.
      • Modifications to existing plumbing, electrical, and ventilation systems necessary to support the new installations.
      • Patch, repair, and restoration of all affected walls, ceilings, floors, and finishes to match existing conditions.
      • ADA compliance upgrades including fixtures, clearances, grab bars, and door requirements.
      • Testing, startup, and final cleanup of all systems prior to acceptance.

      All work shall comply with Florida Building Code, ADA requirements, NEC, and applicable Plumbing Codes.

      No substitutions shall be made without prior written approval from the City.

      HOW TO READ THIS SCOPE

      Each restroom area is presented in a tabular format identifying:

      • Specification / Description
      • Required Quantity (QTY)
      • Approved Model Number / Item Number
      • Comments or installation notes

      Contractors shall bid exactly as listed.

      ADDITIONAL REQUIRED WORK – ALL AREAS

      • Remove and properly dispose of all existing restroom fixtures, accessories, partitions, and equipment.
      • Patch, repair, and restore all affected walls, ceilings, and floors to match existing finishes.
      • Verify all field dimensions prior to installation.
      • Coordinate inspections and approvals with the City.
      • All door locks will have to be replaced and rekeyed to City code.
      • Epoxy flooring system, including epoxy cove base where applicable. (2way epoxy coating paint)
      • Please use Ghostshield Epoxy Max 100 (a 100% solids epoxy floor coating) for the bathroom floor. This is a professional-grade, fully waterproof epoxy system.
       

      3. GENERAL CONTRACTOR REQUIREMENTS

      • Quantities listed are minimum required.
      • Contractor shall verify existing site conditions prior to bidding.
      • All fixtures, lighting, and accessories shall be installed, tested, and fully operational prior to final acceptance.
      • Contractor shall include all demolition, installation, permits, inspections, and close-out documentation in the base bid.
      • The Contractor shall be responsible for obtaining all required permits and inspections necessary for completion of the work. All permit costs and associated fees shall be included in the Contractor’s base bid.

       

      The rest of this page is intentionally left blank.

    • ASSIGNMENT:

      Any Purchase Order or Contract issued pursuant to this solicitation and the monies which may become due hereunder are not assignable, in whole or part without prior consent and approval by the City Manager or designated representative. 

    • AWARD OF CONTRACT

      The CITY reserves the right to accept any Response or combination of Response alternates which, in the CITY'S judgement will best serve the CITY’S interest, reject any and all Responses, waive any and all informalities and/or irregularities, and disregard all nonconforming, nonresponsive, unbalanced or conditional Responses. Also, the CITY reserves the right to reject the Response of any RESPONDENT, if the CITY believes that it would not be in the best interest of the CITY to make an award to that RESPONDENT, whether because the Response is non-conforming, non-responsive, unqualified, of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the CITY.

      The Successful Contractor(s) shall not begin work until a Contract has been awarded by the City Commission (if required) and a notice to proceed has been issued. Contractor(s) agree and understand that the issuance of a Purchase Order and/or Task Order shall be issued and provided to the Contractor(s) following Commission award. 

    • AWARD OF CONTRACT

      The CITY reserves the right to accept any Response or combination of Response alternates which, in the CITY'S judgement will best serve the CITY’S interest, reject any and all Responses, waive any and all informalities and/or irregularities, and disregard all nonconforming, nonresponsive, unbalanced or conditional Responses. Also, the CITY reserves the right to reject the Response of any RESPONDENT, if the CITY believes that it would not be in the best interest of the CITY to make an award to that RESPONDENT, whether because the Response is non-conforming, non-responsive, unqualified, of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the CITY.

      The Successful Contractor(s) shall not begin work until a Contract has been awarded by the City Commission (if required) and a notice to proceed has been issued. Contractor(s) agree and understand that the issuance of a Purchase Order and/or Task Order shall be issued and provided to the Contractor(s) following Commission award. 

    • RESPONSE SUBMITTAL

      Responses are to be submitted electronically via the City's eProcurement portal at https://procurement.opengov.com/portal/lauderdalelakes.

      Responses by partnerships must be executed in the partnership name, signed by a partner, and accompanied by evidence of authority to sign. The name of the person executing the Solicitation Document shall be typed or printed below the signature. 

      Responses by corporations must be executed in the corporate name by the president, vice-president or other corporate officer, attested by the secretary of the corporation and accompanied by evidence of authority to sign. The name of the person executing the Solicitation Document and state of incorporation shall be typed or printed below the signature. Respondents are required to acknowledge receipt of all Addenda (if applicable) with their submittals. 

    • RESPONSE SUBMITTAL

      Responses are to be submitted electronically via the City's eProcurement portal at https://procurement.opengov.com/portal/lauderdalelakes.

      Responses by partnerships must be executed in the partnership name, signed by a partner, and accompanied by evidence of authority to sign. The name of the person executing the Solicitation Document shall be typed or printed below the signature. 

      Responses by corporations must be executed in the corporate name by the president, vice-president or other corporate officer, attested by the secretary of the corporation and accompanied by evidence of authority to sign. The name of the person executing the Solicitation Document and state of incorporation shall be typed or printed below the signature. Respondents are required to acknowledge receipt of all Addenda (if applicable) with their submittals. 

    • BID SECURITY

      Each Bid must be accompanied by a Bid security made payable to the City of Lauderdale Lakes in an amount of five percent (5%) of the BIDDER’s maximum Bid price and in the form of a certified check or cashier’s check drawn upon any State or National Bank of  Florida or a Bid Bond issued by a surety meeting the requirements of the above Paragraph of the General Conditions. Said check or Bid Bond shall be made payable to the City and shall be given as a guarantee that BIDDER, upon receipt of Notice of Tentative Award of the contract, will enter into the Contract with the City, and furnish the necessary documents including, but not limited to: insurance certificates, Payment Bond and Performance Bond (if applicable); each of the said Bonds to be in the amount stated on the Invitation to Bid.

      The Bid Security of the SUCCESSFUL BIDDER will be retained until such BIDDER has executed the Construction Contract and furnished the required contract security whereupon the Bid Security will be returned. If the apparent SUCCESFUL BIDDER fails to execute and deliver the Construction Contract and furnish the required contract security within fifteen (15) calendar days after the Notice of Tentative Award, which is issued prior to City Commission award of Construction Contract, the City may annul the Notice of Tentative Award, and the Bid security of that BIDDER will be forfeited. The City may then accept the Bid of the next lowest responding BIDDER, or re-advertise for bids. If the Bid of the next lowest BIDDER is accepted, this acceptance shall bind such BIDDER as though it was the original SUCCESFUL BIDDER. There shall be no binding contract until such time as the City accepts the Construction Contract and makes final award of the contract. The Bid Security of other BIDDERS whom City believe to have a reasonable chance of receiving the award may be retained by the City until the earlier of the seventh day after the effective date of the Construction Contract or the ninety-first day after the Bid opening, whereupon Bid security furnished by such BIDDERS will be returned. Bid Security with Bids which are not competitive or responsive will be returned upon award of the Bid.

    • BID SECURITY

      Each Bid must be accompanied by a Bid security made payable to the City of Lauderdale Lakes in an amount of five percent (5%) of the BIDDER’s maximum Bid price and in the form of a certified check or cashier’s check drawn upon any State or National Bank of  Florida or a Bid Bond issued by a surety meeting the requirements of the above Paragraph of the General Conditions. Said check or Bid Bond shall be made payable to the City and shall be given as a guarantee that BIDDER, upon receipt of Notice of Tentative Award of the contract, will enter into the Contract with the City, and furnish the necessary documents including, but not limited to: insurance certificates, Payment Bond and Performance Bond (if applicable); each of the said Bonds to be in the amount stated on the Invitation to Bid.

      The Bid Security of the SUCCESSFUL BIDDER will be retained until such BIDDER has executed the Construction Contract and furnished the required contract security whereupon the Bid Security will be returned. If the apparent SUCCESFUL BIDDER fails to execute and deliver the Construction Contract and furnish the required contract security within fifteen (15) calendar days after the Notice of Tentative Award, which is issued prior to City Commission award of Construction Contract, the City may annul the Notice of Tentative Award, and the Bid security of that BIDDER will be forfeited. The City may then accept the Bid of the next lowest responding BIDDER, or re-advertise for bids. If the Bid of the next lowest BIDDER is accepted, this acceptance shall bind such BIDDER as though it was the original SUCCESFUL BIDDER. There shall be no binding contract until such time as the City accepts the Construction Contract and makes final award of the contract. The Bid Security of other BIDDERS whom City believe to have a reasonable chance of receiving the award may be retained by the City until the earlier of the seventh day after the effective date of the Construction Contract or the ninety-first day after the Bid opening, whereupon Bid security furnished by such BIDDERS will be returned. Bid Security with Bids which are not competitive or responsive will be returned upon award of the Bid.

