22-094-02 AGC Electric Inc Fully Executed 2-18-2022DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C CONTRACT NO. 22-094-02
/01AMSEACH
City of Miami Beach, 1755 Meridian Avenue, 3" Floor, Miami Beach, Florida 33139, www.miamibeachfi.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490, Fax: 786-394-4235
SENT VIA E-MAIL TO: tomasOc agcelectric.com
February 22, 2022
AGC Electric Inc.
Tomas V. Curbelo
2660 W 79th Street
Hialeah, FL 33016
Phone: 305-823-2280
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO.
2022 -094 -AY -MAINTENANCE OF STREET LIGHTS ON ALL ROADS WITHIN THE MIAMI
BEACH CITY LIMITS
Dear Mr. Curbelo:
On January 12, 2022, AGC Electric Inc. (the "Contractor") 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 February 9, 2022 meeting, approved the City Manager's recommendation pursuant to the
ITB to award a contract for the maintenance of street lighting on all roads within the Miami Beach
City limits to R&D Electric, Inc. as the secondary vendor. It is important to note that no services
may be performed until such time as insurance has been received pursuant to the ITB and the
City has issued a Purchase Order.
If you have any questions regarding this letter of award notification, you may contact Valerie
Velez, Contract Analyst, Procurement Department, at valerievelez@miamibeachfl.gov or 305-
673-7490 ext. 26905. Otherwise, all other questions should be addressed to the Contract
Manager for this contract, Lys Desir, Assistant Infrastructure Director Public Works Department,
Operations Division Iysdesir(a_miamibeachfl.gov or 305-673-7083.
Sincerely,
EA
DocuSigned by:
IS i A;J
9207E7A769EE4CD_.
Alex Denis
Director Procurement Department
AD/ME/VV
We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community.
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
MIAMI BEACH
SOLICITATION TERMS AND CONDITIONS - SERVICES
(April 13, 2020)
1. GENERAL DISCLAIMERS.
a. 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 Bids made pursuant to this solicitation, or in making any award, or in failing or refusing to make
any award pursuant to such Bids, 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 bids, may accept or reject bids, and may accept bids 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 Bids in response
to this solicitation.
b. The information contained herein is provided solely for the convenience of prospective Bidders. 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. Bidders 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 Bid conforming to these requirements will be selected for consideration, negotiation,
or approval.
c. Bidders are hereby advised that this solicitation is subject to the following ordinances/resolutions (if applicable), which may be found on the
City Of Miami Beach website: https://www.miamibeachfi.gov/city-hall/procuremenVprocurement-related-ordinance-and-procedures/
-CONE OF SILENCE —SECTION 2-486
-PROTEST PROCEDURES —CODE SECTION 2-371
-DEBARMENT PROCEEDINGS —SECTIONS 2-397 THROUGH 2-485.3
-LOBBYIST REGISTRATION AND DISCLOSURE OF FEES — SECTIONS 2-481 THROUGH 2-406
-CAMPAIGN CONTRIBUTIONS BY VENDORS — SECTION 2-487
-CAMPAIGN CONTRIBUTIONS —SECTION 2-488
-EQUAL BENEFITS FOR DOMESTIC PARTNERS — SECTION 2-373
-LIVING WAGE REQUIREMENT — SECTIONS 2-407 THROUGH 2-410
-FALSE CLAIMS ORDINANCE — SECTION 70-300
-ACCEPTANCE OF GIFTS, FAVORS & SERVICES — SECTION 2-449
2. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes
may not submit a bid on a contract to provide any services to a public entity, may not submit a bid on a contract with a public entity for the
construction or repair of a public building or public work, may not submit a bid on leases of real property to public entity, may not be awarded or
perform work as a contractor, supplier, sub -contractor, or consultant under a contract with a public entity, and may not transact business with any
public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being
placed on the convicted vendor list.
3. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS. This solicitation is subject to, and all bidders are expected to be or become familiar
with, all City lobbyist laws. Bidders shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to
any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance.
4. DEBARMENT ORDINANCE: This solicitation is subject to, and all bidders are expected to be or become familiar with, the City's Debarment
Ordinance as codified in Sections 2-397 through 2-406 of the City Code.
5. COMPLIANCE WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This solicitation is subject to, and all bidders 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. Bidders 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 responses, in the event of such non-compliance.
6. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-37379, the bidder shall adopt a Code of Business Ethics ("Code") and
submit that Code to the Procurement Division with its response or within five (5) days upon receipt of request. The Code shall, at a minimum,
require the bidder, 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.
7. AMERICANS WITH DISABILITIES ACT (ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters (five
(5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call
the Public Works Department, at 305-673- 7000, Extension 2984.
8. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline for submittal of bids and will
1 I Solicitation Terms and Conditions — Services April 13, 2020)
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
MIAMI BEACH
SOLICITATION TERMS AND CONDITIONS - SERVICES
April 13, 2020)
make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective bidders through
Bid Sync.
9. PROTESTS. Any protest concerning the specifications or award of this solicitation shall be in accordance with City Code Section 2-371.
Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred.
10. JOINT VENTURES 1 SINGLE PURPOSE ENTITY. Joint Ventures are not allowed. Bids shall be submitted only by the prime contractor. Bids
may, however, identify other sub -contractors or sub -consultants to the prime Bidder who may serve as team members.
11. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, 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 responsive, responsible bidder, by providing such bidder an opportunity of providing
said contractual services for the lowest responsive bid amount (or in this solicitation, the highest 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 solicitation 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.
12. AGREEMENT BY BIDDERS. Any individual that submits a bid in response to this solicitation agrees that any action taken by the City in
response to bids made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Bids, 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.
The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re -advertise this solicitation; postpone or
cancel, at any time, this solicitation process; or waive any irregularities in this solicitation, or in any responses received as a result of this
solicitation.
Reasonable efforts will be made to either award the bidder the contract or reject all bids within one -hundred twenty (120) calendar days after Bid
opening date. In accordance with Section 47 below, a bidder may withdraw its bid after expiration of one hundred twenty (120) calendar days
from the date of bid opening, by delivering written notice of withdrawal to the Procurement Department.
13. COSTS INCURRED BY BIDDERS. All expenses involved with the preparation and submission of Bids, or any work performed in connection
therewith, shall be the sole responsibility (and shall be at the sole cost and expense) of the bidder, and shall not be reimbursed by the City.
14. OCCUPATIONAL HEALTH AND SAFETY. 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.
15. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes.
16. MISTAKES. Bidders are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions
pertaining to the services relative to this solicitation. Failure to do so will be at the Bidder's risk and may result in the Bid being non-responsive.
17. PAYMENT. Payment will be made by the City after the services have been received, inspected, and found to comply with contract
specifications, free of damage or defect, and are properly invoiced.
18. PATENTS & ROYALTIES. 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.
19. DEFAULT. Failure or refusal of the successful Bidder to execute a contract following approval of such contract by the City Commission, or
untimely withdrawal of a bid response before such award is made and approved, may result in a claim for damages by the City, and may be
grounds for removing the Bidder from the City's vendor list.
20. 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. Lack of knowledge or ignorance by the bidder with/of applicable
2 1 Solicitation Terms and Conditions — Services April 13, 20201
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
MIAMI BEACH
SOLICITATION TERMS AND CONDITIONS - SERVICES
April 13, 2020)
laws will in no way be a cause for relief from responsibility. Bidder agrees that the work and 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.
21. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence.
22. NON-DISCRIMINATION. The bidder 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, bidder shall
prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, disability, marital
and familial status, age, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, and political affiliation.
23. 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 as described in this solicitation.
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 solicitation.
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.
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 bidder to show proof that it has 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 comply with contractual obligations 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.
24. 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.
25. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required to complete
the work and shall comply with all applicable laws.
26. OPTIONAL CONTRACT USAGE. When the successful Bidder 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.
27. VOLUME OF WORK. To the extent applicable, it is the intent of the City to purchase the services specifically listed in this solicitation.
However, the City reserves the right to purchase any services awarded from State or other governmental contracts, or on an as -needed basis
through the City's spot market purchase provisions.
28. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows:
A. Any contract or agreement resulting from the award of this solicitation; then
B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then
C. The solicitation; then
D. The bidder's bid in response to the solicitation.
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.
29. INDEMNIFICATION. The 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
3 1 Solicitation Terms and Conditions — Services (April 13, 2020)
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
MIAMI BEACH
SOLICITATION TERMS AND CONDITIONS - SERVICES
April 13, 2020)
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 Bidder or its employees, agents, servants, partners, principals or subcontractors. The
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 Bidder expressly understands and agrees that any insurance protection required by any agreement with the City or
otherwise provided by the 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.
30. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all bids including, without limitation, any and all information and
documentation submitted therewith, are exempt from public records requirements under Section 11 9.07(l), 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, Bidder 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 Bidder 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.
31. OBSERVANCE OF LAWS. Bidders are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances,
codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect
the scope of services and/or project contemplated by this solicitation (including, without limitation, the Americans with Disabilities Act, Title VII of
the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Bidder will
in no way relieve it from responsibility for compliance.
32. CONFLICT OF INTEREST. All bidders must disclose, in their Bid, 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 bidders must disclose the name of any City
employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its affiliates.
33. MODIFICATIONIWITHDRAWALS 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 180 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.
34. EXCEPTIONS TO SOLICITATION. Bidders must clearly indicate any exceptions they wish to take to any of the terms in the solicitation, and
outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the bid
submittal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions
and alternatives are rejected, the City shall require the bidder to comply with the particular term and/or condition of the solicitation to which bidder
took exception to (as said term and/or condition was originally set forth in the solicitation and any exhibits or Addenda thereto).
35. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, or agent of the City, for the purpose of influencing consideration of this Bid. Pursuant to Sec. 2-449 of the City Code, no officer or
employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official
duties.
36. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from bidders at any time during the solicitation
process, unless otherwise noted herein.
37. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a Bidder's history of citations and/or violations of environmental
regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations
warrants such determination in the opinion of the City. Bidder shall submit with its proposal, a complete history of all citations and/or violations,
notices and dispositions thereof. The non -submission of any such documentation shall be deemed to be an affirmation by the Bidder that there
are no citations or violations. Bidder shall notify the City immediately of notice of any citation or violation which bidder may receive after the
proposal opening date and during the time of performance of any contract awarded to it.
4 1 Solicitation Terms and Conditions — Services (April 13, 2020)
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
MIAMI BEACH
SOLICITATION TERMS AND CONDITIONS - SERVICES
(April 13, 2020)
38. RELATIONSHIP TO THE CITY. It is the intent of the City, and Bidder's hereby acknowledge and agree, that the successful Bidder is considered to
be an independent contractor, and that neither the Bidder, nor the Bidder's employees, agents, and/or contractors, shall, under any circumstances, be
considered employees or agents of the City.
39. INSPECTOR GENERAL AUDIT RIGHTS
A. Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which
may, on a random basis, perform reviews, audits, inspections and investigations on all City contracts, throughout the duration of said
contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City.
B. The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City
programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses,
administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project
or program may include a report concerning whether the project is on time, within budget and in conformance with the contract
documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review
operations, activities, performance and procurement process including but not limited to project design, bid specifications,
(bid/proposal) submittals, activities of the Contractor, its officers, agents and employees, lobbyists, City staff and elected officials to
ensure compliance with the Contract Documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the
City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector
General.
C. Upon ten (10) days written notice to the Contractor, the Contractor shall make all requested records and documents available to the
Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector
auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process
including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Contractor, its officers, agents
and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and
corruption.
D. The Inspector General shall have the right to inspect and copy all documents and records in the Contractor's possession, custody or
control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original
estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subcontractors and
suppliers, all project -related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal)
and contract documents, back -change documents, all documents and records which involve cash, trade or volume discounts,
insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid
documents and records.
E. The Contractor shall make available at its office at all reasonable times the records, materials, and other evidence regarding the
acquisition (bid preparation) and performance of this contract, for examination, audit, or reproduction, until three (3) years after final
payment under this contract or for any longer period required by statute or by other clauses of this contract. In addition:
i. If this contract is completely or partially terminated, the Contractor shall make available records relating to the work terminated
until three (3) years after any resulting final termination settlement; and
ii. The Contractor shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating
to this contract until such appeals, litigation, or claims are finally resolved.
F. The provisions in this section shall apply to the Contractor, its officers, agents, employees, subcontractors and suppliers. The
Contractor shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Contractor in
connection with the performance of this contract.
G. Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this
section are neither intended nor shall they be construed to impose any liability on the City by the Contractor or third parties.
Balance of Pape Intentionally Left Blank
5 1 Solicitation Terms and Conditions — Services (April 13, 2020)
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
ATTACHMENT A
COMMISSION AWARD MEMO
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
C2C
Award ITB 2022 -094 -AY
Maintenance of Streetlighting
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
omni. xulxxirvnucs axo ssxusc[ ILBm cescrlo0on puanxxv
ttlisM1S re
aN
oeacM1mintlutle hhor antl x 5
om.c x.aooirlary waox. sixvlasa mnsixiu veva
M1oe/[aav o131sauloment &ooerxorl 30 5
rerorlsa�lomem onNl
nna llntludin x"xhntluxl Sao s
mllllx inmsl 0 5
mill � w 5
0000s ox sixncss xos s>saxcu _ uia.loeri.drvihuax xs s
- w 5
wlaerintlrv�tlbueaxl 5 5
s SLxoo.m
Sspoo.m
Sf.aoo.m
IC Ixc,
nm,M1rc
uNniy afsomonmv,uc
orin�
1x.m s
vcA»m. 5
ss.ss 5
ao 5
soo.m 5
m 5
ioo.00 5
Ls5a x5om 5
S
m s
m 5
m 5
5
m 5
m s
vssxom
m S
S
m s
z,s»,zoo.m
m 5
m s
5
m s
m s
Lzsa,vo.m
m 5
m S
m 5
m S
m i
m 5
m 5
m 5
m s
m 5
m 5
m s
0 5
m S
m s
m 5
sxo.m 5
S
m 5
sapio.ao
Lxm.m s
5
m 5
ssxssm
i.mo.m S
S
m 5
.m
�m.00 5
5
m S
.m
m 5
m 5
m 5
m 5
m 5
m 5
m 5
w 5
m 5
0 5
m 5
x 5
m s
m 4
%s
m 5
m s
o%i
m 4
o S
ox s
m 5
1a6 5
5
S
fi,amm
i»Aitl.m
xsx s
s
5
iksoo.m
vLus.ao
zo% 5
S
S
»pos.m
n.ia.tis.m
xax s
5
S
xLsao.m
Luoosom
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
ATTACHMENT B
ADDENDA AND ITB SOLICITATION
MIAMI BEACH
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
SECTION 0100 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 Bidders 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 Bidders and, subsequently, the successful Bidders(s) (the "contractor[s]") if this ITB
results in an award.
The City utilizes Periscope S2G (formally known as BidSync) (www.periscopeholdings.com or
www.bidsvnc.com) for automatic notification of competitive solicitation opportunities and document
fulfillment, including the issuance of any addendum to this ITB. Any prospective Proposer who has received
this ITB by any means other than through Periscope S2G must register immediately with Periscope S2G 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 solicitation is to establish a contract, by means of sealed bids, with a qualified
firm(s), to supply all labor, materials, tools, and equipment necessary to provide street lighting maintenance
for all roads within the limits of Miami Beach, on an as -needed basis, as further detailed in Appendix A.
On January 11, 2017, the City issued Invitation to Bid (ITB) 2017 -038 -ND for maintenance of street
lighting on state roads within the Miami Beach city limits. On February 8, 2017, the Mayor and City
Commission awarded contracts to the lowest bidder(s). The City's current contract for these services
expires in March 2022. The City finds it in its best interest to expand the services for maintenance and
emergencies on all city roads on an as -needed basis. Therefore, the City seeks a replacement
contract for the maintenance of state roads and other roads with an estimated annual budget of
$120,000.00. Interested contractors are invited to submit bids in response to this ITB.
3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows:
ITB Issued
December 22, 2021
Pre -Bid Meeting
Wednesday, December 29, 2021 @
11:00 AM ET
Deadline for Receipt of Questions
Monday, January 3, 2022 @ 5:00 PM
ET
Responses Due
Wednesday, January 12, 2022 @
3:00 PM ET
Tentative Commission Approval Authorizing
February 2022
Award
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be
submitted to the Procurement Contact noted below:
Procurement Contact: Telephone: Email:
Ariu Yudasto 305-673-7000 ext. 26695 ariuvudastona.miamibeachfl.
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 responses to questions/clarifications will be sent to all prospective Bidders in the form
of an addendum.
