ITB-19-136-01 Austin Tupler Trucking IncCONTRACT NO. 19-136-01
MIAMIBEACH
City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490, Fax: 786-394-4235
SENT VIA E-MAIL TO: tupler(@.bellsouth.net
August 8, 2019
Glen Tupler
Austin Tupler Trucking Inc.
6570 SW 47 Court
Davie, FL. 33314
Phone: 305-949-4148
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) 2019-
136-AY FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND.
Dear Mr. Tupler:
On April 1, 2019, Austin Tupler Trucking Inc., submitted to the City of Miami Beach, Florida (the
"City") a bid in response to the above-referenced ITB. The ITB stipulates, pursuant to Section 0200,
Sub-Section 16, Binding Contract, that the approval of the City Manager's recommendation by the
Mayor and City Commission shall constitute a binding Contract between the City and the awarded
bidder.
Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission, at
its May 8, 2019 meeting, approved the City Manager's recommendation, pursuant to the ITB, to
award a contract to Austin Tupler Trucking Inc., (the "Contractor"), for awarded items see attached
Contract Award Memo.
No goods may be shipped, or services performed (as applicable) until such time as the City has
issued a Purchase Order to the Contractor. Before proceeding with the issuance of a Purchase
Order, the following items are required:
1. A certificate of insurance, with limits as indicated in the ITB, reflecting the City of Miami
Beach as additional insured. Certificates need to include the following as Certificate Holder:
City of Miami Beach
c/o EXIGIS Insurance Compliance Services
P.O. Box 4668 - ECM #35050
New York, NY 10163-4668
2. A completed W9. To create the Contractor's profile in the City's vendor system.
Congratulations on being awarded the contract for the above referenced item(s). If you have any
questions regarding this letter of notification of award, you may contact Jorge Gueimunde, Contract
Analyst, Procurement Department, at JorqeGueimundemiamibeachfl.qov or at 305.673.7490.
Otherwise, all other questions should be addressed to the Contract Manager for this contract,
Jeremy Hinkle, Park Operations Supervisor, Parks and Recreation Department, at
jeremyhinkle@miamibeachfl.gov or (305) 673-7730.
Sin
Ale
Di e rocurement Department
AD/ME/AG
We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community.
MIAMIBEACH
CONTRACT AWARD
PROCUREMENT DEPARTMENT
MEMO
SECTION 1— GENERAL INFORMATION
SOLICITATION TITLE: FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND
CONTRACT # ITB 2019-136-AY
CONTRACT TERM:
Initial Term: May 8, 2019 through May 7, 2021
The Contract may be renewed for up to (3), one (1) year options at the City Manager's sole option. In the event
the contract is renewed, the Procurement Department will issue an addendum to this Contract Award Memo.
CONTRACT MANAGER:
The Primary Contract Manager is Jeremy Hinkle, Warehouse Supervisor, Public Works (305) 673-7730, or
JeremvHinkle(@,miamibeachfl.crov. Other Departments may utilize this award at their discretion and may assign
another contract manager.
SECTION 2
UTILIZING THIS CONTRACT
FOR
ITEM AWARDS
The City awarded vendors in a primary, secondary, and tertiary basis, as available, by line item, as indicated in Exhibit
A. Departments should endeavor to utilize vendors in order of award. However, the departments may utilize other
vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery
requirement; 2) it is in the best interest of the City to do so regardless of reason, When not utilizing vendors in order of
award, the purchase requisition must state the reasons.
2019-136-AY FOR PURCHASE AND DELIVERY OF AGGREGATE, TOP SOIL, AND SAND
EXHIBIT A I BID TABULATION
PRIMARY SECONDARY TERTIARY
e - UNE ITEMS
AGGREGATE
Description
Crushed Lime Rock Bath
U/M
TN
FOR REGULAR HOURS
Vendor
Austin Tupler Trucking,
Inc.
(MONDAY-FRIDAY
Unit Cost
516.75
PRIOR
Vendor
Soil Tech
Distributors Inc.
TO 3:30 PM)
Unit Cost
517.05
Vendor
True Haul, LLC
- Unit Cost
>17.35
2 Balast Rock 4 4
TN Soil Tech Distributors,
Inc.
$23 80
Austin Tupler
Trucking, Inc.
OR
Trite Haul I C
523.90 N/A N/A
3 Pea Rock
TN Soil Tech Distributors,
Inc.
523.30 True Haul, LLC $23.90 Austin Tupler Trucking, Inc. $24.25
4 A.S.T.m. Rock 457
TN
Soil Tech Distributors,
Inc.
$23.80
AusttnTupler
Trucking, Inc.
OR
Tour. Maul I C
$23.90 N/A N/A
5
Seminole Chips Deep Brownish Red.
hushed (V. 1,3"), (Bagged)
Palms (60. So
, bag s)
Pro-Grounds Product,
Inc.
S 1 2 . 5 5
Superior
Landscaping &
Lawn Service Inc.
$488.25 N/A N/A
6
River Rock Brown with cream and
white, smooth rounded POWs, Yi. i
W. straight V: (Bagged)
Pallets (60.40
b bags)
Pro-Grounds Product,
Inc.
$7.99
Superior
Landscaping &
Lawn Service Inc.
$367.35 N/A N/A
7
Mexican Beath Pebbles -Back S-IY
(Bagged)
Pathts (BO, 40
lb bags)
Pro-Grounds Product,
Inc.
$37.53
Superior
Landscaping &
Lawn Service Inc.
$2,325.00 N/A N/A
8 Rock (Bagged) Chattahoochee River
b
Pasets1613, 40
bags) InC.er
Pro-Grounds Product,
$7.99
Superior
Landscaping &
Lawn Service Inc.
$302.25 N/A N/A
9 3/8* Fine Crushed Brick
TN
Pro-Grounds Product,
Inc.
5199.60
Superior
Landscaping &
Lawn Service Inc.
$350.00 N/A N/A
10 Decomposed Grante
IN Pro-Grounds Product,
Inc. $97.50
Superior
Landscaping &
Lawn Service Inc.
$144.15 N/A N/A
11 Crushed Coquina
TN Soil Tech Distributors,
Inc.
$48.00 Florida Superior
Sand Inc.
554.00 True Haul, LLC $100.65
TOP SOIL
12
•,, f a Hif if 9, i n quanz. .. ii
organic Florida peat. must path through
a # 4 sieve
TN True Haul, LLC $19.10 Chin Diesel, Inc. $28.00 Florida Superior Sand, Inc. 538.45
13
Mn hod 00121. quartz sand.
constituency of the mixture must paw
through a 4 4 sbve. 20% organic Fionda
peat FOR. Pit
TN True Haul, LLC 020.00 Chin Diesel, Inc. $28.00 Florida Superior Sand, Inc. $36.45
SAND
14
Humus Topdressing Material tested and
approved Florida DOT Spec (or
approvth eguah.
TN Florida Superior Sand,
Inc.
$44.50
Pro-Grounds
'Product, Inc.
55&69
Superior Landscaping 8r
Lawn Service Inc.
$115.32
15 Concrete Scrthnith Sand
TN Austin Tupler Trucking,
Inc. $23.50
Florida Superior
Sand, Inc.
$23.65 True Haul, LLC $23.90
16
Sand PGP 4 220 SILICA TRAP (Stk.
Sandi
TN
Soil Tech Distributors,
Inc.
$27.00 Florida Superior
Sand, Inc.
$29.25 Pro-Grounds Product, Inc. 532.72
17 Top dressng sand Spec 304 USGA
TN Soil Tech Distributors,
Inc.
$26.75 Florida Superior
Sand, Inc
$29.25 True Haul, LLC $31.15
.
18 Top dressith sand Spec 329 DOT
TN Florida Superior Sand,
Inc.
$30.20 True Haul, LLC $34.50 Austin Tupler Trucking, Inc. 535.50
19 Shea (Clutha) Beach Sand
TN True Haul, LLC $28.90 Florida Superior
Sand, Inc.
$29.25 Austin Tupler Trucking, Inc. $31.25
20
r/011.1.111VCC.I.1,111 till leu
Clay/Sand. Red in color. approxinaten
30% clay 70% thnd; iypical of red clay
m terra rota. Composition for bathbal
bfieli surface use. free of rod, roots,
sot sand pockets and any other foreign
matter_
TN
Soil Tech Distributors,
Inc.
$2E00
Florida Superior
Sand, Inc.
$32.95 Pro-Grounds Product, Inc. $36.42
FOR NON-REGULAR HOUR DELIVERIES
Mobilization charge re open and operate
plant on weekdays, weekends
(Saturdays and Sundays), and hohlays
after pant operational hours.
Per Order
Austin Tupler Trucking, Inc.
Florida Superior Sand, Inc.
Pro-Grounds Product, Inc.
Sot Tech Distrbutors. Inc.
True Haul, LLC
No fees
Chin Diesel, Inc. $ 500.00 N/A N/A
Superior
Landscaping &
Lawn Service Inc.
150% N/A N/A
2
Additional charge to deiver on
weekdays, weekends (Saturdays and
Sundays), and holidays after plant
operational hours.
Per Ton
Austin Tupler Trucking, Inc.
Florida Superior Sand, Inc.
Pro-Grounds Product, Inc.
Soil Tech Distrbutors, Inc.
True Haul, LLC
No •nes
Chin Diesel, Inc. $ 501.00 N/A N/A
Superior
Landscaping &
Lawn Service Inc.
250% N/A N/A
3 Emergency Delivery Charge
Per Order
Ausun Piper i rucking. inc.
Florida Superior Sand, Inc.
Pro-Grounds Product, inc.
Soil Tech Distrtautors, Inc.
Tnro Haig I I It
Chin Diesel, Inc. $ 502.00 N/A N/A
Superior
Landscaping &
Lawn Service Inc.
350% N/A N/A
MIAMIBEACH
CONTRACT AWARD
PROCUREMENT DEPARTMENT
MEMO
SECTION 3
VENDOR CONTACT INFO
Austin Tupler Trucking, Inc. Chin Diesel, Inc.
Attn: Glen Tupler
6570 South West 47th Court
Davie, Florida 33314
tubler@bellsouth.net
Attn: Leon Chin-you
1820 North East 144th Street
North Miami, Florida 33181
leon@chindiesel.com
305-949-4148 786-229-3336
Florida Superior Sand, Inc. Pro-Grounds Product, Inc.
Attn: Marion Jefferson
6801 Lake Worth Road, Suite 124
Greenacres, Florida 33467
fss5901aol.com
Attn: Kim Lautenslager
8834 South West 131st Street
Miami, Florida 33176
pcip@procroundsproducts.com
561-969-3112 305-235-5101
Soil Tech Distributors, Inc. Superior Landscaping & Lawn Service Inc.
Attn: Albert Luer
3355 North West 41st Street
Miami, Florida 33142
bertlueraol.com
Attn: Jesenia Otero
2200 North West 23 Avenue
Miami, Florida 33142
iptero@superiorlandscaping.com
786-367-1680 305-634-0717
True Haul, LLC
Attn: Kevin Perez
201 South West 2nd Avenue, Suite 111
Florida City, Florida 33034
kevintruehaul.net
305-300-1749
ATTACHMENT A
RESOLUTION COMMISSION ITEMS AND COMMISSION
MEMORANDUM
Bid Tabulation Table
Competitive Bid Reports - C2 B
MIAMI BEACH
COMMISSION MEMORANDUM
TO: Honorable Mayor and Members of the City Commission
FROM: Jimmy L. Morales, City Manager
DATE: May 8, 2019
SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO
INVITATION TO BID (ITB) NO. 2019-136-AY, FOR PURCHASE AND
DELIVERY OF AGGREGATE, TOP SOIL, AND SAND.
RECOMMENDATION
The Administration recommends that the Mayor and City Commission of the City of Miami
Beach, Florida approve the City Manager's recommendation pertaining to bids received,
pursuant to ITB 2019-136-AY, Purchase and Delivery of Aggregate, Top Soil, and Sand.
ANALYSIS
The purpose of the ITB is to establish a contract, by means of sealed bids, with qualified firm(s)
for the supply and delivery of aggregate, top soil, and sand required by the City on an as
needed basis. All materials supplied to the City under this contract shall meet the requirements
of the FDOT Standard Specifications for Road and Bridge Construction, most recent edition.
ITB PROCESS
The ITB was issued on February 28, 2019, with bid opening date of April 1, 2019. The
Procurement Department issued bid notices to 2,458 companies utilizing
www.publicpurchase.com website. 36 prospective bidders accessed the advertised solicitation.
The notices resulted in the receipt of seven (7) responses from: Austin Tupler Trucking, Inc
("Austin Tupler"), Chin Diesel, Inc. ("Chin Diesel"), Florida Superior Sand, Inc. ("Florida
Superior Sand"), Pro-Grounds Product, Inc. ("Pro-Grounds"), Soil Tech Distributors, Inc. ("Soil
Tech"), Superior Landscaping & Lawn Service Inc. ("Superior Landscaping"), and True Haul,
L LC ("True Haul"). See Attachment A fora tabulation of bids received.
Staff has verified that the bids submitted by all seven (7) responses met the requirements of the
ITB and can be considered.
In order to assure items are available as necessary, it is in the City's best interest to award a
primary, secondary, and tertiary vendor for each item. Accordingly, the lowest responsive and
responsible bidders, for each respective item, meeting all terms and conditions of the ITB, are
indicated in the table below
Page 57 of 1291
Item Primary Vendor Secondary Vendor Tertiary Vendor
1 Austin Tupler Soil Tech True Haul
2 Soil Tech Austin Tupler; AND
True Haul
3 Soil Tech True Haul Austin Tupler
4 Soil Tech Austin Tupler; AND
True Haul
5 Pro-Grounds Superior
Landscaping
6 Pro-Grounds Superior
Landscaping
7 Pro-Grounds Superior
Landscaping
8 Pro-Grounds Superior
Landscaping
9 Pro-Grounds Superior
Landscaping
10 Pro-Grounds Superior
Landscaping
11 Soil Tech Florida Superior
Sand
True Haul
12 True Haul Chin Diesel Florida Superior
Sand
13 True Haul Chin Diesel Florida Superior
Sand
14 Florida Superior
Sand
Pro-Grounds Superior
Landscaping
True Haul 15 Austin Tupler Florida Superior
Sand
16 Soil Tech Florida Superior
Sand
Pro=1Grounds
17 Soil Tech Florida Superior
Sand
True Haul
18 Florida Superior
Sand
True Haul Austin Tupler
19 True Haul Florida Superior
Sand
Austin Tupler
20 Soil Tech Florida Superior
Sand
Pro-Grounds
Due to the large number of responses, a summary of each top-ranked firm or the firm's
proposal is available upon request.