    • BONDING

      Prior to commencing work, the CONTRACTOR shall execute and furnish to CITY a performance bond and a payment bond, in a form approved by the CITY and as provided by state law, each 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 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+.

      The penal sum stated in each bond shall be the amount equal to the total amount payable under the terms of this Agreement. The performance bond shall be conditioned that the CONTRACTOR performs the contract in the time and manner prescribed in the Agreement. The payment bond shall be conditioned that the CONTRACTOR promptly makes payments to all persons who supply the CONTRACTOR with labor, materials and supplies used directly or indirectly by the CONTRACTOR in the performance of the Work provided for in this Agreement and any change orders and shall provide that the surety shall pay the amount not exceeding the sum provided in the bonds, together with interest at the maximum rate allowed by law and that the CONTRACTOR and surety shall indemnify and hold harmless the CITY to the extent of any and all payments in connection with the performance of this Agreement which the CITY may be required to make by law.

      Pursuant to the requirements of Section 255.05(1) (a), Florida Statutes, the CONTRACTOR shall record the payment and performance bonds in the public records of Broward County, at its own expense. 

    • BONDING

      Prior to commencing work, the CONTRACTOR shall execute and furnish to CITY a performance bond and a payment bond, in a form approved by the CITY and as provided by state law, each 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 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+.

      The penal sum stated in each bond shall be the amount equal to the total amount payable under the terms of this Agreement. The performance bond shall be conditioned that the CONTRACTOR performs the contract in the time and manner prescribed in the Agreement. The payment bond shall be conditioned that the CONTRACTOR promptly makes payments to all persons who supply the CONTRACTOR with labor, materials and supplies used directly or indirectly by the CONTRACTOR in the performance of the Work provided for in this Agreement and any change orders and shall provide that the surety shall pay the amount not exceeding the sum provided in the bonds, together with interest at the maximum rate allowed by law and that the CONTRACTOR and surety shall indemnify and hold harmless the CITY to the extent of any and all payments in connection with the performance of this Agreement which the CITY may be required to make by law.

      Pursuant to the requirements of Section 255.05(1) (a), Florida Statutes, the CONTRACTOR shall record the payment and performance bonds in the public records of Broward County, at its own expense. 

    • CLEAN AIR ACT AND FEDERAL POLLUTION CONTROL ACT

      CONTRACTOR shall 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). 

    • CLEAN AIR ACT AND FEDERAL POLLUTION CONTROL ACT

      CONTRACTOR shall 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). 

    • COORDINATION

      The Contractor shall notify all utilities, transportation department, etc., in writing, with a copy to the Public Works Director before construction is started and shall coordinate his Work with them. The Contractor shall cooperate with the owners of any underground or overhead utility lines in their removal, construction and rearrangement operations in order that services rendered by these parties will not be unnecessarily interrupted.

      The Contractor shall arrange his Work and dispose of his materials so as to not interfere with the operation of other Contractors engaged upon adjacent work and to join his Work to that of others in a proper manner and to perform his Work in the proper sequence in relation to that of other Contractors all as may be directed by the Public Works Director. Each Contractor shall be responsible for any damage done by him or his agents to the work performed by another Contractor.

      The Contractor shall contact the Broward County Transportation Department and the Florida Department of Transportation, as applicable, to verify and obtain location of any and all traffic conduits, loops, and street light underground services. 

    • COORDINATION

      The Contractor shall notify all utilities, transportation department, etc., in writing, with a copy to the Public Works Director before construction is started and shall coordinate his Work with them. The Contractor shall cooperate with the owners of any underground or overhead utility lines in their removal, construction and rearrangement operations in order that services rendered by these parties will not be unnecessarily interrupted.

      The Contractor shall arrange his Work and dispose of his materials so as to not interfere with the operation of other Contractors engaged upon adjacent work and to join his Work to that of others in a proper manner and to perform his Work in the proper sequence in relation to that of other Contractors all as may be directed by the Public Works Director. Each Contractor shall be responsible for any damage done by him or his agents to the work performed by another Contractor.

      The Contractor shall contact the Broward County Transportation Department and the Florida Department of Transportation, as applicable, to verify and obtain location of any and all traffic conduits, loops, and street light underground services. 

    • CONFLICT OF INTEREST

      All RESPONDENTS must disclose with their Response the name of each of its employees, agents, or relatives who are employees of the CITY. Further, all RESPONDENTS must disclose the name of any CITY employee known to it, who owns, directly or indirectly, any interest in the RESPONDENT’S firm or any of its affiliated companies.

    • CONFLICT OF INTEREST

      All RESPONDENTS must disclose with their Response the name of each of its employees, agents, or relatives who are employees of the CITY. Further, all RESPONDENTS must disclose the name of any CITY employee known to it, who owns, directly or indirectly, any interest in the RESPONDENT’S firm or any of its affiliated companies.

    • CONTRACT EXTENSION

      The City reserves the right to automatically extend any Contract for up to ninety (90) calendar days beyond the stated Contract term, under the same terms and conditions of said Contract. The City shall notify the Successful Respondent in writing of such extensions. Additional extensions over the first ninety (90) day extension may occur, if the City and the Successful Respondent are in mutual agreement of such extensions. 

    • CONTRACT EXTENSION

      The City reserves the right to automatically extend any Contract for up to ninety (90) calendar days beyond the stated Contract term, under the same terms and conditions of said Contract. The City shall notify the Successful Respondent in writing of such extensions. Additional extensions over the first ninety (90) day extension may occur, if the City and the Successful Respondent are in mutual agreement of such extensions. 

    • COMPLIANCE WITH FEDERAL LAWS, REGULATIONS AND EXECUTIVE ORDERS

      Respondents are required to comply with all provisions of federal, state, county and local laws, ordinances rules and regulations that are applicable to the services being offered in the Solicitation. Lack of knowledge of the Respondent shall in no way be a cause for relief from responsibility. 

    • COMPLIANCE WITH FEDERAL LAWS, REGULATIONS AND EXECUTIVE ORDERS

      Respondents are required to comply with all provisions of federal, state, county and local laws, ordinances rules and regulations that are applicable to the services being offered in the Solicitation. Lack of knowledge of the Respondent shall in no way be a cause for relief from responsibility. 

    • DAVIS-BACON ACT

      CONTRACTOR shall comply with the computation of wages for mechanics and laborers in accordance with 40 U.S.C. §§ 3702 and 3704 and supplements of 29 C.F.R Part 5. 

    • DAVIS-BACON ACT

      CONTRACTOR shall comply with the computation of wages for mechanics and laborers in accordance with 40 U.S.C. §§ 3702 and 3704 and supplements of 29 C.F.R Part 5. 

    • DEBARRED OR SUSPENDED BIDDERS OR PROPOSERS

      The respondent certifies, by submission of a response to this solicitation, that neither it nor its principals and subcontractors are presently debarred or suspended by any Federal department or agency. 

    • DEBARRED OR SUSPENDED BIDDERS OR PROPOSERS

      The respondent certifies, by submission of a response to this solicitation, that neither it nor its principals and subcontractors are presently debarred or suspended by any Federal department or agency. 

    • DELETION/OVERSIGHT/MISSTATEMENT

      Any deletion, oversight or misstatement of the Specifications shall not release the Respondent from the responsibility of supplying complete and fully operational units, together with all appurtenances necessary for unrestricted operation as determined by the City in its sole discretion. 

    • DELETION/OVERSIGHT/MISSTATEMENT

      Any deletion, oversight or misstatement of the Specifications shall not release the Respondent from the responsibility of supplying complete and fully operational units, together with all appurtenances necessary for unrestricted operation as determined by the City in its sole discretion. 

    • DUST PREVENTION

      The Contractor shall, by means of a water spray, or temporary asphalt pavement, take all necessary precautions to prevent or abate a dust nuisance arising from dry weather or Work in an incomplete stage. All costs of this Work shall be included in cost of other parts of the Work.

      Should the Contractor fail to abate a dust nuisance by the above methods, and then he will be required to immediately construct temporary patches per City standards.

    • DUST PREVENTION

      The Contractor shall, by means of a water spray, or temporary asphalt pavement, take all necessary precautions to prevent or abate a dust nuisance arising from dry weather or Work in an incomplete stage. All costs of this Work shall be included in cost of other parts of the Work.

      Should the Contractor fail to abate a dust nuisance by the above methods, and then he will be required to immediately construct temporary patches per City standards.

    • ELECTRONIC SOLICITATION OPENING

      Please be advised that effective immediately, and until further notice, all Invitation to Bids, Request For Proposals, Request For Qualifications, and other solicitations led by the City of Lauderdale Lakes will be opened electronically via https://procurement.opengov.com/portal/lauderdalelakes at the date and time indicated on the solicitation. All openings will be held on the https://procurement.opengov.com/portal/lauderdalelakes platform. Once the solicitation is opened virtually, the bid tabulations may be viewed immediately on a computer, laptop, cell phone, or any other device with Wi-Fi access. The virtual opening may also be viewed in real time via the Zoom link in the timeline of the solicitation.