5. 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. Attendance for the pre-bid meeting shall be via telephone and recommended as
a source of information but is not mandatory. Bidders interested in participating in the pre-bid meeting must
follow these steps:
(1) Dial the TELEPHONE NUMBER: 786-636-1480
(2) Enter the MEETING NUMBER: 804 949 300#
Click here to join the meeting
Bidders who are participating via telephone should send an e-mail to the contact person listed in this ITB
expressing their intent to participate via telephone.
6. 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 -submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written
addenda clarifications considered necessary by the City in response to questions. Only questions
answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum
will be released through BidSync. Any prospective bidder who has received this ITB by any means other
than through BidSync must register immediately with BidSync to assure it receives any addendum issued
to this ITB. Failure to receive an addendum may result in disqualification of the bid submittal. Written
questions should be received no later than the date outlined in the Anticipated ITB Timetable section.
7. BIDDER'S RESPONSIBILITY. Before submitting a response, each bidder shall be solely responsible for
making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all
conditions and requirements affecting the full performance of the contract. Ignorance of such conditions
and requirements, and/or failure to make such evaluations, investigations, and examinations, will not
relieve the bidder from any obligation to comply with every detail and with all provisions and requirements
of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary
consideration on the part of the bidder.
8. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
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?clientlD=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.
9. 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.
10. 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.
11. E -VERIFY. As a contractor you are obligated to comply with the provisions of Section 448.095, Fla.
Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security's E -
Verify system to verify the employment eligibility of all new employees hired by the Contractor during the
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
term of the Contract and shall expressly require any subcontractors performing work or providing services
pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E -Verify system to
verify the employment eligibility of all new employees hired by the subcontractor during the Contract term.
12. OMITTED OR ADDITIONAL INFORMATION. Failure to include the Bid Price Form and the Bid
Bond (if applicable) shall render a bid non-responsive. Non-responsive bids will not be considered.
With exception of the Bid Price Form and the Bid Bond, if applicable, the City reserves the right to seek any
omitted information/documentation or any additional information from bidder 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 Bidder to perform in accordance with contract requirements. Failure to submit any omitted or
additional information in accordance with the City's request shall result in proposal being deemed non-
responsive.
X. INDEMNIFICATION
Contractor agrees that it will indemnify and hold the Federal Government, its employees and/or their
contractors, the State of Florida, its employees and/or their contractors, the County, its employees and/or
their contractors, and the Municipality and its employees and/or their contractors harmless from liability to
third parties for claims asserted under such contract for any work performed.
Balance of Pape Intentionally Left Blank
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
SECTION 0200 GENERAL TERMS AND CONDITIONS
TERMS & CONDITIONS —SERVICES. By virtue of submitting a bid in response to this solicitation,
proposer agrees to be bound by and in compliance with the Terms and Conditions for Services (dated April
13, 2020), incorporated herein, which may be found at the following link:
https://www.miamibeachfl.gov/city-hall/procuremenUstandard-terms-and-conditions/
Balance of Pape Intentionally Left Blank
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
h*1x111ICkiIWill 1liil11ir_mIki6*11:Z11411ICZRV_1►U11161Ni►i/_1I
1. ELECTRONIC RESPONSES ONLY. Bids must be submitted electronically through Periscope S2G
(formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received
through email or facsimile are not acceptable and will be rejected.
A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the
deadline for bid submittals. The City will only consider the latest version of the bid.
Electronic bid submissions may require the uploading of attachments. All documents should be attached as
separate files in accordance with the instructions included in Section 4, below. Attachments containing
embedded documents or proprietary file extensions are prohibited. It is the Bidder's responsibility to assure
that its bid, including all attachments, is uploaded successfully.
Only bid submittals received and time stamped by Periscope S2G (formerly BidSync) prior to the bid
submittal deadline shall be accepted as timely submitted. Late bids cannot be submitted and will not be
accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of
attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting
(800) 990-9339 (toll free) or KGna periscopeholdings.com. The City cannot assist with technical issues
regarding submittals and will in no way be responsible for delays caused by any technical or other issue.
It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in
BidSync prior to the deadline for bid submittals.
2. NON -RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of
non -responsiveness. Non-responsive bids will not be considered.
1. Bid Submittal Questionnaire (submitted electronically).
2. Cost Proposal Form (Appendix C)
3. OMITTED OR ADDITIONAL INFORMATION. Failure to complete and submit the Bid Submittal
Questionnaire (submitted electronically), the Cost Proposal, and bid bond (if applicable) with the
bid and by the deadline for submittals shall render the bid non-responsive. Non-responsive bids
will not be considered. Bid Submittals received that do not include the Cost Proposal Form, completed
as required, bid submittal questionnaire, or Bid Bond (if applicable) completed as required and fully
executed 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.
4. ELECTRONIC BID FORMAT. In order to maintain comparability, facilitate the review process and assist
the Evaluation Committee in review of bids, it is strongly recommended that bids be organized and tabbed
in accordance with the tabs, and sections as specified below. The electronic submittal should be tabbed as
enumerated below and contain a table of contents with page references. The electronic bid shall be
submitted through the "Line Items" attachment tab in BidSync.
BID PROPOSAL. The Bid Proposal is to include the following:
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
TAB 1 — Cost Proposal Form (Appendix C). The Cost Proposal Form (Appendix C) shall be
completed in its entirety. All corrections on the Cost Proposal Form shall be initialed.
• TAB 2 Documentation indicating compliance with Minimum Eligibility Requirements.
Balance of Pape Intentionally Left Blank
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
Al. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are
listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum
requirement. Bidders that fail to comply with minimum requirements shall be deemed non-responsive and
shall not have its bid considered.
1. Bidder (defined as the Firm) must be licensed as State of Florida Certified OR Miami Dade County
Licensed Electrical Contractor.
Required Submittals: Provide proof of license from the State of Florida Department of Business
and Professional Regulations or Miami Dade County.
A2. Statement of Work Required.
The work shall consist of service, repair, and maintenance of all roads in the City of Miami Beach including
State Roadway Street Lighting System (hereinafter referred to as the Lighting System) which consists of an
approximate minimum of 812 street lighting fixtures located along Florida Department of Transportation
(FDOT) arterial roadways. The successful bidder will perform continuous repairs and maintenance to the
Lighting System to include light pole assemblies, foundation base, wiring, luminaire assembles, conductors,
grounding system, pole cable distribution system, fuses, ballast assemblies, pull boxes, conduits, load
center, transformers, control devices, photocells, service points, and other related miscellaneous
subsystems and appurtenances, in accordance with the requirements of the Contract Documents or as
directed by the Public Works Director, and/or Marvin Sarria, Street Lighting Operations Supervisor,
herewith called Public Works -Operations located at 451 Dade Boulevard, Miami Beach, Florida.
This technical specification covers the furnishing of all labor, materials, tools, testing, and equipment
necessary to maintain the Lighting System (Group 1) within the latest minimum standards of the National
Electrical Code and the electrical standards of the City. The City may, but is not required to, seek any
additional labor, services, and material needed to maintain the Lighting System pursuant to Group 2 under
Appendix C, Cost Proposal Form.
A3. Specifications
A3.1. Materials and Construction: All materials and construction shall be in compliance with these specifications.
A3.1.1. All materials delivered to the job shall be new, best quality of their respective grades, in accordance
with the following specifications, and packed in their original sealed containers. All materials to be installed
shall bear the Underwriters Laboratories., Inc. (U.L.) label.
A3.1.2 The Contractor shall use materials mentioned in these specifications as standard, and in no case
will a substitute be allowed without written approval by Public Works Operations.
A3.1.3 All work and materials shall be protected at all times. During installation, conduit openings shall be
closed with protective caps, and all materials shall be covered and protected against dirt, water, and
mechanical or other injuries. All materials damaged during construction shall be replaced or repaired to
original condition by the Contractor.
A3.2. Conduit Wiring:
Conduit and wiring are the same in all locations with minor changes as needed per location (refer to Appendix B —
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
Miami Beach Citywide Lighting Standards).
Underground Conduit shall be 2 inches, schedule 40 PVC electrical grade conduit.
Conduit shall be installed a minimum of 36 inches below grade.
Conduit shall be connected with approved couplings to the base sleeves incorporated within the light pole bases
and electrical pull boxes.
Wiring shall consist of #6 THW Copper and #6 THW copper ground.
A3.3. Ground Rod:
Ten (10) foot copper/clad ground rod shall be installed in each electrical pull box, and an electric light pole shall be
securely grounded as per the National Electrical Code.
Electrical wiring will extend through the bases for connection to each pole. The work shall include all excavation,
backfill, materials, and labor. Where such surface restoration is required, all work shall be performed in accordance
with City standards.