CONCLUSION
The Administration recommends that the Mayor and City Commission of the City of Miami
Beach, Florida approve the City Manager's recommendation pertaining to the bids received.
Pursuant to I TB 2019-136-AY for Purchase and Delivery of Aggregate, Top Soil, and Sand.
KEY INTENDED OUTCOMES SUPPORTED
Page 58 of 1291
Enhance Beauty And Vibrancy Of Urban And Residential Neighborhoods; Focusing On Cleanliness,
Historic Assets, In Select Neighborhoods And Redevelopment Areas
FINANCIAL INFORMATION
The cost associated with aggregate, top soil, and sand is subject to the funds availability
approved through the City's budgeting process
Legislative Tracking
Parks and Recreation/Procurement
ATTACHMENTS:
Description
q Attachment A
Page 59 of 1291
ATTACHMENT A Company Name: Atm...ler Trucking, Inc. Chin Chew.. Han. 5.4425 Sand, Inc ProtGroun. Product, Inc Soil To. 014tubutors. Inc 5upenor Lam.. Lawn ServIce Tr. Maul. LLC 11.1.615 WEE=1:113:11 LINE .411 ES. IM111111111=1111:1 ITEMS 5 22.250 . 2 sso. 2,, 600 . 5 1!EISM MEZIMIPI IICI 444 IIIIII 113:1:1 FINIIIMI 1W1 1.1.0r- - To. 1114.1.4 444 YtY1 5 38,100 00 5.8,000 5.55000 43 00000 Total Yelt GNI WI WI 811MISIN USN 1111antay 4 Unt1C5.0 FIXIIIIIIIIMMIM11111111111111111.1111EMIIIIIIEEDIE1 It. I:IYI - - t =t-Y- . Total M... 4 Unit GUM AGGREGATE 0.014.48 Est Itmat • 4 Annual GUantny 2• fffr W=r0= :12::=1= wm Ma= Iiii L no C. Total 1.1 .. 1111111M111712:1 • W1 nil 111 1 :III To. 1.tenl. a lInn CoY I $ 22,25000 !IIMINICIMIMII =5:= 4 200 00 5 4100.00 28 000.00 5 WEN I'MITI W11111WWWW1 tIM11.111-11=5 111 , 1 90 WI . Ill.0 05 2.441 2S 2.150 . 23.900.00. 5. aul A. unp .4.1 01.44 C. Mt r : Oa 1 6. 0411111' " . Pd. (60 40 145401 S 5 5 5 .7 IS ' 2 . Effliii $ S 5 $ $ 5 5 5 2,115 tau S 1181500 5
AT PTIIMPIRE == . ' ' ' 5 5 5 $ 5 $ 5 582 /5 5 1.1 25
NINIMIiIIIIIIMEISM =E=E IEF IMFMMIIIIIIIIIIIINI MIIIIIIIIIIIIIMME M
3103500
IMIIIMMIHIMMIIMMI
5 5710
II!MIIIIII1M7'''!rI'rlNIFFIIIEMIIMIIIIIIIIIICriai gmw
1.426 011
- '131=111111.1111ENMCIE11111111111111•1 IINIMSliC!!!=EIEC!.1111111:=011=12M1!•1 1 141•1111•11111MIIIINSI
Ell iflear IMEIFMINIMEEIMMINIMINEIMI
5 Pi 10 5 4650 $ 1.16150 1.800 5 71000 5 11315 5 161.25 5 9i 84 8071.00 5 5 5477 50
13
Mu S446920. 4uanz camMumuyol
I. mu!. rn. pose Iluoupn a 448884,
MS 40 pc Mown Y 90.11.1411
15
®5
47 20 5 1113000 AS,
- -.....,.
.1 25 WI 1.090.25 5 58 84 5 1,471 00 5 1111111 > 500011
14
u ea
Humus Topa., N... and
* 4 la DOT 8 S1.µ.9149..0 5 5 5 WWII 3.137 50 . 69 5
I
4.405 75. 5 5 894900
15 . . 28.00 5 56'000 ' ' 888ffigialaall 4]1011[0 11 . 5 L2. 00 5 14. x.10004 > 41169 5 81,380 I, 13911 47 4. 01/
16 TN 35.50 $ 887 SO 5 8000 1.500 00 79.)5 5 7..25 8.00 270 5 6150 49.60 1,24u 08 5 11 40 .5 tau
l'1 1112121.!1=MM ::::=11:= WI 5 14.4.00 IMIIIIIIMMINME N111111111111111101 111•111112321 1551001, 10.700 00 51.25
WWEIIIIIIMIII=111111111111111111111111111111IFITCI
111 1313=111111MMEITH
l'illE1211:1!III=11111111=111
10 46000
13 SOU 00
mmumet.,.69,,,,
!IMMI=T., 8.8. .845 2HOOT 11.1.1 =-1l= T, i liln.1111M.1.1.1110.'-'7101 1M121 111 S4 25
WIWIMI1111111.1 .101M11
flomla Malmn RAI 046.4111.10
01.1.40. Rm.., 640.4.41y
309 day 70 4.4.1,4141 iud playa
larra.. Comp.. 14.10...1
What 1.4 I. d roclo4ot5,551, 8.81
1.4.16 41.141 4 inalka.
5 51 30 5 6,412.50
60 00 0.0000 M... .771M1W11
4.1187, .42 4.55.2 SO 3250 $ SS 80 $ 6,07500 43 15 AO. 15
ADDITIONAL FEES
.
klo... ,,,,,,q,s,,,,,...,02,2,s os.,,,,,,,,,,,,,,,,,,m,,,,,,..
411561.251.1846..anor d6%
41.415.1 Inn.
50051a 5 5 500 .0 5 5 s 150% 5
.19.14.9,10491.4 ma.,
,......9585,58884,8v 5888,5 .81
id. Awl,. 9.51 huunt
501. $ 5 50100 5 5 250% 5
Pet OFON 5 5 502 00 350%
Page 60 of 1291
2019-136-AY FOR PURCHASE AND DELIVERY OF AGGREGATE, TOP SOIL, AND SAND ATTACHMENT A Company Name: Avo46 uplar Trycitin. Fieljda 534µr 13750774,15. Pre•Grounda Product, in. Sell Tech 06411eutora, Inc. Suisniar landscaping 6 lawn...Inc. True. el. LIC LINE ITEMS LINE rums AGGREGATE Description EtIlmtati Avowal QuantRy 5a) wm Unit Cast $16 1 Mry.. _.-- 191 llnil C.1 $2150 . 177441 1 671,191,".“:1.611 50.00 518 50 I mei ID0,111 ry .1.111 .0 GOO 'd . " AO 1.74417 ot Uryt i x st I 8 100 L'n" "" 17.07 S.M. a,. a kat DNA) 525 o un r 4, 5 0 . IL, de v unit Cc 1 45 00 11 . 1E011 1 35 1004.1e • .. 01) . ..-- CNIA 11 itt6"/_ 521 1 B•401111444 4 4 150 iN 523 90 Sat.., 53 585. $18.00 $4 200.00 524.60 53 690.00 538 80 t5 800 00 003 80 Pr.,. 93 570 0 $39 14 $5 871 00 $3073 90 Sadan:lary135'3 ,15 $3 585 Pea Re. 150 54 .74.76iLenian $36376 $38 Oo $4 2r.0.00 $34 95 $3 743 So $37 00 53050 ou 323 80 Primary 33 570 0 341.85 56277,50 333 90 5376 Pock X53 1000 533 90 $31,900. $2800 $28 000 OD $64 600 00 $43 00 541 1100 Oi 523.0 I 533 40010 $90 69 S40 6001 $33 90 Seconder/1523 9. .11 • Sealarro Chlp.ep Sao. Ned, Pell.160,90 10 .el 50.00 50.00 saw som som sox. $12.55 ".., . 3.00 so., 54877.36 .c..d...T I 53.491 35 30.00 $0.00 11=42:01'j•rreal..e, vanolit teuvled aviary, •At • W. itt,"211t......., 5 Pelleist60.40 4176741 $0.00 50.00 50.00 50.60 $0,00 $0.00 57.99 Pr'"'" I $3995 50.00 5000 5367.35 Se‘.7'7'71' 50.00 $0. $1,836)5
16619.
Pd. (60,46
101. 1 50.00 $0.00 50.00 $0.00 $0,00 $0.00 $37.53 '''...IV $18].65 $0.00 50610 $2,335.00 ...._1"511,635.00. 50.00 50.00
Chanainachae Rrye A. ileassed1 bag
. 40
117 bag. 30. 50110 311.00 00.00 3000 57.N ''"'• $08 ss su.co 5000 • $30Z 5 S.""3" 1 51,511.05 $1100 5000
08.1. a $000 $0 Ou 30 00 $0 00 $aw $0 Oa $199.60
I
$0.00 $0.00 00 _$350 lag.. I $1 750
I
50.00 90 00 . TN 3000 50.00 50 00 $0 au 30.00 50 OiL 39 _.111•11!•'HI,56'2: 50 ixt 5. is Seconeary171 477 30 00 300
1
$0.00 $0 uo 50 00, . $0 au 556.00 Secondary 616 sou oR $1173A5 531 03S 00 5ry utt Nirra,v T ad 40'°0 5 1.1i14o 537 .11111 510.45
,Mot3-31.1 61137.04717rtriAtS
... Doh. peal. must tuer•cod0 35 iN 546.50 51.162.50 528.00
c I
/00.00 538 45
Ter.,/ I
$961.35 542.89 $1,071.00 50.0 $0,110 $57.16 51,439017 $19.10 •mare 543]511 1
1.
a. a*
Allx Sti WOO. quirli vot I .
await...Me maitas .10 .11
111.04 It 4•Te.2. seek
R.:area i OB Pe
6AND
34 $47.20
I
51.180 170
I
I Secondary I
$3A45
dr ,,Nary I
343.63 51.090.75 $aw $0,00
r
558.84 $1,471.00 $30.10
V Primary I
3911.25 $500.00
14
IS 41....ais aro 6. rear
Nunui Teurdearing ale. teated and
ay..• Florida DOT S. ior
eliroma 119.
75 50.00 34.00 5000 $0 00
•
544.50
I Primary 1
53.337.50
Saran., 1
50.00 S0.00 $115.33
I -........, I
3000 500$
58.649.00
35,
''.'1.71t::*230'71l5Igili41,
$3300
•
Iii;;EM 597.00000 32.00 $56,14011.041 533.44
•
......9 $47,3140.0L1 541.41 562,000.00 524.46 548,100.00 540.69 $81,380.00 $23. ""=Y-1" 5,000.00
16
(511ce
S.1 25 535.50 5887.50 $60.00 51,500.00 $29.25 """" $131.25 $32.72 ..",...__Ir_j." $818.0: 337.00 P•.'1'.rE 3670:1 599.60 31,34000 $33.40 5435.00
17 Ti. St.. sand 6y0 104 TOGA 403 336O0 314 00 0 00 000 x9.)5 48•4171•74 11 700 r 54335 $]5900.00 $26.7..r.. 1510 700 06 554.55 $21]00.00 53315 $1x440 J.4414,4.0 18
19
Try... vend DOT AO
100 7
$35.50 Tare,. i Sin 200.1 50 00 $0.00 $gilLAT Warr 1.3 080 $0.00 50.. 30.00 $0 00 564.35 $21,700.00 $34 50,......] 53 800
20
&Day:Ivan/J.4D Sa.al
Clor.d ad n n•
70•6 day 70, nod. Op. ol vl day
ettenecolla Composluon lolIval
Inavid solace ma, One 41 110..1148,
vok sand Freckles and a, Ant Ilategn
mailer
,,,
531.25
551.30
lim.r, i $3 125
$6.412.50
540 oo
50.00
36,000.00
$0.00
529 25
532.95
e sa,934,
Secandare I
$35 40
536.42
$3 540 On
Tertiary
50 00
$26.00
$0.11
Primary 1
551.15
$55.60
55,115 00
56,975 00 548.15
528 901grjuve..1 •7 890
56,018.75 54.118.75 5,552 50 53,250.00
ATTACHMENT B
SOLICITATION (ITB)
AND ADDENDUMS
MIAMIBEACH
City of Miami Beach, 1755 Meridian Avenue, 3" Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490 Fax: 786-394-4002
ADDENDUM NO. 2
ITB 2019-136-AY
FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND
March 25, 2019
This Addendum to the above-referenced ITB is issued in response to questions from prospective
proposers, or other clarifications and revisions issued by the City. The ITB is amended in the
following particulars only (deletions are shown by strikethrough and additions are underlined).
I. RESPONSES TO QUESTIONS RECEIVED.
Ql: We would like to get a copy of last year's tabulation sheet. Can you help me
with that please?
Al: Please refer to Addendum No. 1 "Exhibit A".
Q2: In order to quote this bid accordingly on the aggregates I need an idea of the
material needed and approximate quantities.
A2: Refer to Cost Proposal.
Q3: Is the term of this contract two years? Does the bidder have a right to not
extend the contract after two years?
A3: The term contract is for two (2) years, and the bidder has the option to not renew
the contract after the initial two year term.
Q4: Is the delivery address 451 Dade Blvd. and/or anywhere in the City of Miami
Beach?
A4: Deliveries may be made Citywide. There is not one specific location.
Q5: Will the orders be based on full load or partial load?
A5: Orders will be based on full loads.
Q6: Do we have to bid on all the items listed in the Cost Proposal form?
A6: The bidder does not have to bid on all the items.
Q7: In the Instructions to Bidders, in Section 2. Purpose; and Section 3.
Solicitation Timetable; the dates given indicate that responses are due on April 1
ADDENDUM NO. 2
INVITATION TO BID (ITB) No. 2019-136-AY
FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND
and a tentative decision by the Commission is expected on May 8, and yet the
existing contract does not expire until March 2, 2020 (10 months later)? Do you
intend to have such a long lead time or is the existing contract to be terminated
early?