    • ELECTRONIC SOLICITATION OPENING

      Please be advised that effective immediately, and until further notice, all Invitation to Bids, Request For Proposals, Request For Qualifications, and other solicitations led by the City of Lauderdale Lakes will be opened electronically via https://procurement.opengov.com/portal/lauderdalelakes at the date and time indicated on the solicitation. All openings will be held on the https://procurement.opengov.com/portal/lauderdalelakes platform. Once the solicitation is opened virtually, the bid tabulations may be viewed immediately on a computer, laptop, cell phone, or any other device with Wi-Fi access. The virtual opening may also be viewed in real time via the Zoom link in the timeline of the solicitation.

    • EMPLOYEES

      Employees of the Contractor shall at all times be under its sole direction and not be an employee or agent of the City. The Contractor shall supply competent employees. The City may require the Contractor to remove an employee or subcontractor it deems careless, incompetent, insubordinate or otherwise objectionable without any cost to the City or without any increase in Contract Price. Contractor shall be responsible to the City for the acts and omissions of all employees working under its directions whether or not the actions taken go beyond the normal scope of employment. 

    • EMPLOYEES

      Employees of the Contractor shall at all times be under its sole direction and not be an employee or agent of the City. The Contractor shall supply competent employees. The City may require the Contractor to remove an employee or subcontractor it deems careless, incompetent, insubordinate or otherwise objectionable without any cost to the City or without any increase in Contract Price. Contractor shall be responsible to the City for the acts and omissions of all employees working under its directions whether or not the actions taken go beyond the normal scope of employment. 

    • EQUAL EMPLOYMENT OPPORTUNITY

      CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. To include any revisions and/or amendments to the 41 C.F.R, 60-1.4(b), in accordance with Executive Order 11246, Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal employment Opportunity, and implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). 

    • EQUAL EMPLOYMENT OPPORTUNITY

      CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. To include any revisions and/or amendments to the 41 C.F.R, 60-1.4(b), in accordance with Executive Order 11246, Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal employment Opportunity, and implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). 

    • EXPENSES

      Neither the CITY nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this Solicitation. All expenses in the preparation of this Solicitation are the sole responsibility of the Respondent. All Submittals should be prepared to provide a straightforward and concise description of the Respondent's qualifications and ability to meet the requirements of the Solicitation. 

    • EXPENSES

      Neither the CITY nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this Solicitation. All expenses in the preparation of this Solicitation are the sole responsibility of the Respondent. All Submittals should be prepared to provide a straightforward and concise description of the Respondent's qualifications and ability to meet the requirements of the Solicitation. 

    • FLORIDA TRENCH SAFETY ACT COMPLIANCE

      In the event this contract requires trench excavation, the requirement of Fla. Stat. 553.60, et seq., shall be adhered to by all RESPONDENTS. Every RESPONDENT shall provide a certification on the form provided and other required documentation.

    • FLORIDA TRENCH SAFETY ACT COMPLIANCE

      In the event this contract requires trench excavation, the requirement of Fla. Stat. 553.60, et seq., shall be adhered to by all RESPONDENTS. Every RESPONDENT shall provide a certification on the form provided and other required documentation.

    • FACILITIES

      The City reserves the right to make a pre-award inspection of the Respondent's facilities and equipment prior to award of agreement. City reserves the right to consider history of citations and/or violations of environmental regulations in determining a Respondent's responsibility, and further reserves the right to declare a Respondent not responsible if history of violations warrant such a determination. 

    • FACILITIES

      The City reserves the right to make a pre-award inspection of the Respondent's facilities and equipment prior to award of agreement. City reserves the right to consider history of citations and/or violations of environmental regulations in determining a Respondent's responsibility, and further reserves the right to declare a Respondent not responsible if history of violations warrant such a determination. 

    • INDEMNIFICATION

      Respondent agrees to protect, defend, indemnify, and hold harmless the City, its employees, representatives, and elected officials from any and all claims and liabilities including all attorney’s fees and court costs, including appeals, for which the City, its employees, representatives, and elected officials can or may be held liable as a result of injury (including death) to persons or damage to property occurring by reason of any negligence, recklessness, or intentional wrongful misconduct of the Respondent, its employees, or agents, arising out of or connected with this Contract. The Respondent shall not be required to indemnify the City or its agents, employees, representatives, or elected officials when an occurrence results solely from the wrongful acts or omissions of the City, or its agents, employees or representatives.

      The parties agree that one per cent (1%) of the total compensation paid to the Respondent for performance of this Contract shall represent the specific consideration for the Respondent’s indemnification of the Owner.

      It is the specific intent of the parties hereto that the foregoing indemnification complies with F.S. 725.06 (Chapter 725). It is further the specific intent and agreement of the parties that all of the Contract Documents on this Project are hereby amended to include the foregoing indemnification and the “Specific Consideration” therefore.

    • INDEMNIFICATION

      Respondent agrees to protect, defend, indemnify, and hold harmless the City, its employees, representatives, and elected officials from any and all claims and liabilities including all attorney’s fees and court costs, including appeals, for which the City, its employees, representatives, and elected officials can or may be held liable as a result of injury (including death) to persons or damage to property occurring by reason of any negligence, recklessness, or intentional wrongful misconduct of the Respondent, its employees, or agents, arising out of or connected with this Contract. The Respondent shall not be required to indemnify the City or its agents, employees, representatives, or elected officials when an occurrence results solely from the wrongful acts or omissions of the City, or its agents, employees or representatives.

      The parties agree that one per cent (1%) of the total compensation paid to the Respondent for performance of this Contract shall represent the specific consideration for the Respondent’s indemnification of the Owner.

      It is the specific intent of the parties hereto that the foregoing indemnification complies with F.S. 725.06 (Chapter 725). It is further the specific intent and agreement of the parties that all of the Contract Documents on this Project are hereby amended to include the foregoing indemnification and the “Specific Consideration” therefore.

    • INSURANCE

      Proposals will be considered from qualified firms or individuals that have successfully completed a minimum of three (3) projects of similar scope over the past five (5) years, in the state of Florida. Proposer must include this experience in its submittal. Also, the firm must have a sufficient number of staff to complete the work in the time required and in accordance with the specifications in the Scope of Work. (See above section)

    • INSURANCE

      If the Contractor is required to go on to City property to perform work or services as a result of Solicitation award, the Contractor shall assume full responsibility and expense to obtain all necessary insurance as required by City or specified in Special Conditions.

      The Contractor shall provide to the Purchasing Division original certificates of coverage and receive notification of approval of those certificates by the City’s Risk Manager prior to engaging in any activities under this contract. The Contractors insurance is subject to the approval of the City’s Risk Manager. The certificates must list the City as an ADDITIONAL INSURED for General Liability Insurance, and shall have no less than thirty (30) days written notice of cancellation or material change. Further modification of the insurance requirements may be made at the sole discretion of the City’s Risk Manager if circumstances change or adequate protection of the City is not presented. Bidder, by submitting the bid, agrees to abide by such modifications.

      Comprehensive or Commercial General Liability – Minimum Limits of total coverage shall be $2,000,000 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability, the basic policy to be in said form with any excess coverage (and the carrier) to meet $2,000,000 minimum to be acceptable to the CITY.

      Commercial/Business Auto Policy - Minimum limit of $1,000,000 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability for owned vehicles, hired and non-owned vehicles; employee  non-ownership

      Workers Compensation and Employer’s Liability - Coverage to apply for all employees for Statutory Limits in compliance with the applicable State and Federal laws. CONTRACTOR shall require each SUB- CONTRACTOR similarly to maintain workers compensation during the term of the Contract and up to the date of final acceptance. CONTRACTOR shall defend, indemnify and save the CITY harmless from any damage resulting to them for failure of either CONTRACTOR or any SUB- CONTRACTOR to take out or maintain such insurance.

    • INTERPRETATIONS

      All Respondents shall carefully examine the Solicitation Documents. Any ambiguities or inconsistencies shall be brought to the attention of the City in writing prior to the opening of Submitals; failure to do so on the part of the Respondent will constitute an acceptance by the Respondent of any subsequent decision by the City. Any questions concerning the intent, meaning and interpretations of the Solicitation Documents shall be requested in writing, and received by the City at least fourteen (14) days prior to the Solicitation Opening. Inquiries shall be addressed to the Purchasing Agent. No person is authorized to give oral interpretations of, or make oral changes to the Solicitation. Therefore, oral statements given before the solicitation opening will not be binding. Any interpretation of, or changes to the solicitation will be made in the form of a written Addendum to the solicitation and will be furnished to all Respondents. Receipt of all addenda shall be acknowledged by the Respondents with their electronic submital. 