Warning tape shall be installed a minimum of 1 foot above all electrical conduits. Standoffs shall be used in
accordance with the serving public utility company or as directed.
The Contractor shall also supply and install all items necessary to ensure proper functioning of the Lighting System,
including photocell(s), ground wire to be made to the ground lug in the pole base as shown on the electrical
diagram, inline fuses and holders, non -delay fuses 5 amp 300 volt or 600 capacity for each pole accordingly, and
appropriate connectors, miscellaneous wiring and appurtenant items.
A3.4. Utility Locations:
It is the Contractor's responsibility to call for and coordinate all Electrical Utility markings with Sunshine State One
Call.
A3.5. Voltage:
The contractor shall verify the appropriate voltage of the work to be performed on site.
A3.6.Trench Restoration and Compacting:
Trench restoration, compacting, and pavement restoration shall be done by the Contractor, per City standards and
the FDOT Construction Standards.
A3.7.Contractor Patrol Crews and Maintenance Crews:
A3.7.1 Dispatch patrol crews shall be responsible for patrolling the Lighting system. The system shall be
patrolled at least once per week. Patrol logs shall be provided to the City and include the employee's time
card, indicating a nighttime inspection/operation, and shall be included with the month of invoice. The patrol
crew shall immediately report street light outages and/or disruptions found requiring repairs and perform
minor work, including but not limited to adjusting or replacing luminaries, lamps, parabolic lenses, replacing
fuses, and photocells. All lighting outages shall be attended to within 48 hours of being reported by the
Public Works -Operations.
A3.7.2 Log all activities, disruptions, and minor repairs in an inspection spreadsheet form highly preferable
to be geographic information system (GIS) comparable for a citywide map if requested monthly, quarterly,
or annually for all outages/repairs of the Lighting System. The Contractor must maintain at a minimum 98%
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
of the lights working as per Contractor nightly inspection and the Public Works -Operations staff.
A3.7.3 Perform repairs reported by the patrol crews or directed by Public Works -Operations every Monday
through Friday. The contractor must note, within 24 hours, lights found not working during the day to correct
the problem, and a bi-weekly day inspection is required.
A3.7.4 Respond immediately to emergency or hazardous conditions related to the Lighting System, 24
hours a day, seven days a week when directed by Public Works Operations.
A3.7.5 For all emergencies and as directed by Public Works -Operations, dispatch maintenance and repair
crews with sufficient personnel, material, and equipment resources to safely secure the disruption site
within 2 hours of an outage being reported to the Contractor or identified by the patrol crew.
A3.8. Permits:
A3.8.1 The Contractor must obtain an annual permit for annual maintenance within the State Roadways
(Roadway) from the City of Miami Beach Engineering Right -of -Way Division and the Florida Department of
Transportation. There will be no permit fee by the City. If Florida requires a permit fee, the Contractor shall
pay the annual permit fee.
A3.8.2 Contractor must meet all the Maintenance of Traffic (MOT) standards per the latest Florida
Department of Transportation Construction Manual.
A3.8.3 Lane closures are to be approved by Public Works -Operations. Any major Roadway intersection
that requires significant work, such as trenching, will require the presence of an Off -Duty police officer.
A3.8.4 The Contractor shall give adequate notices to those in control of all properties affected by the
maintenance or construction activities.
A3.9. Disposal of Mercury, Vapor and High Pressure Sodium Lamps (at the expense of the Contractor):
A3.9.1 Contractor shall be responsible for selecting a recycling company that complies with all County,
State, and Federal regulations and laws.
A3.9.2 Disposal of these lamps shall be done by one of the recycling companies listed by the Florida
Department of Environmental Protection (DEP). The Contractor is responsible for always complying with
the latest legislature rules regarding mercury vapor lamps and high-pressure sodium lamps. During the
implementation of the Contract, evidence of the recycling process shall be presented to the City utilizing a
service ticket issued by the recycling company to the Contractor. This ticket shall contain the name and
address of the Contractor, date, and the number of items recycled.
A3.9.3 Service tickets must be provided to Public Works -Operations every quarter.
A3.10. Diagnosis and Maintenance:
The Contractor shall ensure that all repairs comply with the following:
A3.10.1 Check the physical condition of the concrete base, T -base, hand -hole cover, and base fasteners.
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
A3.10.2 Check the power feed to the fuse to protect the luminaire.
A3.10.3 Check the fuse and fuse holder as well as their close fit. Replace the fuse and fuse holder as
required.
A3.10.4 Physical check of pole circuit grounding.
A3.10.5 Check the physical condition of the arm and the luminaries, replacing components as required.
A3.10.6 Check current feed to luminaries to detect possible wiring problems inside the pole and arm.
A3.10.7 Check lamp condition and replace as required.
A3.10.8 Check power door and replace as required.
A3.10.9 Perform a visual inspection of the illumination pattern for correctness.
A3.11. System Evaluation:
A3.11.1 The City will evaluate the Lighting System on an as -needed basis. Any unsatisfactory situation that
falls within the scope of this Contract shall be corrected when requested by Public Works -Operations within
48 hours.
A3.11.2 The Contractor shall perform a complete safety check at each location where any maintenance or
work of any type is performed; this safety check shall be noted in the street light maintenance work order
form. This form shall indicate the work order number and be signed by the Contractor Master or
Journeyman Electrician licensed in Miami -Dade County or the State of Florida.
A3.12. Relocation of Facilities:
The Contractor shall relocate Roadway street lighting facilities when directed by Public Works -Operations. Payment
for this item shall be made upon presentation of appropriate documentation and approval by Public Works -
Operations.
A3.13. Underground Damages:
Contractor must make repairs if damages are caused by third parties such as FPL, AT&T, Cable TV, other utilities
or any private contractor. The Contractor must first make repairs, identify who caused the damages, and charge the
third party. To determine who the third party was working in the area and had a City permit, the Contractor may
contact the Public Works -Right -of -Way Permits Division. The Contractor will repair underground damages that are
not related to activities of a third party at no cost to the City.
If City employees cause damages, the City will be responsible for the damages. An estimated labor cost per hour,
equipment and materials is required for approval by Public Works -Operations, and an invoice must be provided to
the City at the end of the month.
In addition, if the Contractor places overhang electrical cables due to underground damages, the Contractor has 30
days to make permanent underground repairs and remove the overhang cable.
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
A3.13.1 Trenching and Directional Boring:
When making repairs to underground damages, Contractor shall survey the damage to determine the
preferred method of restoration. When utilizing directional boring, the Contractor will install underground
conduit using a surface -launched drilling rig, with minimal impact on the surrounding area. When utilizing
trenching, Contractor will install underground conduit by excavating the ground.
A3.14. Pull Boxes: Electrical pull boxes 13" x 24" or 17" x 30", depending on the scope of the work and location,
shall be installed at the base of each pole.
A3.14.1 New street light pull boxes shall be:
a) Quazite Polymer Concrete Product No. PG1324BA12 or approved equivalent - polymer concrete
design constructed of Class 1 Concrete having a minimum compressive strength of 2,500 p.s.i. at
twenty-eight (28) days, and have an open -bottom with brass hold down bolts; or
b) (b) Brooks 38 series or approved equivalent.
In either case, the pull boxes shall be constructed per the above-specified manufacturer's size, materials,
and performance specifications.
A3.14.2 In situations where the pull box is located outside of the sidewalk, i.e., swale area, the pull box is to
have a five ft. concrete apron (6 inches thick) placed around it. The Contractor, in this situation, is to
provide the cost of the pull box and installation to Public Works -Operations for approval before completing
the work. Electrical pull box installation shall conform to the City's standard pull box installations
A3.15. Pull Box Cover:
Pull box cover shall be Polymer Concrete Quazite Product No. PG1324HA00 or approved equivalent. No other
design, size, modification, or materials shall be acceptable. Pull box covers should be marked "Street Lighting"."
Knock Down: The light poles shall be made safe within 2 hours of notification and shall be installed at the location
and in accordance with the details shown on the attached plans. The poles shall be plumbed after erection, and the
earth shall be thoroughly compacted around the pole base to prevent shifting. This installation shall be completed
within 48 hours after notification by Public Works -Operations. The only exceptions are the unavailability of the City -
issued materials or damage to the foundation that requires underground work. Public Works -Operations must verify
these exceptions.