A7: The City may replace the existing contract prior to the contract's expiration date.
Q8: There was a question during the pre-bid meeting regarding the process for a
contract renewal or extension, but the answer/clarification given at the meeting
was not included in Addendum 1. The language of the ITB (Special Conditions,
Term of Contract) states that "The City of Miami Beach has the option to renew
the contract at the sole discretion of the City Manager for an additional three (3),
one (1) year periods, on a year to year basis." The answer given at the pre-bid
meeting indicated that approval was also secured from the contractor for any
extension. Please clarify.
A8: Refer to response A3 above.
Any questions regarding this Addendum should be submitted in writing to the Procurement
Department to the attention of the individual named below, with a copy to the City Clerk's Office at
RafaelGranadomiamibeachfroov.
Procurement Contact:
Arju Yudasto
Telephone:
305-673-7490, ext. 6695
Email:
ArjuYudasto@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission.
Sin erely,
enis
P ocurement Director
2 ADDENDUM NO. 2
INVITATION TO BID (ITB) No. 2019-136-AY
FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND
o ers are reminded to acknowledge receipt of this addendum as part of your ITB submission.
in
Al D n
P
MIAMIBEACH
City of Miami Reach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490 Fax: 786-394-4002
ADDENDUM NO. 1
ITN 2019-136-AY
FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND
March 7, 2019
This Addendum to the above-referenced ITB is issued in response to questions from prospective
proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following
particulars only (deletions are shown by strikethrough and additions are underlined).
I. REVISIONS. Section 0200, Instructions to Bidders, is hereby revised as follows:
72. ADDITIONAL ITEMS / SERVICES. Although this solicitation and resultant contract identifies
specific goods, services or facilities ("items"), it is hereby agreed and understood that the City
may require additional items to be added to the Contract which are ancillary or supplemental to
the items specified herein and required to complete the work. When additional items are
required to be added to the Contract, awarded vendor(s), as applicable to the item being
requested, under this contract may be invited to submit price quote(s) for the additional items.
If these quote(s) are determined to be fair and reasonable, then the additional items will be
awarded to the current contract vendor(s) through either a Purchase Order (or Change Order if
Purchase Order already exists) or an amendment to the Contract. Additional items with a
cumulative value of $50,000 or less may be approved by the City Manager. City Commission
approval is required for additional items with a cumulative value greater than $50,000.
The City may determine to obtain price quotes for the additional items from other vendors
in the event that fair and reasonable pricing is not obtained from the current contract
vendors, or for other reasons at the City's discretion.
II. ATTACHMENTS.
Exhibit A: Previous solicitation ITB No. 2015-042-JR bid tabulation
Exhibit B: Pre-Bid Sign-in Sheet
A forthcomin • addendum will contain responses to • uestions received.
Any questions regarding this Addendum should be submitted in writing to the Procurement Department to
the attention of the individual named below, with a copy to the City Clerk's Office at
RafaelGranadomiamibeachfl.qov.
Procurement Contact: Telephone: Email:
Arju Yudasto 305-673-7490, ext. 6695 ArjuYudasto@miamibeachfl.gov
ocu e ent Director
1 ADDENDUM NO. 1
INVITATION TO BID (ITB) No. 2019-136-AY
FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND
EXHIBIT A:
ITB No. 2015-042-JR bid tabulation
2 ADDENDUM NO. 1
INVITATION TO BID (ITB) No. 2019-136-AY
FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND
Description Qty/Tons
ABC Transfer PRO Grounds Fla. Superior
Price Total Price Total Price Total
1 Concrete Screening Sand 2000 $ 26.50 $ 53,000.00 $ - $ - $ - $ -
2 Crushed Lime Rock Base 1500 $ 20.35 $ 30,525.00 $ - $ - $ - $ -
3 Ballast Rock # 4 150 $ 26.50 $ 3,975.00 $ - $ - $ - $ -
4 Pea Rock 150 $ 26.50 $ 3,975.00 $ - $ - $ - $ -
5 ASTM Rock # 57 1000 $ 26.50 $ 26,500.00 $ - $ - $ - $ -
P.W. Total $ 117,975.00 $ - $ -
6 Mix Soil 70/30 25 $ - $ - $ - $ - $ 33.50 $ 837.50
7 Mix Soil 80/20 25 $ - $ - $ - $ - $ 32.25 $ 806.25
8 Seminole Chips 5 $ - $ - $ - $ - $ - $ -
9 River Rock 5 $ - $ - $ - $ - $ - $ -
10 Mexican Beach Pebbles 5 $ - $ - $ - $ - $ - $ -
11 Chattahoochee River Rock 5 $ - $ - $ - $ - $ - $ -
12 Sand PGP 25 $ 35.00 $ 875.00 $ - $ - $ 25.20 $ 630.00
13 80% Sand / 20% Peat 75 $ - $ - $ - $ - $ 38.10 $ 2,857.50
14 Top Dressing 400 $ 35.00 $ 14,000.00 $ - $ - $ 25.20 $ 10,080.00
15 3/8" Fine chrushed brick 5 $ - $ - $ - $ - $ - $ -
16 Silica 100 $ 35.00 $ 3,500.00 $ - $ - $ 25.20 $ 2,520.00
17 Florida Native Red Baseball Clay 125 $ 85.00 $ 10,625.00 $ - $ - $ 32.50 $ 4,062.50
P&R Total $ 29,000.00 $ - $ 21,793.75
1 Concrete Screening Sand 500 $ 28.50 $ 14,250.00 $ - $ - $ - $ -
2 Crushed Lime Rock Base 1000 $ 22.35 $ 22,350.00 $ - $ - $ - $ -
3 Ballast Rock # 4 50 $ 28.50 $ 1,425.00 $ - $ - $ - $ -
4 Pea Rock 50 $ 28.50 $ 1,425.00 $ - $ - $ - $ -
5 ASTM Rock # 57 500 $ 23.50 $ 14,250.00 $ - $ - $ - $ -
Emergency Total $ 53,700.00 $ - $ -
Grand Total $ 200,675.00 $ - $ 21,793.75
3 ADDENDUM NO. 1
INVITATION TO BID (ITB) No. 2019-136-AY
FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND
EXHIBIT B:
Pre-Bid Sign-in Sheet
4 ADDENDUM NO. 1
INVITATION TO BID (ITB) No. 2019-136-AY
FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND
l e
Cf
7r '&0 -C374
kite
10 1
e
7./41441 444eki/dIxti
3Egr LvER 5 iit.. Tec.44 Di,,•rtztsvroes azwi.vcr-_al,_.ctmA lit, -347-1bso
L'C)tN-1 aw Yr?" , -1!6/ ' (KezdYte • etz,4..,) 0/p27. 7s6 z)9' 33•3 ,
71f;- 77 r`
r,
)424C-1,-AIL.S.
-ere z
'lc 1-
' G7 Ad11_11\__i_AZieviiltac,_11 z
LK\ 6
!fir (S Ofe c CA1
C.1,415
Ca Fad a 1K.4., A Lts,.11-
I P Me cpc.fic p/r:% 111 Ciri, 7E;2 4.
/ X6311
t''CPCut KS) ruryt,,a5e 1.444,161,46E4Ft..• 4(01
2 3C
AAIAMI BEACH
CITY OF MIAMI BEACH
PRE-BID MEETING SIGN-IN SHEET
10:00 AM
Procurement Department
1755 Meridian Ave, 3' Floor
Miami Beach, FL 33139
DATE.
TITLE
March 7. 2019
INVITATION TO BID (ITB) 2019-136-AY FOR PURCHASE OF
AGGREGATE, TOP SOIL. AND SAND
NAME COMPANY NAME
_ (PLEASE PRINT)
Ariu Yudasto
EMAIL ADDRESS PHONE NO.
City of Miami Beach ariuytmlastoOrriamibear,hflgo • 305.673-7490
Procuremert Department' ext. 6695
11
12 I
13
15
16
I
5 ADDENDUM NO. 1
INVITATION TO BID (ITB) No. 2019-136-AY
FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND
NVITATION TO 3ID (11-3)
FOR THE PURCHASE OF AGGREGATE, TOP SOIL, AND SAND
2019-136-AY
BID ISSUANCE DATE: FEBRUARY 28, 2019
BID DUE: APRIL 1, 2019 @ 3:00 PM
ISSUED BY:
MIAMI BEACH
ARJU YUDASTO, PROCUREMENT CONTRACTING OFFICER I
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3 rd Floor, Miami Beach, FL 33139
305.673.7490 x 6695 I ArluYudasto@miamibeachfl.gov I www.miamibeachfl.gov
MIAMI BEACH
TABLE OF CONTENTS
SOLICITATION SECTIONS: PAGE
0100 NOT UTILIZED N/A
0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 3
0300 BID SUBMITTAL INSTRUCTIONS & FORMAT 16
APPENDICES:
APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS
APPENDIX B "NO BID" FORM
APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS
APPENDIX D SPECIAL CONDITIONS
APPENDIX E COST PROPOSAL FORM
APPENDIX F INSURANCE REQUIREMENTS
ITB 2019-136-AY
2
MIAMI BEACH
SECTION 0200 INSTRUCTIONS TO BIDDERS
1. GENERAL.
This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective
Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "bid") to the City for the
City's consideration as an option in achieving the required scope of services and requirements as noted herein. All
documents released in connection with this solicitation, including all appendixes and addenda, whether included
herein or released under separate cover, comprise the solicitation, and are complementary to one another and
together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful
Bidders(s) (the "contractor[s]") if this ITB results in an award.
The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation
opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder
who has received this ITB by any means other than through PublicPurchase must register immediately with
PublicPurchase to assure it receives any addendum issued to this ITB. Failure to receive an addendum may
result in disqualification of proposal submitted.
2. PURPOSE.
The purpose of this bid is to establish a contract, by means of sealed bids, with qualified firm(s) for the supply and
delivery of aggregate, top soil, and sand for the City of Miami Beach on an as needed basis. All materials supplied to
the City under this contract shall meet the requirements of the FDOT Standard Specifications for Road and Bridge
Construction, most recent edition.
On November 25, 2014 the City issued Invitation to Bid (ITB) 2015-042-JR for Aggregate, Top Soil, and Sand. On
February 11, 2015, the Mayor and City Commission awarded contracts to the lowest bidder(s). The existing contract
is scheduled to expire March 2, 2020.
The City of Miami Beach estimates the annual budget for this project to be $170,000.00.
3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows:
ITB Issued February 28, 2019
Pre-Bid Meeting March 07, 2019 at 10:00am
Deadline for Receipt of Questions March 22, 2019 at 5:00pm
Responses Due April 1, 2019 at 3:00pm
Tentative Commission Approval Authorizing Award May 8, 2019
4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact noted below:
Procurement Contact: Telephone: Email:
Yudasto 305-673-7490 x6695 AruYudasto • miamibeachfl soy
additionally, the City Clerk is to be co•ied on all communications via e-mail at: RafaelGranado • miamibeachfl.•ov;
or via facsimile: 786-394-4188.
The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be
received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All
ITB 2019-136-AY
3
MIAMI,BEACH
responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum.
4. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s)
may be scheduled.
A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address:
City of Miami Beach
Procurement Department
Conference Room
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not
mandatory. Proposers interested in participating in the Pre-Bid Submission Meeting via telephone must follow these
steps:
(1) Dial the TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free North America)
(2) Enter the MEETING NUMBER: 9415468
Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this
ITB expressing their intent to participate via telephone.
5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are
not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site
visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this
solicitation. Addendum will be released through PublicPurchase.
6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised
and until an award recommendation has been forwarded to the City Commission by the City Manager are under the
"Cone of Silence." The Cone of Silence ordinance is available at
http://library.municode.com/index.aspx?clientID=13097&statelD=9&statename=Florida . Any communication or
inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception
communications with the Procurement Director, or his/her administrative staff responsible for administering the
procurement process for this solicitation providing said communication is limited to matters of process or procedure
regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the
Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov.
7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following
ordinances/resolutions, which may be found on the City Of Miami Beach website:
http://www.miamibeachfl.qov/city-hall/procurement/procurement-related-ordinance-and-procedures/
• CONE OF SILENCE CITY CODE SECTION 2-486
• PROTEST PROCEDURES CITY CODE SECTION 2-371
• DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3
• LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406
• CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487
• CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT
ISSUES CITY CODE SECTION 2-488
ITB 2019-136-AY
4
MIAMI BEACH
• REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL
BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373
• LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410
• PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND
CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE-
DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374
• FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300
• ACCEPTANCE OF GIFTS, FAVORS & SERVICES CITY CODE SECTION 2-449
8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, before
submitting a Bid, to:
• Examine the solicitation thoroughly.
• Visit the site or structure, as applicable, to become familiar with conditions that may affect costs, progress,
performance or furnishing of the Work.
• Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and
ordinances that may affect costs, progress, performance, furnishing of the Work, or award.
• Study and carefully correlate Bidder's observations with the solicitation.
• Notify the Procurement Director of all conflicts, errors or discrepancies in the solicitation of which Bidder
knows or reasonably should have known.
• The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has
complied with the above requirements and that without exception, the Bid is premised upon performing and
furnishing the Work required by the solicitation and that the solicitation documents are sufficient in scope
and detail to indicate and convey understanding of all terms and conditions for performance and furnishing
of the Work.
9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline
for submittal of bids and will make a reasonable effort to give at least three (3) calendar days written notice of any
such postponement to all prospective Bidders through PublicPurchase.
10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the bid due
date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and
proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code
Section 2-371 shall be barred.
11. JOINT VENTURES. Joint Ventures are not allowed. The City will only contract with the prime contractor.
Proposals may, however, identify other sub-contractors or sub-consultants to the prime contractor.
12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011-
3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern
owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within
five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or
contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the
adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s)
or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written
request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and
service, then the award shall be made to the service-disabled veteran business enterprise.
13. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools,
ITB 2019-136-AY
5
MIAMI BEACH
services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be
otherwise expressly provided in the solicitation.
14. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest
responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended
for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the
City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall
exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems
to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and,
may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids
received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides
that the City may consider the following:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay or interference.
• The character, integrity, reputation, judgment, experience and efficiency of the bidder.
• The quality of performance of previous contracts.
• The previous and existing compliance by the bidder with laws and ordinances relating to the
Contract.
15. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as
available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary),
followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive,
responsible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However,
the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with
any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason.
Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is non-exclusive, and the
City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the
City (either as a co-primary contractor, or as secondary or tertiary contractors). No Purchase Order shall be issued
to Contractor, and no work or Services shall be authorized under this Agreement, except at City's sole discretion.
Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any Services,
unless set forth in a written Purchase Order.
16. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the bidder, which offer shall be
deemed accepted upon award of the bid by the City Commission, or as delegated by the City Commission. Said
award shall constitute a binding Contract between the City and the awarded bidder(s). In case of default on the part
of the successful bidder, after said award, the City may take such action as it deems appropriate, including legal
action, for damages or specific performance. The Contract shall include the solicitation, any and all addenda issued
by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the documents, the order of
preference shall be as follows: 1) Addendum in reverse order of release; 2) Solicitation; 3) Bid Proposal. In case of
default on the part of the successful bidder, the City may procure the items or services from other sources and hold
the bidder responsible for any excess cost occasioned or incurred thereby.
17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods
and services specifically listed in this solicitation from the contractor. However, the City reserves the right to
purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis
ITB 2019-136-AY
6
MIAMI BEACH
through the City's spot market purchase provisions.
18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with
the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that
may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to
the Bidder.
19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award.
Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120)
calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price
before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may
withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by
delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and
City Commission.
20. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from
the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that
meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the
Bidder shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall
be placed in the same response. This provision only applies to formal solicitations for the procurement of goods,
services, items, equipment, materials, and/or supplies.
21. AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters,
information on access for persons with disabilities, and/or any accommodation to review any document or participate
in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY)
five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service).
22. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal
employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance
with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit
discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual
orientation, marital and familial status, and age or disability.
23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the
contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to
any person, company or corporation, without the prior written consent of the City.
24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all
reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and
records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination,
excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents,
papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other
pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the
immediate cancellation of this contract by the City.
25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be
ITB 2019-136-AY
7
MIAMI BEACH
submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will
notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the
Special Conditions.
26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall
be submitted to the ordering City department.
27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give
written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10)
calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in
default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City,
through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without
cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior
written notice to the bidder.
28. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any
informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the
best interest of the City of Miami Beach.
29. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of
the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven
(7) calendar days prior to the scheduled Bid opening date, a request for clarification.
Any interpretation of the Bid, including, without limitation, responses to questions and request for clarification(s) from
bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original
specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum
shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt
of any and all Addendum, and filling in and signing in the spaces provided in Appendix A, No. 14 Acknowledgement
of Addendum. Failure to acknowledge Addendum may deem a bid non-responsive.
The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing
by any City representative, unless issued by the City via formal written Addendum to this Bid.
Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Department, 1755
Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 with a copy to the City Clerk.
30. COLLUSION. Where two (2) or more related parties each submit a bid or bids for any contract, such bids or bids
shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to
the extent of ownership, control and management of such related parties in the preparation and submittal of such bid
or bids. "Related parties" means bidders or the principals thereof which have a direct or indirect ownership interest in
another bidder for the same contract, or in which a parent company or the principals thereof of one (1) bidder have a
direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be
rejected.
Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract
resulting from collusive bidding may be terminated for cause.
31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard
ITB 2019-136-AY
8
MIAMI BEACH
production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees
items offered and delivered to be new, unused, and free from any and all defects in material, packaging and
workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the
manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All
containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging.
32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the
stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been
awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by
the City and the contractor.
33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of
days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time
may become a basis for making an award. Delivery shall be within the normal working hours of the City using
Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding
holidays, from 8:30 A.M. to 4:00 P.M.
34. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time (in calendar days)
for each item. It must be a firm delivery time; no ranges (For example, 12-14 days) will be accepted.
35. DEMONSTRATION OF COMPETENCY.
A. Pre-award inspection of the bidder's facility may be made prior to the award of contract.
B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods
and/or services as described in this Bid.
C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and
have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform
the services if awarded a contract under the terms and conditions of this Bid.
D. the terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and
well established company in line with the best business practices in the industry, and as determined by the
City of Miami Beach.
E. The City may consider any evidence available regarding the financial, technical, and other qualifications and
abilities of a bidder, including past performance (experience), in making an award that is in the best interest
of the City.
F. The City may require bidders to show proof that they have been designated as authorized representatives of
a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also
require material information from the source of supply regarding the quality, packaging, and characteristics
of the products to be supply to the City. Any material conflicts between information provided by the source
of supply and the information contained in the bidder's bid may render the bid non-responsive.
G. The City may, during the period that the contract between the City and the successful bidder is in force,
review the successful bidder's record of performance to ensure that the bidder is continuing to provide
sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the
bidder's performance on contracts awarded to it by the City, the City may place said contracts on
probationary status and implement termination procedures if the City determines that the successful bidder
no longer possesses the financial support, equipment, and organization which would have been necessary
during the bid evaluation period in order to comply with the demonstration of competency required under this
subsection.
ITB 2019-136-AY
9
MIAMI BEACH
36. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be
as follows:
A. Any contract or agreement resulting from the award of this Bid; then
B. Addendum issued for this Bid, with the latest Addendum taking precedence; then
C. The Bid; then
D. The bidder's bid in response to the Bid.
In case of any doubt or difference of opinion as to the items and/or services (as the case may be) to be furnished
hereunder, the decision of the City shall be final and binding on all parties.
37. NOT USED.
38. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such
award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by
the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds
for removing the bidder from the City's bidders list.
39. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid
specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality,
design and construction with all published claims of the manufacturer.
The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified
brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items
offered requires complete descriptive technical literature marked to indicate detailed conformance with
specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS
INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL.
Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides
as to a standard of acceptable product quality level only and should not be construed as an endorsement or a
product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that
product(s) offered conform with or exceed quality as listed in the specifications.
40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears
to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the
City.
41. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a
public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach,
Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this
solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are
protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue
of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the
City on a "first priority" under the emergency conditions noted above.
42. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No
guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is
not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon
the City's actual needs and/or usage during a previous contract period. The City may use said estimates for
ITB 2019-136-AY
10
MIAMI BEACH
purposes of determining whether the low bidder meets specifications.
43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all
conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non-
responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of
the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you
must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The
City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids.
44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the
bidder's facilities at any time, upon reasonable prior written or verbal notice.
45. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any
and all information and documentation submitted therewith, are exempt from public records requirements under
Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides
notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally,
Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to
(a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in
order to perform the services; (b) provide the public with access to public records on the same terms and conditions
that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter
or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for
retaining public records and transfer, at no cost, to the public agency all public records in possession of the
contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential
and exempt from public records disclosure requirements. All records stored electronically must be provided to the
public agency in a format that is compatible with the information technology systems of the public agency.
46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the
bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price,
unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid.
47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid.
48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers,
employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and
costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of
claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting
from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners,
principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and
shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where
applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be
incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required
by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify,
keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein
provided. The above indemnification provisions shall survive the expiration or termination of this Agreement.
ITB 2019-136-AY
MIAMI BEACH
49. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise
provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until
acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City.
If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications,
the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's
expense.
50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection
fees required under the contract; and shall comply with all Applicable Laws.
51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade
County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the
items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of
Applicable Laws will in no way be a cause for relief from responsibility.
52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of
Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume
the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work
complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by
negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with
Applicable Laws.
53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner
and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder
agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified,
and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and
all documentation, certification, authorization, license, permit, or registration currently required by applicable laws,
rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations,
authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of
this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract.
54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions,
and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in
the bid being non-responsive.
55. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of
a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time
will NOT be considered.
Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration
of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid
due date and before said expiration date and letters of withdrawal received after contract award will NOT be
considered.
56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications.
Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These
items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the
City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of
ITB 2019-136-AY
12
MIAMI BEACH
these stipulations may also result in the bidder's name being removed from the City's vendor list.
57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or
non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of
government or non-profit agency.
58. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied
pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act
of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines
levied because of inadequacies to comply with this condition shall be borne solely by the bidder.
59. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and
its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses
for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in
the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design,
device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception,
that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any
way involved in the work.
60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to
comply with Bid specifications, free of damage or defect, and properly invoiced.
61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing
the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity
specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE
quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special
Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be
considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment
terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in
accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be
made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a
consideration in determination of award of bid(s).
62. PRODUCT INFORMATION. Product literature, specifications, and technical information, including
Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM".
However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent.
63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any
person requiring an accommodation at the Bid opening because of a disability must contact the Procurement
Division.
64. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of
items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the
bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid
opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the
bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason
for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Department,
1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139.
ITB 2019-136-AY
13
MIAMI BEACH
65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and
Conditions shall have precedence.
66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from
the successful bidder. However, the City reserves the right to purchase the items from state or other governmental
contract, or on an as-needed basis through the City's spot market purchase provisions.
67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without
previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments
will be returned at the bidder's expense.
68. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes.
69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be
given to bidders certifying that they have implemented a drug free work place program. A certification form will be
required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace
program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to
be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or
the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's
discretion, which will make a recommendation for award to the City Commission.
70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise
violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the
City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to
be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by
the bidder of the written termination notice.
In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work
and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a
consequence of the default.
Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained
by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to
the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from
the successful bidder is determined.
The City may, at its discretion, provide reasonable "cure period" for any contractual violation prior to termination of
the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default
within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this
subsection 1.57.
71. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or
services then remaining to be performed, at any time, by giving written notice to the successful bidder of such
termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all
finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is
terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance
with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services
actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in
assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any
ITB 2019-136-AY
14
MIAMI BEACH
profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total
extent of the City's liability to the successful bidder upon a termination as provided for in this subsection.
ITB 2019-136-AY
15
MIAMI BEACH
SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT
1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed
envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound
copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within
three (3) calendar days upon request from the City. The following information should be clearly marked on the face
of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return
Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected.
2. BID PROPOSAL. The Bid Proposal is to include the following:
• TAB 1 — Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed
mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non-
responsive. All corrections on the Cost Proposal Form shall be initialed.
FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE
ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING . DEEMED NO
RESPONSIVE AND NOT BEING FURTHER CONSIDERED.
• TAB 2 - Bid Certification, Questionnaire and Affidavits (Appendix A).
The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form
(Appendix E), Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A), and Bid Bond (if
applicable). Bid Submittals received that do not include the Cost Proposal Form, completed as required and fully
executed, or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any omitted
documentation within three (3) business days upon request from the City, or the bid may be deemed non-
responsive. Non-responsive bid packages will receive no further consideration.
2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids.
Any Bid received after the deadline established for receipt of proposals will be considered late and not be
accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays,
natural or otherwise.
2019-
16
APPENDIX "A"
Proposal Certification,
Questionnaire &
Requirements Affidavit
ITB 2019-136-AY
For the Purchase Aggregate, Top Soil, and
Sand
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2019-136-AY
17
Solicitation No:
2019-136-AY
Solicitation Title:
For the Purchase of Aggregate, Top Soil, and Sand
Procurement Contact:
Arju Yudasto
Tel:
305-673-7490 x6695
Email:
ArjuYudasto@miamibeachfl.gov
PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT
Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform
prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from
Proposers in order that certain portions of responsiveness, responsibility and other determining factors and
compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements
Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed.
1. General Proposer Information.
FIRM NAME:
NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES:
OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE: ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE: ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal
information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems
necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements.
ITB 2019-136-AY
18
1. Veteran Owned Business. Is Pro oser claiming a veteran owned business status?
YES NO
SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is
certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal
government, as required pursuant to ordinance 2011-3748.
2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier
Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the
City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer.
The Proposer shall request the SQR report from D&B at:
https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Proposers are responsible for the
accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information
contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For
assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495.
SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City,
with bid or within three (3) days of request.
3. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family
member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must
disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the
Proposer entity or any of its affiliates.
SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member
(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of
any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its
affiliates
4. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work
similar in size and nature as the work referenced in solicitation.
SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact
Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided.
5. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had
a contract cancelled due to non- erformance by
I
ns_ij
i
blic sector agency?
YES NO
SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to
action(s).
6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform
laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all
applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,
as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance.
SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling
financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not
each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the
office of Mayor or City Commissioner for the City of Miami Beach.
7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the
City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with its
proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply
with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision
of the City of Miami Beach and Miami Dade County.
SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,
Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics,
available at http://www.miamibeachfl.povicitv-hall/procurement/procurement-related-ordinance-and-procedures/
ITB 2019-136-AY
19
2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health
• !; AA th. • e .
8.
3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health
•
e - ee e• ••••:: e•-•• e - . - - . . eee - e -es e-•. -
fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is
available at http://www.miamib achfl.clovioity klallior-esuf-cmcntipr-asuf-cmcnt related-ordinance and procedures/.
e .ee .e.• -e. -e t •
• .• te....-• ee: - e
the living wage requirement. Any payroll request made by the City during the contract term shall be completed electronically via the
9. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited
contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more
calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business
with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their
employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a
Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United
States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami
Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees?
YES NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to
domestic partners of employees?
YES
NO
C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified.
Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other
benefits are provided directly to the spouse or domestic partner, such as medical insurance.
BENEFIT Firm Provides for
Employees with
Spouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance
providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To
comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application
(attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City
Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal
Benefits requirement is available at http://www.miamibeachfi.aovicity-hall/procurement/procurement-related-ordinance-and-
procedures/
ITB 2019-136-AY
20
10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that 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, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or
reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals,
proposals, or replies 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 following the date of being placed on
the convicted vendor list.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. -
11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the
business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the
blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national
origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it
is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code.
12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution
2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as
the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on
behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these
states.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it
is and shall remain in full compliance with Resolution 2016-29375.
13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a
competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices,
and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair
Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an
applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment
positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a
statement on an employment application that a person with a criminal record may not apply for the position.
SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies
that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide
the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the
representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for
cause of the agreement, in addition to any damages that may be available at law and in equity.
14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation
which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer
having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely
responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of
Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to
obtain and acknowledge receipt of all addenda may result in proposal disqualification.