    • INTERPRETATIONS

      All Respondents shall carefully examine the Solicitation Documents. Any ambiguities or inconsistencies shall be brought to the attention of the City in writing prior to the opening of Submitals; failure to do so on the part of the Respondent will constitute an acceptance by the Respondent of any subsequent decision by the City. Any questions concerning the intent, meaning and interpretations of the Solicitation Documents shall be requested in writing, and received by the City at least fourteen (14) days prior to the Solicitation Opening. Inquiries shall be addressed to the Purchasing Agent. No person is authorized to give oral interpretations of, or make oral changes to the Solicitation. Therefore, oral statements given before the solicitation opening will not be binding. Any interpretation of, or changes to the solicitation will be made in the form of a written Addendum to the solicitation and will be furnished to all Respondents. Receipt of all addenda shall be acknowledged by the Respondents with their electronic submital. 

    • LOCAL PREFERENCE

      Any qualified local business shall receive bidding preferences pursuant to Section 82-356 (l) of the CITY’s Code of Ordinances, which states:

      “If a qualified local business submits a response to either an inquiry made pursuant to informal competitive conditions or a formal solicitation as required in Section 82-356 of the code, and the original Response of the qualified local business is within twenty percent (20%) of the low Response, then the CITY shall give the qualified local business the opportunity to meet the price of the low Response. The order of preference by which the qualified local business shall be given the opportunity to match the low Response shall be from the lowest to the highest Response, as long as the initial Response was within twenty percent (20%) of the low Response.” 

    • LOCAL PREFERENCE

      Any qualified local business shall receive bidding preferences pursuant to Section 82-356 (l) of the CITY’s Code of Ordinances, which states:

      “If a qualified local business submits a response to either an inquiry made pursuant to informal competitive conditions or a formal solicitation as required in Section 82-356 of the code, and the original Response of the qualified local business is within twenty percent (20%) of the low Response, then the CITY shall give the qualified local business the opportunity to meet the price of the low Response. The order of preference by which the qualified local business shall be given the opportunity to match the low Response shall be from the lowest to the highest Response, as long as the initial Response was within twenty percent (20%) of the low Response.” 

    • MINIMUM QUALIFICATIONS

      To be eligible for award of a contract in response to this solicitation, the Respondent must demonstrate that they have successfully completed services, as specified in the Technical Specifications / Scope of Services section of this solicitation, are normally and routinely engaged in performing such services for a minimum of three (3) years, and are properly and legally licensed to perform such work. In addition, the Respondent must have no conflict of interest with regard to any other work performed by the Respondent for the City of Lauderdale Lakes.

    • MINIMUM QUALIFICATIONS

      To be eligible for award of a contract in response to this solicitation, the Respondent must demonstrate that they have successfully completed services, as specified in the Technical Specifications / Scope of Services section of this solicitation, are normally and routinely engaged in performing such services for a minimum of three (3) years, and are properly and legally licensed to perform such work. In addition, the Respondent must have no conflict of interest with regard to any other work performed by the Respondent for the City of Lauderdale Lakes.

    • MODIFICATION OF SUBMITTAL

      Respondents may go to the City's eProcurement portal at https://procurement.opengov.com/portal/lauderdalelakes and unsubmit their response in order to modify or withdraw it, prior to the Solicitation Closing Date & Time. No modifications of an Response shall be accepted after the Solicitation Closing Date & Time. Please remember to submit the response again if modifying it.

    • MODIFICATION OF SUBMITTAL

      Respondents may go to the City's eProcurement portal at https://procurement.opengov.com/portal/lauderdalelakes and unsubmit their response in order to modify or withdraw it, prior to the Solicitation Closing Date & Time. No modifications of an Response shall be accepted after the Solicitation Closing Date & Time. Please remember to submit the response again if modifying it.

    • NO EXCLUSIVE CONTRACT

      Respondent agrees and understands that the contract shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services from another vendor at the City’s sole option. 

    • NO EXCLUSIVE CONTRACT

      Respondent agrees and understands that the contract shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services from another vendor at the City’s sole option. 

    • NON-COLLUSION

      Every RESPONDENT shall provide an affidavit on the form provided indicating that it has not divulged, discussed or compared its Response with other RESPONDENTS and has not colluded with any other RESPONDENT or parties to a Response whatsoever. (Note: Premiums, rebates or gratuities are not permitted with, prior to, or after any delivery of material.) Any such violation will result in the cancellation and/or return of materials (as applicable) as being non-conforming and removal from the CITY’S Vendor list(s). 

    • NON-COLLUSION

      Every RESPONDENT shall provide an affidavit on the form provided indicating that it has not divulged, discussed or compared its Response with other RESPONDENTS and has not colluded with any other RESPONDENT or parties to a Response whatsoever. (Note: Premiums, rebates or gratuities are not permitted with, prior to, or after any delivery of material.) Any such violation will result in the cancellation and/or return of materials (as applicable) as being non-conforming and removal from the CITY’S Vendor list(s). 

    • PAYMENT/INVOICES

      Payment terms will be considered to be net 30 days after the date of satisfactory delivery at the place of acceptance and receipt of correct invoice at the office specified, whichever occurs last, in accordance with the Florida Local Government Prompt Payment Act. Respondent may offer cash discounts for prompt payment but they will not be considered in determination of award.

    • PAYMENT/INVOICES

      Payment terms will be considered to be net 30 days after the date of satisfactory delivery at the place of acceptance and receipt of correct invoice at the office specified, whichever occurs last, in accordance with the Florida Local Government Prompt Payment Act. Respondent may offer cash discounts for prompt payment but they will not be considered in determination of award.

    • PAYMENT METHOD

      The City requires all vendors to receive payment by electronic funds transfer (EFT). This allows you as a vendor of the City of Lauderdale Lakes to receive your payment fast and safely. Accordingly, firms must presently have the ability to accept electronic funds transfer payments or take whatever steps necessary to implement acceptance before the commencement of a contract. EFT application is provided in the Vendor Registration Application. 

      The City is further transitioning to vendor payments using the Purchasing Card (P-Card) Program utilizing the MASTERCARD and VISA networks. Purchases from this contract will be eventually made utilizing the City’s Purchasing Card. Contractors will receive payment from the purchasing card in the same manner as other credit card purchases. Once fully implemented, the City will provide a deadline or window in which Contractors must have the ability to accept credit card payments. Note that any costs associated with the participation in this payment program shall be borne by the Contractor. The City reserves the right to revise this program as necessary.

    • PAYMENT METHOD

      The City requires all vendors to receive payment by electronic funds transfer (EFT). This allows you as a vendor of the City of Lauderdale Lakes to receive your payment fast and safely. Accordingly, firms must presently have the ability to accept electronic funds transfer payments or take whatever steps necessary to implement acceptance before the commencement of a contract. EFT application is provided in the Vendor Registration Application. 

      The City is further transitioning to vendor payments using the Purchasing Card (P-Card) Program utilizing the MASTERCARD and VISA networks. Purchases from this contract will be eventually made utilizing the City’s Purchasing Card. Contractors will receive payment from the purchasing card in the same manner as other credit card purchases. Once fully implemented, the City will provide a deadline or window in which Contractors must have the ability to accept credit card payments. Note that any costs associated with the participation in this payment program shall be borne by the Contractor. The City reserves the right to revise this program as necessary.

    • PAYMENT SCHEDULE

      Payments will be based on a schedule of payment to be developed upon award of this Contract. In addition, the City reserves the right to inspect records supporting the Contractor’s billings.

    • PAYMENT SCHEDULE

      Payments will be based on a schedule of payment to be developed upon award of this Contract. In addition, the City reserves the right to inspect records supporting the Contractor’s billings.

    • PERMITS, TAXES, LICENSES

      The successful Contractor shall, at their own expense, obtain all necessary permits, pay all licenses, fees and taxes, required to comply with all local ordinances, state and federal laws, rules and regulations applicable to business to be carried out under this contract. 

    • PERMITS, TAXES, LICENSES

      The successful Contractor shall, at their own expense, obtain all necessary permits, pay all licenses, fees and taxes, required to comply with all local ordinances, state and federal laws, rules and regulations applicable to business to be carried out under this contract. 

    • PROCUREMENT OF RECOVERED MATERIALS

      CONTRACTOR must comply with Section 6002 of the Solid Waste Disposal Act, Pub. L. No. 89-272 (1965) (codified as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962). During the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA - designated items unless the product cannot be acquired.

    • PROCUREMENT OF RECOVERED MATERIALS

      CONTRACTOR must comply with Section 6002 of the Solid Waste Disposal Act, Pub. L. No. 89-272 (1965) (codified as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962). During the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA - designated items unless the product cannot be acquired.