A3.16 Traffic Maintenance and Safety Provisions:
The Contractor shall be responsible for the provisions, installation, and maintenance of all traffic control and safety
devices according to the specifications outlined in the Florida Department of Transportation Roadway and Traffic
Design Standards. In addition, the Contractor is responsible for resetting all traffic control and information signage
and pavement marking removed or damaged during the construction period. Excavated material or other stored
material adjacent to the pavement Roadway shall be adequately marked for traffic safety at all times.
A3.17. Materials and Workmanship:
The Contractor shall provide the services of all workmen, electrical, tradespeople, and other employees trained and
skilled in various occupations; and all materials except such as may be specifically identified; and shall construct
entirely ready for its intended purpose, the structure of parts thereof covered by this Contract. This Contract is
intended to provide for the structure or parts thereon under consideration to be fully completed and suitable in every
feature for the purpose designed, and the Contractor shall supply all materials and work incidental to, or described
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
or implied as incidental to, the construction included under this Contract, notwithstanding any omission in the
specifications. Wherever not explicitly defined, materials and quality of every kind shall be first class. The
Contractor shall perform his work in proper sequence to the work of other Contractors and to acts or operations of
the City, and shall properly join his work to existing or new construction.
A3.18. Maintenance and Equipment Construction:
The Contractor shall supply all tools and equipment of every kind, ample quantity and capacity, in good working
order and suitable to carry on the work of this Contract. Precaution shall be exercised at all times to protect persons
and property. The safety provisions of the latest Occupational Safety and Health Act of 1970 and other applicable
laws, building and construction codes shall be observed. Machinery, equipment, and other hazards shall be
guarded in accordance with the safety provisions of the "Manual of Accident Prevention in Construction," published
by the Associated General Contractors of America, to the extent that such provisions are not in contravention of
applicable law.
A4. Special Conditions
1. TERM OF CONTRACT. The contract(s) entered into with the successful bidder(s) will have an initial
term of three (3) years.
1.a. OPTIONS TO RENEW. The City, through its City Manager, will have the option to extend for
two (2) additional one-year periods subject to the availability of funds for succeeding fiscal years
2. PRICE ADJUSTMENT. On each anniversary of the effective date of the Agreement, the City may
consider an adjustment to price based on the 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 Contractor's responsibility to request any pricing adjustment under this provision. The Contractor's
request for adjustment should be submitted 60 days prior to each anniversary of the effective date of the
Agreement.
The Contractor's adjustment request must clearly substantiate the requested increase. If no adjustment
request is received from the Contractor, the City will assume that the vendor has agreed to proceed
without pricing adjustment. Any adjustment request received after each anniversary of the effective date of
the Agreement may not be considered.
3. SHIPPING TERMS: Prices shall include prepaid freight by the bidder to City's premises, and shall be
F.O.B. Destination. The successful bidder shall hold title to the goods until such time as they are delivered,
installed and accepted by an authorized City representative.
4. COMPLETION OF WORK FROM DATE OF NOTICE TO PROCEED: The vendor shall state in its offer
the number of calendar days from the date of the Notice To Proceed in which it will guarantee to complete
the work, repair, and/or service. A verbal instruction from an authorized City representative shall constitute
sufficient notice to the vendor to commence work. If so, time for completion may be considered a factor in
determining the vendor to whom award will be made, stipulated in provision 13 entitled "Method of Award".
The completion date shall not exceed 48 hours, for non -emergencies, after the effective date of the Notice
to Proceed or two (2) hours for emergencies.
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
All work shall be performed in accordance with good commercial practice. The work schedule and
completion dates shall be adhered to by the vendor(s); except in such cases where the completion date 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 completion date so that the City can
appropriately consider a revised delivery schedule.
Should the vendor(s) to whom the contract(s) is awarded fail to complete the work within the number of
days as stated in its offer, or the "not -to -exceed" timeframe cited above, it is hereby agreed and understood
that the City reserves the authority to cancel the contract with the vendor and to secure the services of
another vendor to complete the work. If the City exercises this authority, the City shall be responsible for
reimbursing the vendor for work that was completed and found acceptable to the City in accordance with
the contract specifications. The City may, at its option, demand payment from the vendor, through an
invoice or credit memo, for any additional costs over and beyond the original Contract Price which the City
incurred as a result of having to secure the services of another vendor. If the incumbent vendor fails to
honor this invoice or credit memo, the City may terminate the contract for default.
5. LIQUIDATED DAMAGES: Failure to respond to a service call within the specified time may result in the
successful bidder being assessed the additional cost incurred by the City (liquidated damages) for any
costs associated with the repairs performed by a successful secondary bidder.
6. WARRANTY: The successful bidder will be required to warrant all equipment and parts supplied. The
successful bidder must accept the return for a full credit for items shipped in error or damaged in shipment.
The City of Miami Beach shall return items in "as received" condition.
7. GUARANTEE: The successful bidder will be required to guarantee all work performed for installation for
a minimum of one (1) year.
8. FACILITY LOCATION: The Public Works Department located at 451 Dade Boulevard, Miami Beach FL
33139 will be requesting services under this contract. Other City departments may utilize this contract if
required.
9. USAGE REPORTS: The City may request Annual Usage Reports from successful bidder(s), to include:
item number, item description, quantity ordered/supplied, unit/extended costs and total dollar amount
citywide and per department.
10. CUSTOMER SERVICE: Excellent customer service is the standard of the City. As contract employees
of the City, all employees will be required to adhere to the City's "Service Excellence" standards and
expected to conduct themselves in a professional, courteous and ethical manner in all situations. The
successful bidder's employees must work as a cooperative team of well-trained professionals and serve the
public with dignity and respect. All business transactions with the City will be conducted with honesty,
integrity, and dedication.
11. ROADMAP FOR PROJECTS AWARDED ON A TIME AND MATERIALS BASIS (GROUP 3)
11.1. Repairs shall not be performed unless the Contract Administrator or the City designee
expressly authorized.
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
11.2. Project Estimate shall be requested to Contractor prior to performance of any repair work.
11.3. Cost estimates (quotes) shall be requested to Contractor prior to the performance of any
repair work. Quotes will be provided at no additional cost to the City. Cost estimates for Non—
Emergency projects shall be provided within two (2) days, and cost estimates for Emergency
projects shall be provided within one (1) day. Refer to A4. Special Conditions, No. 12 for additional
information regarding Emergency Services.
11.4. Repairs shall be performed at the hourly rate specified in the Cost Proposal. The hourly rate
specified shall include full compensation for labor, equipment use, and travel time.
11.5. Materials/parts required for repair jobs shall be billed on a percentage above vendor cost or
discount off price lists, evidence of said costs shall be submitted with invoice for each repair or
service call. Proof of costs shall be printed, properly identified and dated as to issuance and
effectiveness.
11.6. Repair services shall be available to the City twenty-four (24) hours a day, seven (7) days a
week, year round. The regular hours shall be from Monday through Friday, 8:00 a.m. to 5:00 p.m.
Non -regular hours shall be between 5:00 p.m. to 8:00 a.m. weekdays and twenty-four (24) hours
on Saturday, Sunday and Legal holidays.
11.7. Repairs cost. All invoices for repairs shall itemize the cost of labor, materials/parts, including
the hourly rate, number of work hours required to complete the work, contractor's actual cost for
materials, and mark-up or discount.
11.8. All invoices for repairs shall itemize the cost of labor, materials/parts, including the hourly
rate, number of work hours required to complete the work, contractor's actual cost for materials,
and mark-up or discount.
12. EMERGENCY SERVICES. Emergency Services are defined as services that are not included within
the Regular Response time group. These services may include, but are not limited to, natural disasters,
pandemics, or evacuation efforts and shall be based on an as needed basis (per service rate). A two (2)
hour response time shall be required for emergency services.
Contractors may be contacted on occasion in response to a natural disaster or other disaster at the
proposed per service rates. The City reserves the right to exercise its discretion in determining what time
the contract will be activated. ALL WORK SHALL BE COMPLETED IN ACCORDANCE WITH FEMA
REGULATIONS AND APPLICABLE ENVIRONMENTAL REQUIREMENTS.
The City may request additional work subject to mutual agreement. The cost and expenses will be
submitted to the City for approval in a cost proposal by the Contractor.