Initial to Confirm
Receipt
Initial to Confirm
Receipt
Initial to Confirm
Receipt
Addendum 1 Addendum 6 Addendum 11
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
If additional confirmation of addendum is required, submit under separate cover.
ITB 2019-136-AY
21
DISCLOSURE AND DISCLAIMER SECTION
The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any
action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make
any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance
of an award, shall be without any liability or obligation on the part of the City.
In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may
accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may
determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation.
Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial
and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors,
shareholders, partners and employees, as requested by the City in its discretion.
The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to
assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any
information in this solicitation.
Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should
rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or
representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its
agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval.
The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be
made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally
relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this
solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal.
This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance
only, and does not constitute all or any part of an agreement.
The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable
definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive
agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no
reason, without any resultant liability to the City.
The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as
required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida
Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public
records.
Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer
acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement
information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation.
Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information,
and belief.
Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment
by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action
or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous
sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no
liability on the City.
In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the
provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be
governed by and construed in accordance with the laws of the State of Florida.
ITB 2019-136-AY
22
PROPOSER CERTIFICATION
I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal;
Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this
solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure
and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the
solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to
comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal
with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that
all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records
Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and
Requirements Affidavit are true and accurate.
Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative:
Signature of Proposers Authorized Representative: Date:
ITB 2019-136-AY
23
APPENDIX B
"No Bid" Form
ITB 2019-136-AY
For the Purchase of Aggregate, Top
Soil, and Sand
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Note: It is important for those vendors who have received notification o
this solicitation but have decided not to respond, to complete and submi
the attached "Statement of No Bid." The "Statement of No Bid" provide
the City with information on how to improve the solicitation process
Failure to submit a "Statement of No Bid" may result in not being notifie
of future solicitations by the City.
ITB 2019-136-AY
24
Statement of No Bid
WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR
REASON(S) CHECKED AND/OR INDICATED BELOW:
Workload does not allow us to proposal
Insufficient time to respond
Specifications unclear or too restrictive
Unable to meet specifications
Unable to meet service requirements
Unable to meet insurance requirements
_Do not offer this product/service
OTHER. (Please specify)
We do do not _ want to be retained on your mailing list for future proposals
of this type product and/or service.
Signature:
Title:
Legal Company Name:
Note: Failure to respond, either by submitting a proposal or this completed form,
may result in your company being removed from our vendors list.
PLEASE RETURN TO:
CITY OF MIAMI BEACH
PROCUREMENT DEPARTMENT
ATTN: Arju Yudasto, Procurement Contracting Officer I
PROPOSAL # 2019-136-AY
1755 MERIDIAN AVENUE, 3rd FLOOR
MIAMI BEACH, FL 33139
ITB 2019-136-AY
25
APPENDIX C
Specifications
ITB 2019-136-AY
For the Purchase of Aggregate, Top
Soil, and Sand
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3r d Floor
Miami Beach, Florida 33139
ITB 2019-136-AY
26
1. Minimum Eligibility Requirements. Intentionally Omitted.
2. Specifications. The following specifications shall be considered the minimum acceptable
requirement for each item. In cases where the specification is silent or unclear, all items, as
applicable, supplied to the City of Miami Beach pursuant to this ITB shall comply with the standards
or specifications established by the Florida Department of Transportation (FDOT). The Florida
Department of Transportation Standard Specifications for Road and Bridge Construction is
incorporated herein by reference.
3. Aggregate. When applicable, materials shall comply with the requirements of FDOT Standard
Specifications for Road and Bridge Construction:
DIVISION III - MATERIALS
Section 901 (ALL) — Coarse Aggregate
Section 911 (ALL) — Base and Stabilized Base Limerock Base
3.1. Crushed Lime Rock: As per FDOT specification 911, Based and Stabilized
Base Limerock Base. This limerock shall be obtained from pits from which all
overburden has been removed prior to blasting. It shall show no tendency to air
slake or undergo chemical change under exposure to weather. For purposes of
geological designation, all limerock mined below the 28th degree parallel of latitude
in the State of Florida shall be considered only under the classifications of limerock
— Miami Oolite Formation.
The minimum percentage of carbonates of calcium and magnesium in the limerock
material shall be 70. The maximum percentage of water-sensitive clay mineral
shall be 3. The maximum percentage of organic matter shall be 0.5.
Any constituents other than the above shall be silica or inert material. The
material shall be non-plastic. The material shall be uniform in quality and shall not
contain cherty or other extremely hard pieces, or lumps, balls, or pockets
detrimental to the proper bonding, finishing or strength of limerock base.
At least ninety-seven (97) percent (by weight) of the material shall pass a 3'/2 inch
sieve and the material shall be graded uniformly down to dust. The fine material
shall consist entirely of dust fracture.
The fragmenting or breaking up shall be done in the pit or elsewhere, prior to
being loaded on bidder's truck, provided the specified gradation requirements are
obtained.
3.2. Ballast Rock #4: As per FDOT specification 901, for course aggregate.
3.3. Pea Rock: As per FDOT specifications 901-1.1 through 901-1.4, for course
aggregate. Rock size #89 unless otherwise specified at the time order is placed.
ITB 2019-136-AY
27
3.4. A.S.T.M. Rock # 57: As per FDOT code #10, for coarse aggregate.
NON-FDOT MATERIALS
3.5. Seminole chips: deep brownish red, crushed (1", 1"-3") (Bagged)
3.6 River rock: brown with cream and white, smooth rounded pebbles, IA" - 1/2",
straight 3/4" (Bagged)
3.7 Mexican beach pebbles: -Black 5-8" (Bagged)
3.8 Chattahoochee River Rock: decorative natural stones or marble (bagged)
3.9 Fine Crushed Brick: 3/8" fine crushed brick (by tons)
3.10 Decomposed Granite: grey colored granite rock that is broken down
3.11 Crushed Coquina: mix of 50% crushed limestone and 50% crushed sea
shell
4. Top Soil. Topsoil shall consist of natural loam, sandy loam, silty loam, silty clay loam or clay
loam humus-bearing soils adapted to the sustenance of plant life and such topsoil shall be neither
excessively acidic nor excessively alkaline. The organic content of the topsoil shall be not less than
5% or more than 15%.
4.1 Mix Soil 70/30: Silica quartz sand, 30% organic Florida peat, must pass
through a # 4 sieve.
4.2. Mix Soil 80/20: quartz sand, constituency of the mixture must pass through a
# 4 sieve, 20% organic Florida peat F.O.B. Pit
5. Sand. When applicable, materials shall comply with the requirements of FDOT Standard
Specifications for Road and Bridge Construction:
DIVISION III - MATERIALS
Section 902 (ALL) — Fine Aggregate
5.1. 80% Divot Mix Sand and 20% Peat Humus Topdressing: Material tested
and approved FDOT Spec (or approved equal)
NON-FDOT MATERIALS
5.2. Concrete Screening: Crushed limerock and natural sand, course grade.
Sieve size #4 screening to be no larger than .187 of an inch.
ITB 2019-136-AY
28
5.3. Sand PGP: # 220 SILICA TRAP (Silica Sand)
5.4. Top dressing sand (304): Spec 304 USGA
5.5. Top dressing sand (329): Spec 329 DOT
5.5 Silica (Quartz) Beach Sand: shall be composed only of naturally occurring
hard, strong, durable, uncoated grains of quartz, reasonably from coarse to fine.
5.6.Florida Native Red Baseball infield Clay/Sand: Red in color, approximately
30% clay 70% sand; typical of red clay or terra cotta. Composition for baseball
infield surface use, free of rock, roots, soil, sand pockets and any other foreign
matter.
ITB 2019-136-AY
29
APPENDIX D
MIAMI'S
Special Conditions
ITB 2019-136-AY
For the Purchase of Aggregate, Top
Soil, and Sand
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3r d Floor
Miami Beach, Florida 33139
ITB 2019-136-AY
30
1. TERM OF CONTRACT. This contract shall remain in effect for two (2) years from date of
contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew
the contract at the sole discretion of the City Manager for an additional three (3), one (1) year
periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not
a right of the Contractor. Such option will be exercised, if at all, only when it is in the best interest
of the City of Miami Beach.
In the event that the contract is held over beyond the term herein provided it shall only be from a
month-to-month basis only and shall not constitute an implied renewal of the contract. Said month
to month extension shall be upon the same terms of the contract and at the compensation and
payment provided herein, and shall not exceed six (6) months.
2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT. If the bidder is awarded a
contract under this bid solicitation, the prices quoted by the bidder on the Bid Form shall remain
fixed and firm during the two (2) year term of this contract; provided, however, that the bidder may
offer incentive discounts from this fixed price to the City at any time during the contractual term.
2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT: The contract could be
extended for an additional three (3), one (1) year terms, on a year to year basis, at
the sole discretion of the City Manager. Prior to completion of each exercised
contract term, the City may consider an adjustment to price based on Consumer
Price Index increase. Change shall not be more than the percentage increase or
decrease in the Consumer Price Index CPI-U (all urban areas) computed 60 days
prior to the anniversary date of the contract.
It is the vendor's responsibility to request any pricing adjustment under this
provision. For any adjustment to commence on the first day of any exercised
option period, the vendor's request for adjustment should be submitted 60 days
prior to expiration of the then current contract term.
The vendor adjustment request must clearly substantiate the requested increase.
If no adjustment request is received from the vendor, the City will assume that the
vendor has agreed that the optional term may be exercised without pricing
adjustment. Any adjustment request received after the commencement of a new
option period may not be considered.
3. METHOD OF PAYMENT. The vendor shall submit an invoice to the City user department(s) that
requested the service through a purchase order. The date of the invoices shall not exceed thirty
(30) calendar days from the date service was provided. Under no circumstances shall the invoice
be submitted to the City in advance of the services being provided. In addition the invoice shall
reference (or include a copy of) the corresponding documentation (pick-up ticket number) that was
signed by an authorized representative of the City user department at the time the service was
provided. Failure to submit invoices in the prescribed manner will delay payment.
4. DELIVERY REQUIREMENTS: The vendor shall have cement concrete plant-mix products,
asphalt concrete, or aggregate, top soil, and sand, available for delivery, within 2 calendar
business days after the date the order is scheduled by authorized City personnel, unless otherwise
ITB 2019-136-AY
31
agreed to by the parties. All deliveries shall be made in accordance with good commercial practice
and all required delivery timeframes shall be adhered to by the vendor(s); except in such cases
where the delivery will be delayed due to acts of nature, strikes, or other causes beyond the control
of the vendor. In these cases, the vendor shall notify the City of the delays, in advance of the
original delivery date, so that a revised delivery schedule can be appropriately considered by the
City.
Upon delivery, all materials shall be unloaded by the vendor. Delivery shall be prior to 3:30 PM,
Monday through Friday with-in the City of Miami Beach, which are considered REGULAR HOURS.
From time to time the City may place orders for NON-REGULAR HOURS which are emergency
orders to be delivered after hours (weekdays after 3:30 pm), weekends (Saturdays and Sundays)
and/or Holidays.
Should the vendor(s) to whom the contract(s) is awarded fail to deliver in the number of days
stated above, the City reserves the right to cancel the order seek the items from another vendor,
and charge the incumbent vendor for any re-procurement costs. If the vendor fails to honor these
re-procurement costs, the City may terminate the contract for default.
Certain City employees may be authorized in writing to pick-up materials under this contract.
Vendors shall require presentation of this written authorization. The vendor shall maintain a copy
of the authorization. If the vendor is in doubt about any aspect of material pick-up, vendor shall
contact the appropriate user department to confirm the authorization.
5. BACK ORDER ALLOWANCES: The City shall not allow any late deliveries attributed to product
back order situations under this contract. Accordingly, the vendor is required to deliver all items to
the City within the time specified in this solicitation and resultant contract; and no grace period on
account of back order situations shall be honored, unless written authorization is issued by the user
department, and a new delivery date is mutually established. In the event that the vendor fails to
deliver the products within the time specified, the City reserves the right to cancel the order, seek
the items from another vendor, and charge the incumbent vendor for any re-procurement costs. If
the vendor fails to honor these re-procurement costs, the City may terminate the contract for
default.
6. WARRANTY/GUARANTEE REQUIREMENTS:
6.1 TYPE OF WARRANTY COVERAGE REQUIRED: In addition to all other
warranties that may be supplied by the bidder, the bidder shall warrant its product and/or
service against faulty labor and/or defective material upon delivery of material to the City.
This warranty requirement shall remain in force for the full period identified above;
regardless of whether the bidder is under contract with the City at the time of defect. Any
payment by the City on behalf of the goods or services received from the bidder does not
constitute a waiver of these warranty provisions.
6.2 CORRECTING DEFECTS COVERED UNDER WARRANTY: The bidder shall be
responsible for promptly correcting any deficiency, at no cost to the City, upon delivery,
and after the City notifies the bidder of such deficiency in writing. If the bidder fails to
honor the warranty and/or fails to correct or replace the defective work or items within the
ITB 2019-136-AY
32
period specified, the City may, at its discretion, notify the bidder, in writing, that the bidder
may be debarred as a City bidder and/or subject to contractual default if the corrections or
replacements are not completed to the satisfaction of the City within 2 calendar days of
receipt of the notice. If the bidder fails to satisfy the warranty within the period specified in
the notice, the City may (a) place the bidder in default of its contract, and/or (b) procure the
products or services from another vendor and charge the bidder for any additional costs
that are incurred by the City for this work or items; either through a credit memorandum or
through invoicing.
7. QUANTITIES. The quantity or amount specified herein are estimated only and not a
commitment or guarantee of the amounts required by the City under this Bid. Vendor is not
authorized to manufacture, produce, ship or perform unless it has received a release or request for
a specific quantity for items/materials specified in the contract ordered pursuant to this bid by an
authorized representative of the City. All invoices must be equal to or less than the cost specified
in the contract. The City shall not be obligated or liable for any payments in excess of the amounts
released or requested pursuant to this bid or for unit prices that exceed those stipulated in the
contract.
ITB 2019-136-AY
33
APPENDIX E
Cost Proposal Form
ITB 2019-136-AY
For the Purchase of Aggregate, Top
Soil, and Sand
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2019-136-AY
34
APPENDIX E
COST PROPOSAL FORM
Failure to submit Appendix E, Cost Proposal Form, in its entirety and fully executed by the deadline established
for the receipt of proposals will result in proposal bein • deemed non-responsive and bein • reected.
Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in
full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form
(Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E)
completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form
(Appendix E) shall be initialed.
Item Description
AGGREGATE— Aggregate to be delivered to the City at the
Estimated
Annual
Quantity
following unitprices
1,500
U I M
TN
in accordance
Unit Cost
with the bid specifications.
$
Total
(Quantity X Unit_Cost)
$ 1 Crushed Lime Rock Base
2 Ballast Rock # 4 150 TN $ $
3 Pea Rock 150 TN $ $
4 A.S.T.M. Rock # 57 1,000 TN $ $
5
Seminole Chips Deep Brownish Red,
crushed (1", 1"-3"): (Bagged)
5 Pallets
(60, 40 lb
bags)$ $
6
River Rock Brown with cream and white,
smooth rounded pebbles, 1/4" - %", straight
3/4": (Bagged)
5
Pallets
(60, 40 lb
bags) $ $
7
Mexican Beach Pebbles -Black 5-8"
(Bagged)
5 Pallets (60,
bag0
s)lb $
$
8 Chattahoochee River Rock (Bagged)
5
Pallets
0, 40
(6 bags)
lb ,,,
41 $
g 3/8" Fine Crushed Brick 5 TN $ $
10 Decomposed Granite 150 TN $ $
11 Crushed Coquina 300 TN $ $
TOP SOIL — Top Soil to be delivered to the City at the following unit prices in accordance with the bid specifications
12
Mix Soil 70/30, Silica quartz sand, 30%
organic Florida peat, must pass through a #
4 sieve
25
TN $ $
13
Mix Soil 80/20, quartz sand, constituency of
the mixture must pass through a # 4 sieve,
20% organic Florida peat F.O.B. Pit
25
TN $ $
SAND— Sand to be delivered to the City at the following uni prices in accordance with the bid specifications.
14
80% Divot Mix Sand and 20% Peat Humus
Topdressing Material tested and approved
Florida DOT Spec (or approved equal).
75
TN $ $
is Concrete Screening Sand 2,000 TN $ $
16 Sand PGP # 220 SILICA TRAP (Silica Sand) 25 TN $ $
17 Top dressing sand Spec 304 USGA 400 TN $ $
ITB 2019-136-AY
35
18 Top dressing sand Spec 329 DOT 400 TN $ $
19 Silica (Quartz) Beach Sand 100 TN $ $
Florida Native Red Baseball infield
Clay/Sand. Red in color, approximately 30%
clay 70% sand; typical of red clay or terra
cotta. Composition for baseball infield
surface use, free of rock, roots, soil, sand
20 pockets and any other foreign matter. 125 TN $ $
ADDITIONAL FEES FOR NON-REGULAR HOURS (REFER TO APPENDIX D, Section 4)
Item Description U I M
Unit Cost
1
Mobilization charge to open and operate plant
on weekdays, weekends (Saturdays and
Sundays), and holidays after plant operational
hours. Per Order
2
Additional charge to deliver on weekdays,
weekends (Saturdays and Sundays), and
holida s after slant oserational hours. Per Ton
3
Emer enc Delive Char se Per Order
Bidder's Affirmation
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2019-136-AY
36
APPENDIX F
MI AN\
Insurance Requirements
ITB 2019-136-AY
For the Purchase of Aggregate, Top
Soil, and Sand
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2019-136-AY
37
MIAMI BEACH
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is required to
maintain throughout the term of the contract and any renewal periods.
XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for
bodily injury property damage to include Premises/ Operations; Products, Completed Operations and
Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement
exactly as written in "insurance requirements" of specifications).
XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included.
4. Excess Liability - $ .00 per occurrence to follow the primary coverages.
XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the
certificate.
6. Other Insurance as indicated:
Builders Risk completed value .00
Liquor Liability .00
Fire Legal Liability .00
Protection and Indemnity .00
Employee Dishonesty Bond .00
Other .00
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating B+:VI or better, latest edition.
XXX 9. The certificate must state the proposal number and title
The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject
to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable
Statutes.
ITB 2019-136-AY
38
ATTACHMENT C
CONSULTANTS RESPONSE TO THE (ITB)
Detail by FEI/EIN Number Page 1 of 2
Flonda Department of State
DIVISION OF CORPORATIONS
Di mot r cif
,191V.Org r. EL.
40,..000"0""'"7.,..0.00.1•Pft...., an otfictill ut Ruticki webgie
Department of State / Division of Corporations / Search Records / Detail By Document Number /
Detail by FEI/EIN Number
Florida Profit Corporation
AUSTIN TUPLER TRUCKING, INC.
Filing Information
Document Number 406557
FEI/EIN Number 59-1426412
Date Filed 08/09/1972
State FL
Status ACTIVE
Last Event AMENDMENT
Event Date Filed 08/26/1998
Event Effective Date NONE
Principal Address
6570 SW 47TH CT.
FT LAUDERDALE, FL 33314
Mailing Address
6570 SW 47TH CT.
FT LAUDERDALE, FL 33314
Registered Agent Name & Address
TUPLER, AUSTIN
6570 S W 47TH CT
FT LAUDERDALE, FL 33314
Officer/Director Detail
Name & Address
Title VD
TUPLER, AUSTIN W
6570 S.W. 47TH CT.
FT LAUDERDALE, FL
Title PD
TUPLER, GLEN D.
6570 SW 47 CT
DAVIE, FL 33314
Title VD
hap ://search.sunb iz.org/Inquiry/C orporationSearch/S earchResultDetail?inqui ... 5/8/2019
TUPLER, MARC A.
6570 SW 47 CT
DAVIE, FL 33314
Annual Reports
Report Year Filed Date
2017 01/10/2017
2018 01/12/2018
2019 01/16/2019
Document Images
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
01/16/2019 -- ANNUAL REPORT
01/12/2018 -- ANNUAL REPORT
01/10/2017 ANNUAL REPORT
01/06/2016 -- ANNUAL REPORT
01/07/2015 — ANNUAL REPORT
01/09/2014 — ANNUAL REPORT
01/22/2013 -- ANNUAL REPORT
01/03/2012 -- ANNUAL REPORT
01/03/2011 — ANNUAL REPORT
01/05/2010 ANNUAL REPORT
01/05/2009 — ANNUAL REPORT
01/10/2008 —ANNUAL REPORT
02/20/2007 -- ANNUAL REPORT
01/17/2006 — ANNUAL REPORT
01/11/2005 — ANNUAL REPORT
01/16/2004 -- ANNUAL REPORT
01/09/2003 — ANNUAL REPORT
01/30/2002 -- ANNUAL REPORT
01/11/2001 — ANNUAL REPORT
01/24/2000 -- ANNUAL REPORT
01/28/1999 — ANNUAL REPORT
08/26/1998 — Amendment
01/28/1998 ANNUAL REPORT
04/17/1997 — AMENDMENT
01/14/1997 — ANNUAL REPORT
01/24/1996 — ANNUAL REPORT
01/20/1995 — ANNUAL REPORT
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
Detail by FEI/EIN Number Page 2 of 2
Honda Department of State, Division of Corporations
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 5/8/2019
APPENDIX E
Cost Proposal Form
ITB 2019-136-AY
For the Purchase of Aggregate, To 3
Soil, and Sand
PROCUREMENT DEPARTMNT
1755 Meridian Avenue 3 Flo: :r
Miami Becch, 9,Drido 33.3?
Description
Estimated
Annual
Quantity
APPENDIX E
COST PROPOSAL FORM
Failure to Submit Appendix E, Cost Proposal Fotni, in its entirety and fully executed by:rtqoANicIlhiif established
for the re&ai at of a maid result in alto a osal bein. deemed non-res a a fisive and ba re ected.
Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the h
full accordance with the requirements of this ITB, inclusive of its terms, conditions, spec fhations
requirements stated herein, and that no claim will be made on account of any increase :n wage scales.
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provis'or
is allowed herein and has been exercised by the City Manager in advance. The Cost Preposa n
(Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendh E'
completed in pencil shall be deemed non-responsive. All corrections on the Cost Propose
(Appendix E) shall be initialed.
AGGREGATE— Aggregate to be delivered to the City at the following unit prices in accordance with the bid specifications.
1 Crushed Lime Rock Base 1,500 TN $ 16 . 7 5 $ 2 5 , 1 2 5 . 0 0
2 Ballast Rock # 4 150 TN $ 23 .90 s 3,585.00
3 Pea Rock 150 TN $ 2 4 . 2 5 1 $ 3,637 .50
4 A.S.T.M. Rock # 57 1,000 TN $ 2 3. 9 0 $ 2 3, 9 00 . 0 U
5
Seminole Chips Deep Brownish Red,
crushed (1", 1"-3"): (Bagged)
5 Pallets
tg4(:)lb $ No Bid
1
S
6
River Rock Brown with cream and white,
smooth rounded pebbles, W - %", straight
%": (Bagged)
5
Pallets
(60, 401b
tags) $ No Bid $
7
Mexican Beach Pebbles -Black 5-8"
(Bagged)
5 Pallets
(6 ..0)1b $ N o B i d $
8 Chattahoochee River Rock (Bagged) 5
Pallets
(6t0,,a9430)113 $ No Bid $
g 3/8" Fine Crushed Brick 5 TN S No Bid $
10 Decomposed Granite 150 TN $ No Bid $
11 Crushed Coquina 1 300 TN $ N o B I. d $
TOP SOIL — Top Soil to be delivered to the City at the following unit prices in accordance with the bid specifications
12
Mix Soil 70/30, Silica quartz sand, 30%
organic Florida peat, must pass through a #
4 sieve
25
7N $ 46.50 $ 1,162.5()
13
Mix Soil 80/20, quartz sand, constituency of
the mixture must pass through a # 4 sieve.
20% organic Florida peat F.O.B. Pit
25
TN 4 7 . 2 0 $ 1 , 1 8Ci .Ei) $
SAND— Sand to be delivered to the City at the following unit prices in accordance with the bid specifications.
14
80% Divot Mix Sand and 20% Peat Humus
Topdressing Material tested and approved
Florida DOT Spec (or approved equal).
75
TN S N o B i d $
15 Concrete Screening Sand 2,000 TN S 2 3. 5 0 $ 4 7, 0 00 . O U
16 Sand PGP # 220 SILICA TRAP (Silica Sand) 25 TN $ 3 5 . 50 $ SF, 7 . 5 1- '
17 Top dressing sand Spec 3C4 USGA 400 TN $ 36.00 s I.. 4 , 41)0. (it.
ITB 2 -136-AY
2
1 Top dressing sand Spec 329 DOT 400 TN $ 3 5 . 5 0 , $ 14, 200.00
is Slica (Quartz) Beach Sand 100 TN $ 31.25 $ 3,125.00
2
F;orida Native Red Baseball infield
Clay.Sand. Red in color, approximately 30%
c a/ 7C3, sand: typical of red clay or terra
cp;:a. Composition for baseball infield
surface use, free of rock, roots, soil, sand
pockets and any other foreign matter. 125 TN 51.3 SS 412.5 0 '
II
DMQNAL FEES foR NON- " atiRS (REFI*WiENDIX et:Section 4)
1414 • ti
1
Mobilization charge to open and operate plan:
or xeekdays, weekends (Saturdays and
Sundays), and holidays after plant operational
hours.
Additional charge to deliver on weekdays,
weekends (Saturdays and Sundays), and
nolidays after plant operational hours.
Emergency Delivery Charge
Per Order $ No Bid
Per Ton
No Bid
Per Order $ No Bid
,A57,—LIGIJI111111111
company: Austin Tupler Trucking, Inc.
Authcrized Representative: Glen T u p 1 e r
l Ackimm 6570 S.W. 47th Court, Davie, FL 33314
Telephone (954) 583-0801 (305) 949-4143
' Email: tUpler 9 hellSOUth.fiel
-..... Authcrizee Representative's Signature: :k? N ---
....TIM77-=11EIC Int —alma
36
APPENDIX "A"
Proposal Certification,
Questionnaire &
Requirements Affidavit
ITB 2019-136-AY
For the Purchase Aggregate, Top Soil, anc
Sand
PROCUREMENT DEPARTNI.ENT
1755 Meridian Avenue. 3H FLDOI
Miami Beach, Florida 3?.139
77017-77-1-AY
'4c Solicitation Title:
'30-L\'(
For the Purchase of Aggregate, Top Soil, and Sand
Tel
YJ'ia -to 305-673-7490 x6695
ArjuYudasto@miamibeachfl.gov
OROP,I77')AL. CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT
Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform
)rospece Proposers of certan solicitation and contractual requirements, and to collect necessary information from
Proposers in order that certain portions of responsiveness, responsibility and other determining factors and
1:3rr ,PI ance with requ rements may be evaluated. This Proposal Certification, Questionnaire and Requirements
Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed.
1 General Proposer Information.
. :ME: Austin Tupler Trucking, Inc.
`r.:; 'E kRS N B•JSINE SS: 6 , NO. OF YEARS IN BUSINESS LOCALLY:
62
NO. OF EMPLOYEES:
25
.71; , :'PCP )c EZ HAS OPERATED UNDER IN THE LAST 10 YEARS:
-7 " ' • - 41- ( A': [ PE it: HE•\[ QUARTEPSy 6570 S.W. 47th Court . . ..
Davie
I Z
FL
I ZIP CODE:
33314
TELEc, .Ct IE %0 (954) 583-0801 (305) 949-4148
F
( 95 4 ) 583-0801
Y7\1_ -1!) :RESE:
I ZIP CODE:
. ! .; i- AC ?,CLAT REF RESEITATIVE FOP THIS ENGAGEMENT: Glen Tupler
AG:. ....1.;- REP TELEPHCNE NO.: (954) 583-0801 (305) 949-4148
....--.::i..N- REP TOLL FREE NO
.'",:r.L. m - REP E.IVAI tuplerqbellsouth.net
-.7-.:7-1 --f,',7Z i:EVT-i2Arlf)N. NO.: 59-1426412
reEieivas right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal
Or. alplicat'e li::Ensure, resumes of relevant individuals, client information, financial information, or any information the City deems
^(•;:e.,sory tE; the Capacity of the Proposer to oerform in accordance with contract requirements,
3111911111..e
18
1 Veteran Owned Business, Is Proposer claiming a veteran owned business status?
YES 4-7 v NO
SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a do.:umertation eroving tF :lin .s
certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United Sta:es
government, as required pursuant tc ordinance 2011-3748.