    • PLACING BARRICADES AND WARNING LIGHTS

      The Contractor shall furnish and place, at his own expense, all barricades, warning lights, automatic blinker lights and such devices necessary to properly protect the work and vehicular and pedestrian traffic. Should the Contractor fail to erect or maintain such barricades, warning lights, etc., the Public Works Director may, after 24 hours’ notice to the Contractor, proceed to have such barricades and warning lights placed and maintained by City or other forces and all costs incurred thereof charged to the Contractor and may be retained by the City from any monies due, or to become due, to the Contractor.

    • PLACING BARRICADES AND WARNING LIGHTS

      The Contractor shall furnish and place, at his own expense, all barricades, warning lights, automatic blinker lights and such devices necessary to properly protect the work and vehicular and pedestrian traffic. Should the Contractor fail to erect or maintain such barricades, warning lights, etc., the Public Works Director may, after 24 hours’ notice to the Contractor, proceed to have such barricades and warning lights placed and maintained by City or other forces and all costs incurred thereof charged to the Contractor and may be retained by the City from any monies due, or to become due, to the Contractor.

    • PROPOSALS TO REMAIN OPEN

      All proposals shall remain open for the number of days after the day of the proposal opening stated in the special provisions, or if no such number of days is stated, all proposals shall remain open for ninety (90) days after the date of proposal opening prior to award. The City may, in its sole discretion, release any proposal prior to that date. 

    • PROPOSALS TO REMAIN OPEN

      All proposals shall remain open for the number of days after the day of the proposal opening stated in the special provisions, or if no such number of days is stated, all proposals shall remain open for ninety (90) days after the date of proposal opening prior to award. The City may, in its sole discretion, release any proposal prior to that date. 

    • PROTESTS

      Any actual or prospective bidder, offeror, or contractor who is aggrieved in connection with the solicitation or award of a contract may protest to the Director of Financial Services or designee. The protest shall be submitted in writing within five business days after such aggrieved person knows or should have known of the facts giving rise thereto. Service of a protest by mail or courier shall not expand the time frame period allowed for delivery of a protest. Upon the filing of a formal written protest the contractor or vendor shall post a bond, payable to the City of Lauderdale Lakes, in an amount equal to five percent of the total bid or estimated contract amount, or $5,000.00, whichever is less. The bond shall be conditioned upon the payment of all costs which may be adjudged against the protesting contractor or vendor in the event the protest is resolved adversely to the protester. Please refer to the City’s Procurement Code, Article XIII, Lauderdale Lakes Procurement Code, Sec 82-364. 

    • PROTESTS

      Any actual or prospective bidder, offeror, or contractor who is aggrieved in connection with the solicitation or award of a contract may protest to the Director of Financial Services or designee. The protest shall be submitted in writing within five business days after such aggrieved person knows or should have known of the facts giving rise thereto. Service of a protest by mail or courier shall not expand the time frame period allowed for delivery of a protest. Upon the filing of a formal written protest the contractor or vendor shall post a bond, payable to the City of Lauderdale Lakes, in an amount equal to five percent of the total bid or estimated contract amount, or $5,000.00, whichever is less. The bond shall be conditioned upon the payment of all costs which may be adjudged against the protesting contractor or vendor in the event the protest is resolved adversely to the protester. Please refer to the City’s Procurement Code, Article XIII, Lauderdale Lakes Procurement Code, Sec 82-364. 

    • PUBLIC ENTITY CRIMES

      Pursuant to F.S. 287.133. as amended: a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a Contract to provide any goods or services to a public entity, may not submit a proposal on a Contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a Contractor, supplier, Subcontractor, or consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 

    • PUBLIC ENTITY CRIMES

      Pursuant to F.S. 287.133. as amended: a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a Contract to provide any goods or services to a public entity, may not submit a proposal on a Contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a Contractor, supplier, Subcontractor, or consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 

    • RECORDS/AUDIT

      The Contractor shall maintain during the term of the contract all books of account, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The Contractor agrees to make available to the City’s designee, all books of account, reports and records relating to this contract should be retained for the duration of the contract and for three years after the final payment under this Agreement, or until all pending audits, investigations or litigation matters relating to the contract are closed, whichever is later. 

    • RECORDS/AUDIT

      The Contractor shall maintain during the term of the contract all books of account, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The Contractor agrees to make available to the City’s designee, all books of account, reports and records relating to this contract should be retained for the duration of the contract and for three years after the final payment under this Agreement, or until all pending audits, investigations or litigation matters relating to the contract are closed, whichever is later. 

    • RESPONSIBILITY

      In order to be considered as a responsible Contractor, Contractor shall be fully capable to meet all of the requirements of the solicitation and subsequent contract, must possess the full capability, including financial and technical, to perform as contractually required, and must be able to fully document the ability to provide good faith performance.

    • RESPONSIBILITY

      In order to be considered as a responsible Contractor, Contractor shall be fully capable to meet all of the requirements of the solicitation and subsequent contract, must possess the full capability, including financial and technical, to perform as contractually required, and must be able to fully document the ability to provide good faith performance.

    • RESPONSIVENESS

      In order to be considered responsive to the solicitation, the Contractor’s response shall fully conform in all material respects to the solicitation and all of its requirements, including all form and substance. 

    • RESPONSIVENESS

      In order to be considered responsive to the solicitation, the Contractor’s response shall fully conform in all material respects to the solicitation and all of its requirements, including all form and substance. 

    • SCRUTINIZED COMPANIES

      Subject to Odebrecht Construction, Inc., v. Prasad, 876 F.Supp.2d 1305 (S.D. Fla. 2012), affirmed, Odebrecht Construction, Inc., v. Secretary, Florida Department of Transportation, 715 F.3d 1268 (11th Cir. 2013), with regard to the “Cuba Amendment,” the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2018), that it is not engaged in a boycott of Israel, and that it does not have business operations in Cuba or Syria, as provided in section 287.135, Florida Statutes (2018), as may be amended or revised. The City may terminate this Agreement at the City’s option if the Contractor is found to have submitted a false certification as provided under subsection (5) of section 287.135, Florida Statutes (2018), as may be amended or revised, or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2018), or is engaged in a boycott of Israel or has been engaged in business operations in Cuba or Syria, as defined in Section 287.135, Florida Statutes (2018), as may be amended or revised. 

    • SCRUTINIZED COMPANIES

      Subject to Odebrecht Construction, Inc., v. Prasad, 876 F.Supp.2d 1305 (S.D. Fla. 2012), affirmed, Odebrecht Construction, Inc., v. Secretary, Florida Department of Transportation, 715 F.3d 1268 (11th Cir. 2013), with regard to the “Cuba Amendment,” the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2018), that it is not engaged in a boycott of Israel, and that it does not have business operations in Cuba or Syria, as provided in section 287.135, Florida Statutes (2018), as may be amended or revised. The City may terminate this Agreement at the City’s option if the Contractor is found to have submitted a false certification as provided under subsection (5) of section 287.135, Florida Statutes (2018), as may be amended or revised, or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2018), or is engaged in a boycott of Israel or has been engaged in business operations in Cuba or Syria, as defined in Section 287.135, Florida Statutes (2018), as may be amended or revised. 

    • SUB-CONTRACTORS, SUPPLIERS AND OTHERS

      If the Solicitation requires the identity of certain SUB CONTRACTORS, Suppliers and other persons and organizations, including those who are to furnish the principal items of material and equipment, to be submitted, the RESPONDENT shall provide such identification. If requested by the CITY, RESPONDENT shall provide an experience statement with pertinent information regarding similar projects and other evidence of qualification for each SUB-CONTRACTOR, Supplier, person or organization. If the CITY after due investigation has reasonable objection to any proposed SUB-CONTRACTOR, Supplier, other person or organization, either may, before the Notice of Tentative Award is given, request the apparent SUCCESSFUL RESPONDENT to submit an acceptable substitute without an increase in Bid price. If the apparent SUCCESSFUL RESPONDENT declines to make any such substitution, the CITY may award the contract to the next lowest RESPONDENT that proposes to use acceptable SUB CONTRACTORS, Suppliers and other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid Security of any RESPONDENT. Any SUB CONTRACTOR, Supplier, other person or organization listed and to whom the CITY does not make written objection prior to the giving of the Notice of Tentative Award will be deemed acceptable to the CITY subject to revocation of such acceptance after the Effective Date of the Contract as provided in Paragraph 6.5.2 of the General Conditions. SUB- CONTRACTORS shall not be changed without the approval of the CITY. No acceptance by the CITY of any such SUB-CONTRACTOR, Supplier or other person or organization shall constitute a waiver of any right of the CITY to reject defective WORK or materials not conforming to these specifications. 