4 MACH
RISING
ARC)VF
4 MACH
RISING
ARC)VF
4 MACH
RISING
ARC)VF
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
RISING
ABOVE
Miami Beach Citywide Lighting Standards
LIGHTING DESIGN CRITERIA FROM ANSI/IES RP -8-18
Street
Classification
Pedestrian
Classification*
Average
Luminance
La„, (cd/ml)
Average
Uniformity Ratio
LavglLmirn
Maximum
Uniformity Ratio
LmaxfLmin
Maximum
Veiling
Luminance Ratio
Lv,maxlLavg
High
1.2
3.0
5.0
03
Major
Medium
0.9
3.0
5.0
0.3
Low
O.6 1
3.5
6.0
0.3
High
0.8
3.0
5.0
0.4
Collector
Medium
0.6
3.5
6.0
0.4
Low
0.4
4.0
8.0
0.4
High
0.6
6.0
10.0
0.4
Local
Medium
0.5
6.0
10.0
0.4
Low
0.3
6.0
10.0
0.4
Table Notes.
* Pedestrian Activity Classifications are defined in Section 11.3.3.
Law,: Maintained average pavement luminance
Lmin: Minimum pavement luminance
L,,,,ax: Maximum veiling luminance
Referenced Standards F-2
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
RISING
ABOVE
Miami Beach Citywide Lighting Standards
CLASSIFICATION OF PEDESTRIAN TRAFFIC FROM FLORIDA DOT
PEDESTRIAN LEVEL OF SERVICE SCORE
If pedestrian traffic is not known, a survey shall be performed following these criteria:
Surveyor shall use the most up-to-date version of State of Florida Department of Transportation LOSPLAN
software and follow the guidelines as written in the State of Florida Department of Transportation 2013 Quality/
Level of Service Handbook. Newer versions of this handbook will supersede this standard.
LOSPLAN level of service numbers shall be used in the following equation and scores shall be use to define
pedestrian classifications listed below.
PLIDr = E d, (pl)2 + ... d, p,,d, (pl) + ... do n
Where
PLO P = Peed Irian level of service for the faeilitv
,yyd,
_ Length of the first segment
Y'
_ PedeSti"i�xn let -el of ti�i"4"lee scm-_ for the first set—nile nt
do
Length of the Inst sesmeni
N.
_ Pedestrian Ieve I o[ service SCOre kIT the MSI SCgille17t
Low: Less than or equal to 2.75
Medium: Greater than 2.5 but less than or equal to 4.25
High: Greater than 4.25
Referenced Standards F-3
4 MACH
RISING
ARC)VF
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
Section 21. Street Lighting System September 2021
FINAL
STANDARD DETAILS
Standard Details for street lighting systems are presented on the following pages.
Minimum criteria are presented in these Standard Details. The Engineer of Record shall verify
and modify the information shown as required to meet design intent and comply with all
applicable Local, State, and Federal codes, standards, and regulations. All designs documents
must be signed and sealed by a State of Florida licensed Engineer and signed and sealed
calculations must be provided as applicable.
It is the responsibility of the user to familiarize him/herself will all Sections of the City of Miami
Beach Public Works Manual that are applicable to the proposed work.
Projects shall not be constructed in the City of Miami Beach without all appropriate Local, State,
and Federal approvals.
City of Miami Beach Public Works Department
Public Works Manual
We are committed to providing excellent public service and safety to all who live, work and play in our vibrant, tropical,
historic community.
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
Section 21. Street Lighting System September 2021
FINAL
LIST OF DETAILS
DETAIL 21-1 13" X 24" QUAZITE PULL BOX
DETAIL 21-2 17" X 30" QUAZITE PULL BOX
DETAIL 21-3 RECTANGULAR CONCRETE POLE BASE FOR STREET LIGHTING
LUMINARIES
DETAIL 21-4
CYLINDRICAL POLE BASE FOR STREET LIGHTING LUMINARIES
DETAIL 21-5
TYPICAL GROUNDING DETAIL FOR STREET LIGHTING LUMINARIES
DETAIL 21-6
TYPICAL A ROADWAY LUMINAIRE
DETAIL 21-7
TYPICAL B ROADWAY/ PEDESTRIAN LUMINAIRE
DETAIL 21-8
TYPICAL C BRANDED PEDESTRIAN LUMINAIRE IN SOUTH BEACH
DETAIL 21-9
TYPICAL D PEDESTRIAN LUMINAIRE
DETAIL 21-10
TYPICAL E TURTLE -FRIENDLY LUMINAIRE
DETAIL 21-11
TYPICAL GROUNDING DETAIL FOR BOLLARD LIGHTS
DETAIL 21-12
LIGHTHOUSE BOLLARD
DETAIL 21-13
LIGHTHOUSE BOLLARD BASE
DETAIL 21-14
LIGHTHOUSE BOLLARD BASE ASSEMBLY
DETAIL 21-15
LIGHTHOUSE BOLLARD SHIELD ASSEMBLY
DETAIL 21-16
ELECTRICAL DUCT INSTALLATION
DETAIL 21-21
SERVICE POINT DETAIL
DETAIL 21-18
NEW SERVICE POINT RISER
DETAIL 21-19
SERVICE POINT EQUIPMENT ENCLOSURE DETAIL
DETAIL 21-20
WIRING COLOR CODE
City of Miami Beach Public Works Department
Public Works Manual
We are committed to providing excellent public service and safety to all who live, work and play in our vibrant, tropical,
historic community.
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
CITY OF MIAMI BEACH
PULL BOX COVER
LOCKING DEVIC
3" KNOCKOU �
(4 PLACES)
INSCRIBED LETTERS
APPROX. 3" HIGH & 1/4" DEEP
MARKED WITH ARROWS SHOWING
DIRECTION OF RUN
LOCKING DEVICE
BOX FILLED
WITH PEA RO(
3"X24" QUAZITE PULL BOX
NOTE:
PEA ROCK
1. TYPICAL PULL BOX WITHOUT LIGHT POLE OR SERVICE POINT.
APPROVED REVISED TITLE: DETAIL
06/2020
PUBLIC WORKS DEPARTMENT 09/2020 13" X 24" QUAZITE PULL BOX 21-1
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
CITY OF MIAMI BEACH
PULL BOX COVER
INSCRIBED LETTERS
APPROX. 311 HIGH & 1/4" DEEP
MARKED WITH ARROWS SHOWING
DIRECTION OF RUN
LOCKING DEVICE
311 KNOCKOUT
(4 PLACES)
BOX FILLED
WITH PEA ROC
cs
LOCKING DEVICE
17° x 3011 QUAZITE PULL BOX
APPROVED I REVISED I TITLE:
06/2020
09/2020
PUBLIC WORKS DEPARTMENT
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
PEA ROCK
DETAIL
17" x 30" QUAZITE PULL BOX 1 21-2
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
0 BOLT CIRCLE
NOTES:
BOLT PATTERN & ANCHOR
BOLTS BY MANUFACTURER
#5 REINF.
BAR (TYP.)
#3 TIES
(TYP.)
PVC CONDUIT
(CAST IN PLACE)
CONCRETE
BASE
SECTION VIEW
N.T.S.
1. WIND DESIGN CRITERIA:
RISK CATEGORY: II
EXPOSURE CATEGORY: C
WIND SPEED IN ACCORDANCE WITH THE HIGH VELOCITY WIND ZONE PER FLORIDA BUILDING
CODE, LATEST EDITION.
2. THE CONTRACTOR SHALL INCLUDE WITH THE SHOP DRAWING SUBMITTAL A POLE WIND
LOADING CALCULATION SIGNED AND SEALED BY A STRUCTURAL ENGINEER LICENSED IN
THE STATE OF FLORIDA SHOWING THAT THE PROPOSED INSTALLATION WILL MEET THE
WIND DESIGN CRITERIA LISTED ABOVE. CONTRACTOR SHALL ADJUST THE SIZE OF BASE
AND DEPTH OF POLE AT NO ADDITIONAL COST TO MEET THE REQUIRED WIND LOADING.
APPROVED REVISED TITLE: DETAIL
06/2020 RECTANGULAR CONCRETE POLE BASE
PUBLIC WORKS DEPARTMENT 09/2020 FOR STREET LIGHTING LUMINARIES 21-3
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
711-1211 DIA. B(
CIRCLE PER
MANUFACTUREF
SPECIFICATIONS
1112411 DIA:
CHAMFER -\ I
PLAN VIEW
N.T.S.
BOLT PATTERN AND
ANCHOR BOLTS PER
POLE MANUFACTURER
2 PVC CONDUIT TO
ADJACENT PULLBOX
CONCRETE BASE
-------� #3 TIES AT 1211
SPACING (TYP.)
#6 REINF.
BARS (TYP.)
SECTION VIEW
NOTES: N.T.S.
REINF.