2. Financial Capacity. When requested by the City each Proposer shall arrange for Dun & Bradstreet to submit Sut-..(ier
Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered iiiiithaul recept. by 'he
City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the resocrsibili:y of the Proposer,
The Proposer shad request the SQR report from D&B at.
https://supplierportal.dnb.com/webapp/wcsistores/servlet/SupplierPortal?storeld=11696 Proposers are responsible for the
accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information
contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For
assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495.
SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Piper: dreetk: tc ti.
with bid or within three (3) days of request.
3. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, acent, or immediate ra rii/
member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Funher. all Proposers must
disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more ;n the
Proposer entity or any of its affiliates.
SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or imiredia:e farriiy n,,embe.
(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disiAise the name of
any City emplpyee who owns, either directly or indirectly, an interest of ten (10%) percent or more in tt.e Pricoose - entity r ;Iry Its
affiliates N i A
4. References & Past Performance. Proposer shall submit at least three (31 references for whom the Proposer has comp.et,..-1
similar in size and nature as the work referenced in solicitation.
SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1: Firm Name, 2) Centa
Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided.
5. Suspension, Debarment or Contract Cancellation, Has. Proposer ever been debarred, suspended or other legs' vicialor. . nec
a contract cancelled due to non- by jarlyillic sector agency?
YES NO
SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detail ric; :he reasons !ha' led
action(s).
6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Firan:e
laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring tr.& ail
applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanoi;ons,
as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance.
SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) will a centring
financial interest as defined in solicitation. For each individual or entity wito a controlling financial interes• indicate whether or not
each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elects I to the
office of Mayor or City Commissioner for the City of Miami Beach.
7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business ivith tb
City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department :Al-
proposaVresponse or within five (5) days upon receipt of request. The Code shall, at a minimum, recriire the Proposer, to cc.r-pi:
with all applicable governmental rules and regulations including, among others, the confict of interest, lobbring and eth cc
of the City of Miami Beach and Miami Dade County.
SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business E:rics
Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City cf Miami Beach Code of 6: .ics
available at htto://www.miamibeachfi.00vicity-halliprocurement/procurement-related-ordinance-and-oroceduresi
nor C.-t-
ITB 2019-136-AY
tete ingiAag4,- Pureuent ta-Session 2'408 of the-C-ity-of-Miarnt-Bee- mendefi--frain-time to time, covered
en,peeyceesitelk-e paid 1' rates-listed-below
—EffeetReelenuary 1, 2018-reevercd employees-enu-st-eo-paid-a-tiving wage rate-of no I
eare.-benefes-of-at-least-$2.26 per hour, or a living wag
2-. -Effective-denury 1, 2019, covered-erepleye css than $4-1,7-0-per--houFeaiith-heall4
Gar: ben
rata of no Icec than $14.44 per hou
20207-severed-employe
cere-tienefits-of-at-least-$3.22 p t-health-eare-lienefite,
The-ttetne-wege-rate and health ea an-of-the-City-Corn
44,24C•FT-StlfRef Pe•-ice-inclax for alt-Urban-Gensumers (CPI U) MiamilL-auderdoleries
af-Leeer--Stetistee. Netwitiestandng the proeedinfrhe-annual index shall exceed throe percent (3%). The City may also, by
reieletieer . ea4-not-te-inelex-the4eing-letage-r es-it-would-Rat be fiscally-seUnd-to-inepleeeent
&E,14. 4-1-e partieuter-year),
P.4-4:4341-3- 431' 4-3-'.43-G9111 , praiisien shall be deemed 3 inateRal-breaeheueder-this-preposalrunder-le414-the-Gity may, at
its -Ri:3-619:k_R--.11141ecliata4y-de&m-said Proposer as non reeponsive, and may further cubjeet• Proposer to-adelitional-penotties-and
fines. as ereeid:c--ia-the--Crite4--Living Wage-Grefinanese-aa amended. Further information on the Living-Wage-requirecneRt-is
aveleele aieettE4peeveiniamieeschThievieetv-ealliegoeurefeentipfeourement related ordinance-anderefereeeureek
SUBMITTAL-RECUREMEN:14-Na-gclitional-sabnaittal-is4equir-e€1,By4iFtue-of-exesuting this-affWavit-Gla€urrient, Proposer agrees to
the-tiving-wage-requirement. Any payroll request made by the City during-the-contras-term sha
lecr:piessoFsplianoe-portal, LC12-Trasker-{L-GP-T-Faskar-44et)
Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited
c. r erects elk ee et over $100 KO whose contractors maintain 51 or more full time employees on their payrolls during 20 or more
c 33 east weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business
N. di •ne C,e, of Valli Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their
erne ,;yeas Alh domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a
Ceetiactor ,verk witnin the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United
States set attsice of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami
Be aen.
A Does 1.a Jr company previde or offer access to any benefits to employees with spouses or to spouses of employees?
../1 YES NO
E OCOF ;cif c erpaey provide or offer access to any benefits to employees with (same or opposite sex) domestic partners' or to
JJevRti.. p trers of employees? r Vi YES
?leas c hece all benefits that apply to your answers above and list in the "other" section any additicnal benefits not already specified.
Noe. some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other
beeefrs are provided direct), to ,he spouse or domestic partner, such as medical insurance.
, 1 BENEFIT I Firm Provides for
Employees with
Spouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
i--Health ‘./' .../ I
1 Sick Leave v I Family Medical Leave ‘,1
3ereaveinent Leave ,,,
Pecpoee: ,:annot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance
des n you- area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To
:crepe cr inis basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application
attechec) -hitt, all necessary documentation, Your Reasonable Measures Application will be reviewed for consideration by the City
Marager. or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal
Benefits requirement is available at http://www.miamibeachfl.govicity-hall/orocurement/procurement-related-ordinance-and-
prccedures/
-ee-e
20
NO
10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time tirre, stet ee ha: a
person or affiliate who has been placed on the convicted vendor list following a conviction for a public ertity creme may nct stereit a
proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a prc posal pemes :r
reply on a contract with a public entity for the construction or repair of a public building or public work; may not subrre cropcsa:s,
proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a cortractoe s,,ppr er e
subcontractor, or consultant under a contract with any public entity; and may not transact business with any public ent-ty is exeess of
the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date :1 being eie:ed cr
the convicted vendor list.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidale doeurreo on,'"
with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted eendr.,
11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract .veh a mysiress Jmee5 .he
business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the Cio/ Code, ieciudieg
blacklisting, divesting frcri, or otherw:se refusing to deal with a person or entity whey such action is based on race, odor, 7:3t! c;-1.11
origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit cocument. Proposer ag•ees
is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code.
12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Purseart to Feechut
2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina ard ti1issesspp . es .esil as
the purchase of goods cr services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occir on
behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides tc tee City De scte-ced free, these
states.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees t
is and shall remain in full compliance with Resolution 2016-29375.
13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter intc any centred resulting `corn a
competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies. preeti::es,
and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article 'I of Chapter 62 of tie C ty PLC e ;•.F
Chance Ordinance"), and which, among other things, -(i) prohibits City contractors, as an employer, from eteeit or
applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertsire of envoi: eri
positions with a statement that an individual with a criminal record may not apply for the position, ard (16 oronihite pia -jog a
statement on an employment application that a person with a criminal record may not apply for the position.
SUBMITTAL REQUIREMENT: No additional submitta is required at this time. By virtue of executing this affidavit. Precoeer evtifies
that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees V peek-lee
the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of 'I-::
representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termirmen
cause of the agreement,' in addition to any damages that may be available at law and in equity.
14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the scliceat on
which may provide additional information to Proposers or alter solicitation requirements. The City will strive to read every Proposer
having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Pr000sers are so:ely
responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Ackro,.vlecgereent of
Addendum section certifies that the Proposer has received all addendum released by the City pursuant to :hes sokieetion El'ere tr
obtain and acknowledge receipt of all addenda may result in proposal disqualification.
Initial to Confirm
Receipt
Initial to Confirm
Receipt
Initial to Confirm
Receipt
3iln Q0,_ Addendum 1 Addendum 6 Addendum 11
AT" \ • Addendum 2 Addendum 7 Addendum 12
Addendum 3 --....... j
Addendum 8 Addendum 13
Addendum 4 Addendum 9 Acdendu'r 14
Addendum 5 Addendum 10 Addendum 15 _..]
If additional confirmation of addendum is required, submit under separate cover.
I TB 20 1 9-1 36-A7
Date:
3/27/19
Signature of Proposers Authorized Representative:
Name of Proposer's Authorized Representative:
Glen Tupler
Title of Proposer's Autholzed Representative:
President
•N I I
I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's r.r;:-.03al:
Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this
solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure
and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the
solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to
comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal
with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that
all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Rec;ords
Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and
Requirements Affidavit are true and accurate.
. . •^77.72,-, WOW INIMICANIMMINIIMMILIIIVI 1.1TS r- -
I"B 20 I 9-1 36-AY
APPENDIX B
"No Bid" Form
ITB 2019-136-AY
For the Purchase of Aggregate, Top
Soil, and Sand
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ceiv- ati: ad ion Of
•' r.oni-? 1 ' 1 t d h 't 7
f Ick f q t6 i d i provides
c.,, E.,' a iu_rnt
stir• jo ,.prcess-,,
f ita 44.. 1:t i i'ifitifie
24
AUSTIN TUPLER TRUCKING, INC.
Miami Beach Invitation to Bid for he Purchase of Aggregate, Top Soil, and Sand
2019-136-AY
Page 19
3. This paragraph is not applicable to the Proposer.
6. This paragraph is not applicable to the Proposer.
7. Austin Tupler Trucking, Inc. (Proposer) shall adopt the City of Miami Beach Ccde of Ethics, a
copy of which is attached hereto.
4. References:
American Engineering & Dev. Corp.
11765 Okeechobee Road
Hialeah Gardens, FL 33016
Contact Person: David Guerra, Vice President e-mail dguerra@aedcorp.com
Phone (954) 825-9800 FAX (305) 825-9806 cell: (954) 825-0543
We have been working for them for he last 15 to 20 years hauling sand and aggregate products as in your
bid.
Ryan, Inc.
11700 S. Powerline Road, #H
Deerfield Beach, FL 33442
Contact Person: Oscar Villada, Senior Estimator
Phone (954) 427-5599 FAX (954) 427-5504
e-mail ovillada@rvanfl.com
cell: (954) 868-0125
We have been working for them for the last 15 to 20 years hauling sand and aggregate products as in
you bid.
City of Margate Co-op Bid
5790 Margate Blvd.
Margate, FL 33063
Contact Person: Spencer Shambray, Purchasing Agent
Phone (954) 321-0507 FAX (954) 935-5258
e-mail purchase@margatefl.com
We have done this bid for the past 13 years for various cities in Broward, Palm Beach and Miami-Dace
Counties. We haul sand and aggregate products the same as in your bid on a weekly basis.
0 ACCIRD CERTIFICATE OF LIABILITY INSURANCE ‘fte...'-''
DATt , 0 5 ' , ')
2/2 1 /2 C19
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERi Si, AUTHCRIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
South Atlantic Insurance
7451 Wiles Road, Suite 103
Coral Springs FL 33067
CONTACT Jack Ebert NAME:
I ,,,c t,„ 54),J1 1:,56 (A/C ,
PHO (954)755-8577 AX N
NEo EMI*
ADDREE-MAIL ss, CERTS@ SATLANTICINS . COM
INSURER(S) AFFORDING COVERAGE .1. r. 8
mswmnA:Indian Harbor Insurance Comriy 36940
INSURED
AUSTIN TUPLER TRUCKING INC.
6570 SW 47TH COURT
FT. LAUDERDALE FL 33 314
INSURER a: HUDSON INSURANCE COMPANY 25054
INSURER C : Crum & Forster Specialty_ Ins Co 42471
INSURER 0: StarStone Specialty Insurance 44776
INSURER S :
INSURER F :
COVERAGES
CERTIFICATE NUMBER:MASTER CERT 3/2019
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLI0`t PER:CD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO \i'.1-fiCH -KS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT -0 ALL THE 'ER MS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR TYPE OF INSURANCE ADM_
Nag
SUER
wvo POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP
inimiocrYrrn L. VITS
A
X
GENERAL LABILITY
COMMERCIAL GENERAL LABILITY
X 3901500086-00 3/1/2019 '/1/2020
EACH COCUPREN';( S 1 r,C0,0C0
DAMAGE ri RE; .T7,-.0 '1
PREMISES ita cos ,r erzi 1 1 c D , OC 0
CLAIMS-MADE ( X I OCCUR MED EXP (Any cis, csrs,)r) 3 5,000
PERSONAL & ADV 'I,J..,PY 5 1 CCC, OCO
GENERALFG SRC-GATE 3 2,000,000
GENE-AGGREGATE LIMITAPPLIES PER:
7X1 POLICY 7 VP-, i LOC
PRODUCTS - COMP/OP AGO S INCLUDED
DEDUCT BLE S 500
B
---
-
-
X
AUTOMOBILE LABILITY
ANY AUTO
ALL OWNED
AUTOS
HIRED AUTOS
PO DEO 51000
v ''' SCHEDULED
AUTOS
NON-OWNED
AUTOS
X 9TU000028-00 9/16/20:8 ./16/2319
COMBINED SINGLE LMIT
(Ea scciden.) S 1.000 000
BODILY IN. URY (Per persor) S
BODILY IN_URY (Per accrienl .3
PROPERTY DAMAGE
(Per acc•det.t) 3
PIP-Basic 3 10 , 0 CO
c
-
X
UMBRELLA LAB
EXCESS LAB
X - OCCUR
CLAIMS-MADE
300103967 3/1/2019 3/1/2020
EACH OCCURRENCE 5 1,000,000
AGGREflATE 1,000,000
DED I I RETENTION S
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED'
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
YIN
- N /A
WC SEA -U• I OTH•
TORY -WITS FR
EL EACH ACCIDENT S
E.L. DISEASE • EA EVPLOYES 5
E.L DISEASE - PDLOY :Air 3
D POLLUTION LIABILITY 54484E191MM 1/29/2019 /29/2320 DEDUCT BLL 52,5'0 1,000,000
AGGREGATE 2,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
SEE VEHICLE LIST ATTACHED
SCOPE OF BUSINESS: HAULING SAND AND GRAVEL FOR HIRE
RE: ITB 2019-136-AY - PURCHASE OF AGGREGATE, TOP SOIL AND SAND
CERTIFICATE HOLDER
CANCELLATION
CITY OF MIAMI BEACH
ADDITIONAL INSURED
1755 MERIDIAN AVE. 3RD FLOOR
MIAMI BEACH, FL 33139
I
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THEEXPIRATIONDATETHEREOF,NOTICEWILLBEDELIVEREDIN
ACCORDANCEWITHTHEPOUCYPROVIWONS.