      In contracts where the Contract Price is on the basis of Cost-of-the-WORK Plus a Fee, the apparent SUCCESSFUL RESPONDENT, prior to the Notice of Tentative Award, shall identify in writing to the CITY those portions of the WORK that such RESPONDENT proposes to subcontract and after the Notice of Tentative Award the Successful RESPONDENT may only subcontract other portions of the WORK with the CITY'S written consent. 
      No RESPONDENT shall be required to employ any SUB-CONTRACTOR, other person or organization against which RESPONDENT has reasonable objection.

      No more than seventy percent (70%) of the dollar value of the total contract WORK may be accomplished by SUB-CONTRACTORS. Balance of the WORK must be accomplished by the SUCCESSFUL RESPONDENT'S own forces. Each RESPONDENT must furnish with its Response, a list of the items it proposes to subcontract and the estimated cost of these items. 

    • SUB-CONTRACTORS, SUPPLIERS AND OTHERS

      If the Solicitation requires the identity of certain SUB CONTRACTORS, Suppliers and other persons and organizations, including those who are to furnish the principal items of material and equipment, to be submitted, the RESPONDENT shall provide such identification. If requested by the CITY, RESPONDENT shall provide an experience statement with pertinent information regarding similar projects and other evidence of qualification for each SUB-CONTRACTOR, Supplier, person or organization. If the CITY after due investigation has reasonable objection to any proposed SUB-CONTRACTOR, Supplier, other person or organization, either may, before the Notice of Tentative Award is given, request the apparent SUCCESSFUL RESPONDENT to submit an acceptable substitute without an increase in Bid price. If the apparent SUCCESSFUL RESPONDENT declines to make any such substitution, the CITY may award the contract to the next lowest RESPONDENT that proposes to use acceptable SUB CONTRACTORS, Suppliers and other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid Security of any RESPONDENT. Any SUB CONTRACTOR, Supplier, other person or organization listed and to whom the CITY does not make written objection prior to the giving of the Notice of Tentative Award will be deemed acceptable to the CITY subject to revocation of such acceptance after the Effective Date of the Contract as provided in Paragraph 6.5.2 of the General Conditions. SUB- CONTRACTORS shall not be changed without the approval of the CITY. No acceptance by the CITY of any such SUB-CONTRACTOR, Supplier or other person or organization shall constitute a waiver of any right of the CITY to reject defective WORK or materials not conforming to these specifications. 

      In contracts where the Contract Price is on the basis of Cost-of-the-WORK Plus a Fee, the apparent SUCCESSFUL RESPONDENT, prior to the Notice of Tentative Award, shall identify in writing to the CITY those portions of the WORK that such RESPONDENT proposes to subcontract and after the Notice of Tentative Award the Successful RESPONDENT may only subcontract other portions of the WORK with the CITY'S written consent. 
      No RESPONDENT shall be required to employ any SUB-CONTRACTOR, other person or organization against which RESPONDENT has reasonable objection.

      No more than seventy percent (70%) of the dollar value of the total contract WORK may be accomplished by SUB-CONTRACTORS. Balance of the WORK must be accomplished by the SUCCESSFUL RESPONDENT'S own forces. Each RESPONDENT must furnish with its Response, a list of the items it proposes to subcontract and the estimated cost of these items. 

    • SUBSTITUTE OR "OR-EQUAL" ITEMS

      The Contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or-equal" item of material or equipment may be furnished or used by SUCCESSFUL RESPONDENT if acceptable to CITY, application for such acceptance must be made fifteen (15) Calendar days prior to the Solicitation opening date, or such application will not be considered by CITY. The procedure for submittal of any such application, including those applications made after award of the Construction Contract by SUCCESSFUL RESPONDENT for consideration by CITY, is set forth in Section 6.4 of the General Conditions which may be supplemented in the General Requirements. 

    • SUBSTITUTE OR "OR-EQUAL" ITEMS

      The Contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or-equal" item of material or equipment may be furnished or used by SUCCESSFUL RESPONDENT if acceptable to CITY, application for such acceptance must be made fifteen (15) Calendar days prior to the Solicitation opening date, or such application will not be considered by CITY. The procedure for submittal of any such application, including those applications made after award of the Construction Contract by SUCCESSFUL RESPONDENT for consideration by CITY, is set forth in Section 6.4 of the General Conditions which may be supplemented in the General Requirements. 

    • SUBSTITUTION OF KEY PERSONNEL

      It is the intention of the City that the Contractor’s personnel proposed for the contract will be available for the contract term. In the event the Consultant wishes to substitute personnel, he shall propose personnel of equal or higher qualifications and all replacement personnel are subject to City approval. In the event substitute personnel are not satisfactory to the City and the matter cannot be resolved to the satisfaction of the City, the City reserves the right to cancel the Contract for cause. 

    • SUBSTITUTION OF KEY PERSONNEL

      It is the intention of the City that the Contractor’s personnel proposed for the contract will be available for the contract term. In the event the Consultant wishes to substitute personnel, he shall propose personnel of equal or higher qualifications and all replacement personnel are subject to City approval. In the event substitute personnel are not satisfactory to the City and the matter cannot be resolved to the satisfaction of the City, the City reserves the right to cancel the Contract for cause. 

    • TERMINATION FOR CAUSE

      If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if the Contractor shall violate any of the provisions of this Agreement, the City may upon written notice to the Contractor terminate the right of the Contractor to proceed under this Agreement, or with such part or parts of the Agreement as to which there has been default, and may hold the Contractor liable for any damages caused to the City by reason of such default and termination. In the event of such termination, any completed services performed by the Contractor under this Agreement shall, at the option of the City, become the City’ s property and the Contractor shall be entitled to receive equitable compensation for any work completed to the satisfaction of the City. The Contractor, however, shall not be relieved of liability to the City for damages sustained by the City by reason of any breach of the Agreement by the Contractor, and the City may withhold any payments to the Contractor for the purpose of setoff until such time as the amount of damages due to the City from the Contractor can be determined. 

    • TERMINATION FOR CAUSE

      If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if the Contractor shall violate any of the provisions of this Agreement, the City may upon written notice to the Contractor terminate the right of the Contractor to proceed under this Agreement, or with such part or parts of the Agreement as to which there has been default, and may hold the Contractor liable for any damages caused to the City by reason of such default and termination. In the event of such termination, any completed services performed by the Contractor under this Agreement shall, at the option of the City, become the City’ s property and the Contractor shall be entitled to receive equitable compensation for any work completed to the satisfaction of the City. The Contractor, however, shall not be relieved of liability to the City for damages sustained by the City by reason of any breach of the Agreement by the Contractor, and the City may withhold any payments to the Contractor for the purpose of setoff until such time as the amount of damages due to the City from the Contractor can be determined. 

    • TERMINATION FOR CONVENIENCE

      The City reserves the right, in its best interest as determined by the City, to cancel contract by giving written notice to the Contractor thirty (30) days prior to the effective date of such cancellation. 

    • TERMINATION FOR CONVENIENCE

      The City reserves the right, in its best interest as determined by the City, to cancel contract by giving written notice to the Contractor thirty (30) days prior to the effective date of such cancellation. 

    • UNCONTROLLABLE CIRCUMSTANCES ("FORCE MAJEURE")

      The City and Contractor will be excused from the performance of their respective obligations under this agreement when and to the extent that their performance is delayed or prevented by any circumstances beyond their control including, fire, flood, explosion, strikes or other labor disputes, act of God or public emergency, war, riot, civil commotion, malicious damage, act or omission of any governmental authority, delay or failure or shortage of any type of transportation, equipment, or service from a public utility needed for their performance. Prompt notice in writing must describe the particulars of the Force Majeure, provided that.

    • UNCONTROLLABLE CIRCUMSTANCES ("FORCE MAJEURE")

      The City and Contractor will be excused from the performance of their respective obligations under this agreement when and to the extent that their performance is delayed or prevented by any circumstances beyond their control including, fire, flood, explosion, strikes or other labor disputes, act of God or public emergency, war, riot, civil commotion, malicious damage, act or omission of any governmental authority, delay or failure or shortage of any type of transportation, equipment, or service from a public utility needed for their performance. Prompt notice in writing must describe the particulars of the Force Majeure, provided that.

    • USE OF FLORIDA LUMBER TIMBER AND OTHER FOREST PRODUCT

      In accordance with Florida Statute 255.20 (3), the City specifies that lumber, timber, and other forest products used for this project shall be produced and manufactured in the state of Florida if such products are available and their price, fitness, and quality are equal. This requirement does not apply to plywood specified for monolithic concrete forms, if the structural or service requirements for timber for a particular job cannot be supplied by native species, or if the construction is financed in whole or in part from federal funds with the requirement that there be no restrictions as to species or place of manufacture.

      The Respondent affirms by submitting a response to this solicitation that they will comply with section 255.20 (3) Florida Statutes.