DMIF\3 EQUALLY
SPACED
1. WIND DESIGN CRITERIA:
RISK CATEGORY: II
EXPOSURE CATEGORY: C
WIND SPEED IN ACCORDANCE WITH THE HIGH VELOCITY WIND ZONE PER FLORIDA BUILDING
CODE, LATEST EDITION.
2. THE CONTRACTOR SHALL INCLUDE WITH THE SHOP DRAWING SUBMITTAL A POLE WIND
LOADING CALCULATION SIGNED AND SEALED BY A STRUCTURAL ENGINEER LICENSED IN
THE STATE OF FLORIDA SHOWING THAT THE PROPOSED INSTALLATION WILL MEET THE
WIND DESIGN CRITERIA LISTED ABOVE. CONTRACTOR SHALL ADJUST THE SIZE OF BASE
AND DEPTH OF POLE AT NO ADDITIONAL COST TO MEET THE REQUIRED WIND LOADING.
APPROVED REVISED TITLE: DETAIL
06/2020 CYLINDRICAL POLE BASE FOR STREET
PUBLIC WORKS DEPARTMENT 09/2020 LIGHTING LUMINARIES 21-4
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
#10 GROUND WIRE
OR MANUFACTURER
GROUND WIRE GOING
ALL SPLICES SHALL TO FIXTURE
BE MADE IN PULLBOX WIRE SPLICE
W/ESGTS 2/0
MINIMUM #6 CONTINUOUS MINIMUM
GROUND WIRE 1 #6 GROUND WIRE
END OF CONDUIT SHALL
BE SEALED � MECHANICAL
W/ELECTRICAL PUTTY IN PULL BOX GROUND LUG
PULLBOX. CONDUIT SHALL (SEE 21-1 METAL PORTION OF
BE 6" BELOW COVER OR 21-2) LUMINAIRES BASE
r-
- I
y i
17
BOX FILLED WITH
PEA ROCK
PEA ROCK =
CADWELD/EXOTERMIC
WELDING
SCHEDULE 40 2" PVC GROUND ROD AND GROUND ROD
CONDUIT (TYPICAL) CLAMP SHALL BE DRIVEN IN CORNER
OF PULL BOX NO MORE THAN 3"
FROM EITHER INSIDE WALL. GROUND
ROD SHALL BE 3/4" X 10' (MIN)
COPPER WELD (OR EQUIV.)
USE 3/4" X 20' GROUND ROD FOR
SERVICE POINT CONNECTION.
NOTE: NO SPLICES PERMITTED
SECTION VIEW
N.T.S.
NOTES:
1. FOR PURPOSE OF CADWELDING, ALL GROUND WIRES MUST BE OF #6 AWG MINIMUM.
2. WIRING COLOR CODE TO BE USED, SEE SHEET 21-20.
APPROVED REVISED TITLE: DETAIL
06/2020 TYPICAL GROUNDING DETAIL FOR
PUBLIC WORKS DEPARTMENT °9.2020 STREET LIGHTING LUMINARIES 21-5
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
NOTES:
1. WIND DESIGN CRITERIA:
RISK CATEGORY: II
EXPOSURE CATEGORY: C
WIND SPEED IN ACCORDANCE WITH THE HIGH VELOCITY WIND ZONE PER FLORIDA BUILDING
CODE, LATEST EDITION.
2. THE CONTRACTOR SHALL INCLUDE WITH THE SHOP DRAWING SUBMITTAL A POLE WIND LOADING
CALCULATION SIGNED AND SEALED BY A STRUCTURAL ENGINEER LICENSED IN THE STATE OF
FLORIDA SHOWING THAT THE PROPOSED INSTALLATION WILL MEET THE WIND DESIGN CRITERIA LISTED
ABOVE. CONTRACTOR SHALL ADJUST THE SIZE OF BASE AND DEPTH OF POLE AT NO ADDITIONAL
COST TO MEET THE REQUIRED WIND LOADING.
3. PROVIDE MARINE GRADE COPPER MATERIAL, LOW COPPER CONTENT, WITH SALT SPRAY ASTM B117.
4. OVERALL HEIGHT: 25' - 30'.
5. REFER TO GROUNDING DETAIL ON 21-5.
�� ��� I APPROVED REVISED TITLE. DETAIL
06/2020 TYPICAL A
0912020 ROADWAY LUMINAIRE 21-6
PUBLIC WORKS DEPARTMENT
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
NOTES:
1. WIND DESIGN CRITERIA:
RISK CATEGORY: II
EXPOSURE CATEGORY: C
WIND SPEED IN ACCORDANCE WITH THE HIGH VELOCITY WIND ZONE PER FLORIDA BUILDING
CODE, LATEST EDITION.
2. THE CONTRACTOR SHALL INCLUDE WITH THE SHOP DRAWING SUBMITTAL A POLE WIND LOADING
CALCULATION SIGNED AND SEALED BY A STRUCTURAL ENGINEER LICENSED IN THE STATE OF
FLORIDA SHOWING THAT THE PROPOSED INSTALLATION WILL MEET THE WIND DESIGN CRITERIA LISTED
ABOVE. CONTRACTOR SHALL ADJUST THE SIZE OF BASE AND DEPTH OF POLE AT NO ADDITIONAL
COST TO MEET THE REQUIRED WIND LOADING.
3. PROVIDE MARINE GRADE COPPER MATERIAL, LOW COPPER CONTENT, WITH SALT SPRAY ASTM B117.
4. OVERALL HEIGHT: 25' - 30'. PEDESTRIAN HEAD:12'.
5. REFER TO GROUNDING DETAIL ON 21-5.
MIAMI BEACH I APPROVED REVISED TITLE DETAIL
06/2020 TYPICAL B
°9.2°2°
PUBLIC WORKS DEPARTMENT ROADWAY/ PEDESTRAIN LUMINAIRE 21-7
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
NOTES:
2
3
4
5
6
WIND DESIGN CRITERIA:
RISK CATEGORY: II
EXPOSURE CATEGORY: C
WIND SPEED IN ACCORDANCE WITH THE HIGH VELOCITY WIND ZONE PER FLORIDA BUILDING
CODE, LATEST EDITION.
THE CONTRACTOR SHALL INCLUDE WITH THE SHOP DRAWING SUBMITTAL A POLE WIND LOADING
CALCULATION SIGNED AND SEALED BY A STRUCTURAL ENGINEER LICENSED IN THE STATE OF
FLORIDA SHOWING THAT THE PROPOSED INSTALLATION WILL MEET THE WIND DESIGN CRITERIA LISTED
ABOVE. CONTRACTOR SHALL ADJUST THE SIZE OF BASE AND DEPTH OF POLE AT NO ADDITIONAL
COST TO MEET THE REQUIRED WIND LOADING.
PROVIDE MARINE GRADE COPPER MATERIAL, LOW COPPER CONTENT, WITH SALT SPRAY ASTM B117.
OVERALL HEIGHT: 14' - 161.
FIXTURE TYPE NOT APPROVED FOR USE WITHIN COASTAL DISTRICTS.
REFER TO GROUNDING DETAIL ON 21-5.
AC I APPROVED REVISED TITLE. DETAIL
06/2020 TYPICAL C
°9.2°2°
PUBLIC WORKS DEPARTMENT BRANDED PEDESTRIAN LUMINAIRE IN 21-8
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139 SOUTH BEACH
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
NOTES:
2.
3.
4.
5.
6.
WIND DESIGN CRITERIA:
RISK CATEGORY: II
EXPOSURE CATEGORY: C
WIND SPEED IN ACCORDANCE WITH THE HIGH VELOCITY WIND ZONE PER FLORIDA BUILDING
CODE, LATEST EDITION.
THE CONTRACTOR SHALL INCLUDE WITH THE SHOP DRAWING SUBMITTAL A POLE WIND LOADING
CALCULATION SIGNED AND SEALED BY A STRUCTURAL ENGINEER LICENSED IN THE STATE OF
FLORIDA SHOWING THAT THE PROPOSED INSTALLATION WILL MEET THE WIND DESIGN CRITERIA LISTED
ABOVE. CONTRACTOR SHALL ADJUST THE SIZE OF BASE AND DEPTH OF POLE AT NO ADDITIONAL
COST TO MEET THE REQUIRED WIND LOADING.
PROVIDE MARINE GRADE COPPER MATERIAL, LOW COPPER CONTENT, WITH SALT SPRAY ASTM B117.
OVERALL HEIGHT: 14' - 16'.
FIXTURE TYPE NOT APPROVED FOR USE WITHIN COASTAL DISTRICTS.