AUTHORIZED REPRESENTATIVE
JACK EBERT/CLAUDY Z-: ,,, 1 ,
ACORD 25 (2010/05)
1988-2010 ACORD CORPORATION. All rights reseriod.
INS025 (201005)G1
The ACORD name and logo are registered marks of ACORD
PRODUCER
Robertson Ryan & Associates, Inc
6015 Durand Avenue Suite 300
Racine WI 53406
INSURED
Harbor America Holdings Inc. LCF
Austin Tupler Trucking, Inc.
21977 E Wallis Drive
Porter TX 77365
HAREAME-01
ACORD CERTIFICATE OF LIABILITY INSURANCE DATE M7ett .resilf )
2/2512019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
CONTA
P
N
H
A
O
M
N
E
E
:
CT Mark H Denman
(A/C. No Extl• 262-504-3843 •NC. No] .6,.:-833-3.94
E-MAIL
ADDRESS: mdenman@robertsonryan.com
INSURER(S) AFFORDING COVERAGE HAIC
INSURER A: Technology Insurance Compary 42376
INSURER B :
INSURER C •
INSURER D :
INSURER E :
INSURER F :
COVERAGES
CERTIFICATE NUMBER: 1988061837 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEC ABOVE FOR THE P01.1:.:Y PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH RESFEcT IC v.i-ilcH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO Aa.. 7 AE FiRMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
AODL TYPE OF INSURANCE INSD
MAR
YVVD
POLICY EFF I POUCY EXP POUCY NUMBER I IMM/DD/YYYY) ! (IMMMONYYY) LIMITS
COMMERCIAL GENERAL LIABIUTY
AMA -- O—RCENTER___ CLAIMS-MADE I OCCUR i
EACH CC:L;RRENCE : 3
PREMISRS Oa cccurercej
MED EXP (Ars./ one person) S
PERSONAL & ADV itiJL FY S
GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 3
POLICY [ T8: LOC PRODUCTS - CCMP/DP AGG 3
OTHER: 3
AUTOMOBILE LIABILITY COMBINE', &NUE .IMIT s
(Ea accIderll __,. —
— ANY AUTO
ALL OWNED
AUTOS
SCHEDULED
AUTOS
BODILY IN.IURY IPer vrson, S ._ _ __.
BODILY IN. URY Ter accider.t1 S
HIRED AUTOS NON-OWNED
AUTOS
PROPERr" CANIA3F $ (Pnr ac,c,deltl
•
_ UMBRELLA LAB
EXCESS UAB
OCCUR
CLAIMS-MADE
I EACH OCCURRENCE
AGGREGATE 43
DED I RETENTIONS 13
A WORKERS COMPENSATION
AND EMPLOYERS' UABIUTY Y / N
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH) —
It yes, describe under
DESCRIPTION OF OPERATIONS below
TWC3779404 3/1/2019 5/1/2019 X I laZTur- I 41-1- 1
E.L.— EACH ACCIDEN," I S 1 C-CA 30.: N1 A —
E.L. DISEASE - FA EMPLOY Ed 3 1 COL, 3.2.0
E.L. DISEASE -, PC JOY LIMIT I S 1 :11 117C
DESCRIPTION OF OPERATIONS f LOCATIONS ! VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
CERTIFICATE HOLDER
CANCELLATION
City of Miami Beach
1755 Meridian ave. 3rd Floor
Miami Beach FL 33139
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESE TAT1VE
V44/1 4E- •
1988-2014 ACORD CORPORATION. All -fights rasorved.
ACORD 25 (2014/01)
The ACORD name and logo are registered marks of ACORD
CERTIFICATE OF INSURANCE
nALLSTATE INSURANCE COMPANY ['ALLSTATE INDEMNITY COMPANY OALLSTATE TEXAS LLOYD'S
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE NO.:DEP - HIS
CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
CERTIFICATE HOLDER NAMED INSURED
Name and Address of Party to Whom this Certificate is Issued Name and Address of Insured
CITY OF MIAMI BEACH
1755 MERIDIAN AVENUE, 3R° FLOOR
MIAMI BEACH, FL 33139
AUSTIN TUPLER TRUCKING, INC.
M&G FILL CORP., GLEN CONTRACTING, INC.
6570 S.W. 47TH COURT
DAVIE, FL 33314
This is to certify that policies of insurance listed below have been issued to the insured named above subject to the expiration date indicated below
notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain
The insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions of such policies.
TYPE OF INSURANCE AND LIMITS
Policy Effective Expiration
COMMERCIAL GENERAL LIABILITY N/A Number Date Date
Limit Amount
GENERAL AGGREGATE LIMIT (Other than Products - Completed Operations)
PRODUCTS - COMPLETED OPERATIONS AGGREGATE LIMIT $
PERSONAL AND ADVERTISING INJURY LIMIT $
EACH OCCURRENCE LIMIT $
PHYSICAL DAMAGE LIMIT $ ANY ONE LOSS
MEDICAL EXPENSE LIMIT $ ANY ONE PERSON
WORKERS' COMPENSATION & Policy Effective Expiration
EMPLOYERS' LIABILITY Number N/A Date Date
Coverage Limits
WORKERS' COMPENSATION STATUTORY - applies only in the following states:
EMPLOYERS'
LIABILITY
BODILY INJURY BY ACCIDENT $ EACH ACC DENT
BODILY INJURY BY DISEASE $ EACH EMP _0-YEE
BODILY INJURY BY DISEASE $ POLICY LIMIT
AUTOMOBILE LIABILITY Policy Effective Expiration
Number 648656635 Date 08/08/18 Date 08/08/19
Coverage Basis Limits
x ANY AUTO x OWNED AUTOS x HIRED AUTOS
(Collision & Comprehensive - $1,000 deductible)
III SPECIFIED AUTOS x NON-OWNED AUTOS
II OWNED PRIVATE PASSENGER AUTOS
M OWNED AUTOS OTHER THAN PRIVATE PASSENGER
Combined Single Limit of Liability
BODILY INJURY & PROPERTY DAMAGE S 1,000,000 EACH ACCIDENT
Split Liability Limits
Bodily Injury Property Damage Each
PERSON
ACCIDENT
UMBRELLA LIABILITY Policy Effective Expiration
Number N/A Date Date
EACH OCCURRENCE GENERAL AGGREGATE PRODUCTS - COMPLETED OPERATIONS AGGREGATE
$ $ $
OTHER (Show Policy Effective Expiration
type of Policy) Number Date Date
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/RESTRICTIONS/SPECIAL ITEMS
CANCELLATION Ron Bradley
Number of days notice 30 Bradley Insurance Group, Inc. 03'221i 9.
Authorized Representative Date
Should any of the above described policies be cancelled before the expiration date, the issuing company will endeavor tc mail within the rJrr ber of days
entered above, written notice to the certificate holder named above. But failure to mail such notice shall impose no obligation or liability of aly kind upon
the company, its agents or representatives.
U10523-2
RESOLUTION NO, 2000-23879
A RESOLUTION OF TEL MAYOR AND CITY COMMISSION OF THE
CITY OF MIAMI BEACH REQUIRING THAT CONTRACTORS ADOPT
A CODE OF BUSINESS ETHICS PRIOR TO ENTERING INTO A
CONTRACT WITH THE CITY OF MIAMI BEACH
WHEREAS, the Greater Miami Chamber of Commerce ("GMCC") adopted a
Model Code of Business Ethics (the "Model Code"); and
WHEREAS, the City of Miami Beach is a member of the GMCC; and
WHEREAS, the Model Code, attached hereto as Exhibit A, is a statement of
principles to help gUide decisions and actions based on respect for the importance of
ethical business standards in the community; and
WHEREAS, the GIviCC encourages its members to adopt the principles and
practices outlined in the Model Code; and
WHEREAS, the Commission believes that each entity which does business with
the City of Miami Beach should be required, as a condition of doing business with the
County to adopt a Code of Business Ethics.
NOW, THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA:
Section 1. Each person or entity that seeks to do business with the City shall
adopt a Code of Business Ethics ("Code") and submit that Code to the City Manager or
his or her designee prior to execution of any contract between the contractor and the City.
The Code of Business shall, at a minimum, require the contractor to comply with all
applicable governmental rules and regulations including, among others, the conflict of
interest, lobbying and ethics provisions of the City Code.
Section 2. The Commission urges the Greater Miami Chamber of Commerce
to require that all of its members adopt the Model Code of Business Ethics.
Section 3. This resolution shall become effective immediately upon its
adoption.
PASSED and ADOPTED this 12th day of April 2000
ATTEST:
YOR
(u(A.)‘
CITY CLERK
APPROVED AS TO
FCRM & LANGUAC:::
& FOR EXECUTIO
GREATER MIAMI CHAMBER OF COMMERCE
MODEL CODE OF BUSINESS ETHICS
STATEMENT OF PURPOSE
The Greater Miami Chamber of CcmmerCe ("GMCC") seeks to create and sustain an ethical business
climate for its members and the community by adopting a Code of Business Ethics. The GMCC
encourages its members to incorporate the principles and practices outlined here in their individual
codes of ethics which will guide their relationships with customers, clients and suppliers. This Model
Code can and should be prominently displayed at all business locations and may be incorporated into
marketing materials. The GMCC believes that its members should use this Code as a model for the
development of their organizations' business codes of ethics.
This Model Code is a statement of principles to help guide decisions and actions based or respect fo 12.e
importance of ethical business standards in the community. The GMCC believes the adopticn of e meahindful ccd
of ethics is the responsibility of every business and professional organization.
Compliance with Government Rules & Regulations
. We will properly maintain all records and post all licenses and certificates
in prominent places easily seen by our employees and customers;
In dealing with government agencies and employees, we will conduct business in
accordance with all applicable rules and regulations and in the open;
We will report contract irregularities and other improper or unlawful business
practices to the Ethics Commission, the Office of Inspector General or
appropriate law enforcement authorities.
Recruitment. Selection & Compensation of Vendors and Suppliers
• We will avoid conflicts of interest and disclose such conflicts when identified;
Gifts which compromise the integrity of a business transaction are unacceptable;
we will not kick back any portion of a contract payment to employees of the other
contracting party or accept such a kickbadk.
Business Accounting
All our financial transactions will be properly and fairly recorded in appropriate
books of account, and there will be no "off the books" transactions or secret
accounts.
Promotion and Sales of Products and Services
• Our products will comply with all applicable safety and quality standards;
We will promote and advertise our business and its products or services in a
manner which is not misleading and does not falsely disparage our competitors;
Doing Business with the Government
We will conduct business with government agencies and employees in a manner
which avoids even the appearance of impropriety. Efforts to curry political
favoritism are unacceptable;
Our bids will be competitive, appropriate to the bid documents and arrived at
independently;
Any challenges to contracts awarded will have a substantive basis and not be
pursued merely because we are the unsuccessful bidder;
• We will, to the best of our ability, perform government contracts awarded at the
price and under the terms provided for in the contract. We will not submit inflated
invoices for goods provided or services performed under such contracts, and
claims will be made only for work actually performed. We will abide by all
contracting and subcontracting regulations.
We will not, directly or indirectly, offer to give a bribe or otherwise channel
kickbacks from contracts awarded, to government officials, their family memcer:3
or business associates.
• We will not seek or expect preferential treatment on bids based on cur
participation in political campaigns.
Pub lid Life and Political Campaigns
We encourage all employees to participate in community life, public service and
the political process;
We encourage all employees to recruit, support and elect ethical and qualified
public officials and engage them in dialogue and debate about business and
community issues;
Our contributions to political parties, committees or individuals will only be made
in accordance with applicable law and will comply with all requirements fcr public
disclosure. All contributions made on behalf of the business must be reported to
senior company management;
• We will not contribute to the campaigns, of persons who are convicted felons or
those who do not sign the Fair Campaign Practices Ordinance.
• We will not knowingly disseminate false campaign information o , support those
who do.
Company Name Corporate Officer
Date
00 AP;? -6 PH 3: 1 9 CITY OF MIAMI BEACH
OFFICE OF THE MAYOR & COMMISSION.
MEMORANDUM
TO: LAWERENCE LEVY
CITY MANAGER
FROM: JOSE SMITH
COMIVIISSIONER
DATE: APRIL 4, 2000
RE: RESOLUTION REQUIRING THAT CONTRACTORS ADOPT A CODE
OF BUSINESS ETHICS BEFORE ENTERING INTO A CONTRACT
'WITH THE CITY OF MIAMI BEACH
Please place the attached resolution on the agenda at the next meeting of the Mayor and City
Commission on April 12, 2000.
JS/jm
Agenda Item
Date 14 — °C)
ATTACHMENT D
INSURANCE REQUIREMENTS
APPENDIX F
MIAMI BEA(
Insurance Requirements
ITB 2019-136-AY
For the Purchase of Aggregate, Top
Soil, and Sand
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3r d Floor
Miami Beach, Florida 33139
ITB 2019-136-AY
37
MIAMI BEACH
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is required to
maintain throughout the term of the contract and any renewal periods.
XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for
bodily injury property damage to include Premises/ Operations; Products, Completed Operations and
Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement
exactly as written in "insurance requirements" of specifications).
XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included.
4. Excess Liability - $ .00 per occurrence to follow the primary coverages.
XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the
certificate.
6. Other Insurance as indicated:
Builders Risk completed value .00
Liquor Liability .00
Fire Legal Liability .00
Protection and Indemnity .00
Employee Dishonesty Bond .00
Other .00
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating B+:VI or better, latest edition.
XXX 9. The certificate must state the proposal number and title
The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject
to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable
Statutes.
ITB 2019-136-AY
38