    • USE OF FLORIDA LUMBER TIMBER AND OTHER FOREST PRODUCT

      In accordance with Florida Statute 255.20 (3), the City specifies that lumber, timber, and other forest products used for this project shall be produced and manufactured in the state of Florida if such products are available and their price, fitness, and quality are equal. This requirement does not apply to plywood specified for monolithic concrete forms, if the structural or service requirements for timber for a particular job cannot be supplied by native species, or if the construction is financed in whole or in part from federal funds with the requirement that there be no restrictions as to species or place of manufacture.

      The Respondent affirms by submitting a response to this solicitation that they will comply with section 255.20 (3) Florida Statutes.

    • VENUE

      All contracts shall be governed by the laws of the State of Florida and venue shall be in Broward County, Florida.

    • VENUE

      All contracts shall be governed by the laws of the State of Florida and venue shall be in Broward County, Florida.

    • WITHDRAWAL OF SUBMITAL

      A Response shall be irrevocable unless the Response is withdrawn as provided herein. A Response may be withdrawn by unsubmitting your response in the eProcurement portal prior to the Solicitation Closing Date & Time.

    • WITHDRAWAL OF SUBMITAL

      A Response shall be irrevocable unless the Response is withdrawn as provided herein. A Response may be withdrawn by unsubmitting your response in the eProcurement portal prior to the Solicitation Closing Date & Time.

    • PUBLIC RECORDS/TRADE SECRETS/COPYRIGHT

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

      Any language contained in the Respondent's response to the Solicitation purporting to require confidentiality of any portion of the Respondent's response to the Solicitation, except to the extent that certain information is in the City’s opinion a Trade Secret pursuant to Florida law, shall be void. If a Respondent submits any documents or other information to the City which the Respondent claims is Trade Secret information and exempt from Florida Statutes Chapter 119.07 (“Public Records Laws”), the Respondent shall clearly designate that it is a Trade Secret and that it is asserting that the document or information is exempt. The Respondent must specifically identify the exemption being claimed under Florida Statutes 119.07. The City shall be the final arbiter of whether any information contained in the Respondent's response to the Solicitation constitutes a Trade Secret. The City’s determination of whether an exemption applies shall be final, and the Respondent agrees to defend, indemnify, and hold harmless the City and the City’s officers, employees, and agent, against any loss or damages incurred by any person or entity as a result of the City’s treatment of records as public records. Responses purporting to be subject to copyright protection in full or in part will be rejected. 

      EXCEPT FOR CLEARLY MARKED PORTIONS THAT ARE BONA FIDE TRADE SECRETS PURSUANT TO FLORIDA LAW, DO NOT MARK YOUR RESPONSE TO THE SOLICITATION AS PROPRIETARY OR CONFIDENTIAL. DO NOT MARK YOUR RESPONSE TO THE SOLICITATION OR ANY PART THEREOF AS COPYRIGHTED.

      IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: 

      Telephone Number: 954-535-2700

      Mailing Address: City Clerk’s Office 
      4300 NW 36th Street, Lauderdale Lakes, FL 33309 
      EMAIL: cityclerk1@lauderdalelakes.org

      Contractor shall:

      1. Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service.

      2. Upon request from the City’s custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes (2018), as may be amended or revised, or as otherwise provided by law.

      3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of this contract if the Contractor does not transfer the records to the City.

      4. Upon completion of the Contract, transfer, at no cost, to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of this Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of this Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City’s custodian of public records, in a format that is compatible with the information technology systems of the City. 

      The rest of this page is intentionally left blank.

    • PUBLIC RECORDS/TRADE SECRETS/COPYRIGHT

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

      Any language contained in the Respondent's response to the Solicitation purporting to require confidentiality of any portion of the Respondent's response to the Solicitation, except to the extent that certain information is in the City’s opinion a Trade Secret pursuant to Florida law, shall be void. If a Respondent submits any documents or other information to the City which the Respondent claims is Trade Secret information and exempt from Florida Statutes Chapter 119.07 (“Public Records Laws”), the Respondent shall clearly designate that it is a Trade Secret and that it is asserting that the document or information is exempt. The Respondent must specifically identify the exemption being claimed under Florida Statutes 119.07. The City shall be the final arbiter of whether any information contained in the Respondent's response to the Solicitation constitutes a Trade Secret. The City’s determination of whether an exemption applies shall be final, and the Respondent agrees to defend, indemnify, and hold harmless the City and the City’s officers, employees, and agent, against any loss or damages incurred by any person or entity as a result of the City’s treatment of records as public records. Responses purporting to be subject to copyright protection in full or in part will be rejected. 

      EXCEPT FOR CLEARLY MARKED PORTIONS THAT ARE BONA FIDE TRADE SECRETS PURSUANT TO FLORIDA LAW, DO NOT MARK YOUR RESPONSE TO THE SOLICITATION AS PROPRIETARY OR CONFIDENTIAL. DO NOT MARK YOUR RESPONSE TO THE SOLICITATION OR ANY PART THEREOF AS COPYRIGHTED.

      IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: 

      Telephone Number: 954-535-2700

      Mailing Address: City Clerk’s Office 
      4300 NW 36th Street, Lauderdale Lakes, FL 33309 
      EMAIL: cityclerk1@lauderdalelakes.org

      Contractor shall:

      1. Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service.

      2. Upon request from the City’s custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes (2018), as may be amended or revised, or as otherwise provided by law.

      3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of this contract if the Contractor does not transfer the records to the City.

      4. Upon completion of the Contract, transfer, at no cost, to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of this Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of this Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City’s custodian of public records, in a format that is compatible with the information technology systems of the City. 

      The rest of this page is intentionally left blank.

    Submission Requirements

    • Bid Package (required)

      Please upload your bid package here

    • Bid Schedule (required)

      Please upload your bid schedule here

    • BIDDER’S QUALIFICATIONS STATEMENT

      BIDDER shall furnish the following information. Failure to comply with this requirement will render the Bid non-responsive and may cause its rejection. Additional sheets shall be attached as required.

    • Authorized Representative: (required)

      Please enter the name, title, phone and email of the authorized representative submitting this proposal.

    • Number of years as a Contractor in this type of work: (required)
    • Names and titles of all officers, partners or individuals doing business under trade name: (required)
    • The business is a: (required)

      IF USING A FICTITIOUS NAME, SUBMIT EVIDENCE OF COMPLIANCE WITH FLORIDA FICTITIOUS NAME STATUTE. 

    • If a Partnership, please complete and upload the attached certificate

      Please download the below documents, complete, and upload.

    • If a Corporation, please complete and upload the attached certificate

      Please download the below documents, complete, and upload.

    • If a Foreign (Non-Florida) Corporation, please complete and upload the attached document

      Please download the below documents, complete, and upload.

    • Name, address, and telephone number of Surety Company and agent who will provide the required bonds on this contract: (required)
    • What is the last project of this nature that you have completed? Include the project value. (required)
    • Have you ever failed to complete work awarded to you? (required)
    • If so, when, where, and why? (required)
    • Have you personally inspected the proposed WORK and do you have a complete plan for its performance? (required)
    • List CM’s or GC’s your company has worked for within the past three years. (required)

      Please include the Contact Person's name, phone and email

    • List three SIGNIFICANT PROJECTS completed within the past five years. (required)

      Please include the project name, location, date completed, contract $ amount, contracting Agency/Owner, and the contact person's name, phone and email

    • List the pertinent experience of the key individuals of your organization (attach a sheet below, if necessary). (required)
    • Experience of Key Individuals attachment (optional upload)
    • State the name and licensing of the individual who will have personal supervision of the Work. (required)
    • What equipment do you own that is available for the Work? (Attach additional sheets as necessary) (required)
    • Equipment (optional upload)
    • What equipment will you purchase for the proposed Work? (required)
    • What equipment will you rent for the proposed Work? (required)
    • Please attach certificate of status, competency, and/or state registration. (required)
    • Please confirm (required)

      The BIDDER acknowledges and understands that the information contained in this response shall be relied upon by CITY in awarding the contract and such information is warranted by BIDDER to be true. The discovery of any omission or misstatement that materially affects the BIDDER'S qualifications to perform under the contract shall cause the CITY to reject the Bid, and if after the award, to cancel and terminate the award and/or contract.

    • REQUIRED FORMS
    • BID BOND (required)

      Please download the below documents, complete, and upload.

    • CERTIFICATE AND AFFIDAVIT FOR BONDS (required)

      Please download the below documents, complete, and upload.

    • Will you sublet any part of this Work? (required)
    • If so, give details. (required)
    • Please complete (required)

      Please download the below documents, complete, and upload.

    • PRINCIPAL MATERIALS MANUFACTURER AND SUBCONTRACTORS (required)

      Please download the below documents, complete, and upload.

    • CONFIRMATION OF DRUG-FREE WORKPLACE (required)

      IDENTICAL TIE BIDS: Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quantity, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program (Florida Statutes Section 287.087). In order to have a drug-free workplace program, a business shall:

      1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

      2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.

      3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1).

      4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

      5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted.

      6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

      7. Your firms Drug-Free Workplace Policy must be attached to this executed form and submitted with the Bid Documents.

      As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.

    • NON-COLLUSION AFFIDAVIT (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • TRENCH SAFETY ACT COMPLIANCE (required)

      Please download the below documents, complete, and upload.

    • WARRANTIES (required)

      Please download the below documents, complete, and upload.

    • E-VERIFY AFFIRMATION STATEMENT (required)

      Per Florida State Statutes, Chapter 448.095(2), effective January 1, 2021, no public contract can be entered into without an E-Verify certificate. This applies to both prime Contractors and Subcontractors. It is the responsibility of the prime Contractor to verify compliance with Subcontractors.

      A certificate of compliance must accompany this affirmation.

      Contractor/Proposer/Bidder acknowledges and agrees to utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of:

      a) All persons employed by Contractor/Proposer/Bidder to perform employment duties within Florida during the term of the Contract, and,

      b) All persons (including subcontractors/vendors) assigned by Contractor/Proposer/Bidder to perform work pursuant to the Contract.

      The Contractor/Proposer/Bidder acknowledges and agrees that use of the U.S. Department of Homeland Security’s E-Verify system during the term of the Contract is a condition of the Contract.

    • LICENSE NUMBER (required)

      Please attach a copy below

    • LICENSE (required)

      Attach certificate of competency, state registration and any other applicable licenses.

    • FEDERAL TAX ID# (required)
    • CRIMINAL BACKGROUND SCREENING (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • DEBARMENT CERTIFICATION (required)

      49 CFR Part 29- Appendix B

      CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION--LOWER TIER COVERED TRANSACTIONS

      Instructions for Certification
      1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below.

      2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. lf it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

      3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances.

      4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations.

      5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR Part 9, Subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

      6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction,” without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

      7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR Part 9, Subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Non-procurement Programs.

      8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

      9. Except for transactions authorized under paragraph 5 of these instructions: if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntary excluded from participation in this transaction, in. addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

      CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION-LOWER TIER COVERED TRANSACTIONS

      (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency.

      (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

    • PUBLIC ENTITY CRIMES (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • BID FORM ACKNOWLEDGEMENT (required)

      In order to be considered for this project, the Bidder shall have successfully completed a minimum of three (3) projects of similar scope and complexity over the past five (5) years, in the State of Florida, and must be able to document the required experience.

      1. The Bidder proposes and agrees, if this Bid is accepted, to enter into a Contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this Bid.
      2. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days after the date of City's Notice of Tentative Award.
      3. In submitting this Bid, Bidder represents, as more fully set forth in the Contract, that
        1. Bidder has examined the Bid Documents, including any addenda issued all of which are hereby acknowledged;
        2. Bidder has familiarized itself with the nature and extent of the Bid Documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work.
        3. Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the Bid Documents and the written resolution thereof by the City is acceptable to Bidder.
      4. Bidder proposes to furnish the Work in conformity with the Specifications and at the Bid Prices referenced below in the Schedule of Bid Prices. The Bid Prices quoted have been checked and certified to be correct. Said Bid Prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the Bid Documents.
      5. It is the intent of the City to award this bid to the lowest responsible and responsive Bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Lauderdale Lakes. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated.
      6. Contractor shall furnish all labor, materials, and equipment and perform all the necessary Work in the manner and form provided in the Contract Documents.
      7. Bidder accepts the provisions of the Contract as to liquidated damages in the event of failure to complete the Work on time.
    • How will you be collecting pricing? (required)
    • Is this ITB for construction? (required)
    • Will the trench safety act apply? (required)

      Select yes if the work involves trenching/excavating

    • Bonding Requirements? (required)
    • Will local vendor preference apply to this solicitation? (required)

    Questions & Answers

    Q ( Clarifications on Scope of Work and Responsibilities): Several items were added that were not included in the original scope of work. Could you please provide an updated version of the scope of work reflecting these changes? - It was mentioned that the contractor would be responsible for the drawings, survey, and calculations. Could you kindly clarify who is ultimately responsible for preparing the designs? - Please confirm which exterior metal doors are scheduled to be replaced.

    A: Please refer to Addendum 2


    Q (mandatory pre-bid meeting): Regarding the mandatory pre-bid meeting: If a contractor attended the meeting but failed to sign the attendance sheet due to an oversight, will their bid still be considered? Please advise if there is a corrective action available to verify attendance and maintain eligibility

    A: Please refer to Addendum 2


    Q (Addendum # 1): Can you clarify the changes on addendum # 1?

    A: Please refer to Addendum 2


    Q (No subject): - Please provided sign and sealed drawings for electrical, plumbing and mechanical in order to pull permit. - Please clarify who's responsible for Asbestos testing, and in case of a positive result, who's responsable to remediate.

    A: Please refer to Addendum 2


    Q (No subject): Will the floor for all 4 projects be new epoxy system or 2-part epoxy coating paint on the existing floor? If the floor of all 4 projects will be new epoxy system. Which system will it be, quartz system or flake system?

    A: Please refer to the Addendums


    Q (Signed & Sealed Drawings): According to the scope of work, building department will require the signed and sealed drawings for architectural, mechanical, plumbing and electrical. Please advise if the city will provide the signed and sealed drawings or if the contractor will provide these drawings. If this is a contractor’s responsibility, please add a line item in the bid schedule for the “Signed & Sealed Drawings” and provide us a revised bid schedule.

    A: Please refer to Addendum 2


    Q (Permit Fees Line Item): ITB document denotes permit fees must be included in the contractor’s estimate. However, there is no line item in the bid schedule. Please add a line item in the bid schedule for the “Permit Fees” or provide an allowance for the permit fees. Please provide us a revised bid schedule.

    A: Please refer to the Addendums


    Q (Bond Line Item): Contract requires a Performance and Payment Bonds. However, there is no line item given on the bid sheet. Please provide a line item in the bid schedule for the bond and provide us an updated bid schedule.

    A: Please refer to the Addendums


    Q (Hand Dryer Model #): 400-10-WHI model number is for the Alpine Hand Dryer. Bid schedule denotes Xlerator hand dryer which is a different brand. Please provide a correct model # for the hand dryer.

    A: Please refer to the Addendums


    Q (Hampton Bay Exhaust Fan Model #): 400-10-WHI model # is for the hand dryer, not for the exhaust fan. Please provide a correct model # for the exhaust fan.

    A: Please refer to the Addendums


    Q (Toilet Partitions Model # & Color Choice): 54677691 model # is for the LED ceiling light, not for the toilet partitions. Please provide a correct toilet partitions model #. Also, Phenolic is not a color but a type of toilet partition. Please provide a color for the Phenolic type of toilet partitions.

    A: Please refer to the Addendums


    Q (Inside Paint): There is no line item for the painting of inside of the bathroom. Please advise if painting is required. If it’s required, please add a line item in the bid schedule and provide an updated bid schedule.

    A: Please refer to the Addendums


    Q (Toilet Accessories): There are many toilet accessories which are not mentioned in the bid schedule. Please advise if the following toilet accessories need to be replaced: 1) ADA Mirror, 2) Regular Mirror, 3) Soap Dispenser, 4) Grab Bars, 5) Toilet Napkin Dispenser. 1. Please provide the manufacturer name, model #, and quantities for each of the missing toilet accessories. 2. If these toilet accessories are required, please provide an updated bid schedule.

    A: Please refer to the Addendums


    Q (Epoxy Flooring): Scope of Work section mentions that flooring will be epoxy but there are no specifications given on it. Please provide the manufacturer and the specifications on the epoxy flooring type.

    A: Please refer to the Addendums


    Q (Exterior Metal Door Measurements): The measurement of 80” x 36” is wrong for both doors. The actual opening is for the 84” x 36” door. Please advise if we can provide a 84” x 36” door instead of 80” x 36” door. Note: If 80” x 36” door is the requirement then there will be a concrete work required which would be more expensive at the end for the city.

    A: Please refer to the Addendums


    Q (Hose Bibb): We have noticed that there are hose bibbs inside the restrooms. Please advise if we have to change the vacuum breaker on it. If it’s required, please add a line item on the bid schedule and provide us an updated bid schedule.

    A: Please refer to the Addendums


    Q (Submission Date Extension): We request to extend a bid date for a week, until 04/10/26, due to a lot of information missing and clarification needed. We need to get back to our vendors, suppliers and installers to give us the proper pricing after the pending information from the city. They need at least a week to give us the competitive pricing on this project.

    A: Please refer to the Addendums


    Q (No subject): What is the budget for the project?

    A: Please refer to Addendum 2


    Q (Design engineer visit at all job site locations): do we have a chance to bring our design engineer to visit the job site ? please advise.

    A: Please refer to the Addendums


    Key dates

    1. March 12, 2026Published
    2. April 3, 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.