REFER TO GROUNDING DETAIL ON 21-5.
AC I APPROVED REVISED TITLE. DETAIL
06/2020 TYPICAL D
°9.2°2°
PUBLIC WORKS DEPARTMENT PEDESTRIAN LUMINAIRES 21-9
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
NOTES:
2
3.
4.
5.
0
WIND DESIGN CRITERIA:
RISK CATEGORY: II
EXPOSURE CATEGORY: C
WIND SPEED IN ACCORDANCE WITH THE HIGH VELOCITY WIND ZONE PER FLORIDA BUILDING
CODE, LATEST EDITION.
THE CONTRACTOR SHALL INCLUDE WITH THE SHOP DRAWING SUBMITTAL A POLE WIND LOADING
CALCULATION SIGNED AND SEALED BY A STRUCTURAL ENGINEER LICENSED IN THE STATE OF
FLORIDA SHOWING THAT THE PROPOSED INSTALLATION WILL MEET THE WIND DESIGN CRITERIA LISTED
ABOVE. CONTRACTOR SHALL ADJUST THE SIZE OF BASE AND DEPTH OF POLE AT NO ADDITIONAL
COST TO MEET THE REQUIRED WIND LOADING.
PROVIDE MARINE GRADE COPPER MATERIAL, LOW COPPER CONTENT, WITH SALT SPRAY ASTM B117.
MAXIMUM OVERALL HEIGHT: 12'.
MUST BE APPROVED BY THE FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION. DEPENDING
ON MOUNTING LOCATION, ADDITIONAL SHIELDING MAY BE REQUIRED.
REFER TO GROUNDING DETAIL ON 21-5.
�� ��� I APPROVED REVISED TITLE. DETAIL
06/2020 TYPICAL E
°9.2°2°
PUBLIC WORKS DEPARTMENT TURTLE -FRIENDLY LUMINAIRE 21-10
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
#10 GROUND WIRE
OR MANUFACTURER
GROUND WIRE GOING
TO FIXTURE
17
END OF CONDUIT SHALL WIRE SPLICE
BE SEALED W/ CADWELD/EXOTERMIC
ELECTRICAL PUTTY IN WELDING CONTINUOUS MINIMUM
PULLBOX. CONDUIT SHALL MINIMUM #6 \ #6 GROUND WIRE
BE 6° BELOW COVER GROUND WIR
MECHANICAL
ALL SPLICES SHALL GROUND LUG
BE MADE IN PULLBOX METAL PORTION OF
W/ESGTS 2/0 �V� BOLLARD LIGHT BASE
BOX FILLED
WITH PEA
ROCK N z
-GROUND ROD DRIVEN
INTO THE
N -'-" - - BOLLARD CONCRETE
I BASE.
ROD SHALL BE 3/4° X
101 (MIN)
PEA - COPPER WELD (OR
ROCK PULL BOX
EQUIV.)
SCHEDULE 40 2" PVC (SEE 21-1
CONDUIT (TYPICAL) OR 21-2) NOTE: NO SPLICES
PERMITTED
BOLLARD BODY
GROUND HOLE
SECTION VIEW
N.T.S.
NOTES:
1. FOR PURPOSE OF CADWELDING, ALL GROUND WIRES MUST BE OF #6 AWG MINIMUM.
2. WIRING COLOR CODE TO BE USED, SEE SHEET 21-20.
APPROVED REVISED TITLE: DETAIL
06/2020 TYPICAL GROUNDING DETAIL
PUBLIC WORKS DEPARTMENT 0912020 FOR BOLLARD LIGHTS 21-11
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
PROPOSED MAXIMUM TOP
J" BASE PLATE
1 /2-13x18" HOT—DIPPED
GALVANIZED STEEL
ANCHOR BOLTS 3X —
NOTES:
LED LUMINIER
CAST ALUMINUM HEAD WITH THREE POSTS
BOROSILICATE GLASS CYLINDER,
GASKETED TOP & BOTTOM
LED DRIVER
TAPERED CAST ALUMINUM COLUMN
1/2-13 ALL—THREAD 34 J" LONG, 2X
BOLLARD SHALL BE GROUNDED
APPROVED GROUND LUG LOCATED
OPPOSITE OPENING
=f L
SECTION VIEW
N.T.S.
17"X30" QUAZITE
PULL BOX
(SEE 21-2)
1. WIND DESIGN CRITERIA:
RISK CATEGORY: II
EXPOSURE CATEGORY: C
WIND SPEED IN ACCORDANCE WITH THE HIGH VELOCITY WIND ZONE PER FLORIDA BUILDING
CODE, LATEST EDITION.
2. THE CONTRACTOR SHALL INCLUDE WITH THE SHOP DRAWING SUBMITTAL A POLE WIND
LOADING CALCULATION SIGNED AND SEALED BY A STRUCTURAL ENGINEER LICENSED IN
THE STATE OF FLORIDA SHOWING THAT THE PROPOSED INSTALLATION WILL MEET THE
WIND DESIGN CRITERIA LISTED ABOVE. CONTRACTOR SHALL ADJUST THE SIZE OF BASE
AND DEPTH OF POLE AT NO ADDITIONAL COST TO MEET THE REQUIRED WIND LOADING.
3. PROVIDE MARINE GRADE COPPER MATERIAL, LOW COPPER CONTENT, WITH SALT SPRAY
ASTM B117.
4. REFER TO GROUNDING DETAIL ON 21-11.
AAA ►A A �1 APPROVED REVISED TITLE DETAIL
S E A�_i 1 06,2020
MIA I
°9'2°2° LIGHTHOUSE BOLLARD 21-12
PUBLIC WORKS DEPARTMENT
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
BOLT AS PER BOLLARD—
SPECIFICATIONS AND
(5) #4 VERTICAL SUPPLIED BY
/—CONTRACTOR, STANDARD
NUT AND WASHER TOP
AND BOTTOM
1" CHAMFER—
STANDARD
HAMFER—STANDARD NUT W/ 2"X2"
PLATE WASHER
o e J" PVC CONDUIT
CAST IN CONCRETE
J" FEMALE---
SLIP
EMALESLIP FITTING
(5) #3 TIES" PVC CONDUIT
CAST IN CONCRETE
TOP VIEW
N.T.S.
KInTF-c-
BOLT CIRCLE AS
REQUIRED (VERIFY)
(5) #4 VERTICAL
(5) #3 TIES
J" FEMALE
SLIP FITTING
SECTION VIEW
N.T.S.
J"O SS TREADED ROD
OR HOOKED ANCHOR BOLT
J" FEMALE SLIP FITTING
1-1/2" PVC CONDUIT
CAST IN CONCRETE.
24"0 CONCRETE FOUNDATION
PREFABRICATED BASE
4,500 PSI CONCRETE
® 28 DAYS
J" 4 X 10' LONG
COPPER CLAD
GROUNDING ROD
1. WIND DESIGN CRITERIA:
RISK CATEGORY: II
EXPOSURE CATEGORY: C
WIND SPEED IN ACCORDANCE WITH THE HIGH VELOCITY WIND ZONE PER FLORIDA
BUILDING CODE, LATEST EDITION.
2. THE CONTRACTOR SHALL INCLUDE WITH THE SHOP DRAWING SUBMITTAL A POLE
WIND LOADING CALCULATION SIGNED AND SEALED BY A STRUCTURAL ENGINEER
LICENSED IN THE STATE OF FLORIDA SHOWING THAT THE PROPOSED INSTALLATION
WILL MEET THE WIND DESIGN CRITERIA LISTED ABOVE. CONTRACTOR SHALL ADJUST
THE SIZE OF BASE AND DEPTH OF POLE AT NO ADDITIONAL COST TO MEET THE
REQUIRED WIND LOADING.
3. REFER TO GROUNDING DETAIL ON 21-11.
APPROVED REVISED TITLE. DETAIL
/2020
09
09/202o LIGHTHOUSE BOLLARD BASE 21-13
PUBLIC WORKS DEPARTMENT
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
I_1
3/8-16
TAMPER
FLAT HE
BOLT 2
2" X
HAND
COVER PLATE
GASKET
COVER PLATE
3/4-10 NUT
8 PL
0 2.00 FLAT
WASHER 8 PL
3/8-16 X 3.00 LG
TAMPER RESISTANT F
HEAD SOCKET BOLT
w 9.87 vvv i
ALUMINUM BASE
0 4.00 6061
AI I unNn ni MnI 1-
NOTES:
E
GROUNDING
HOLE APPROVED
GROUND LUG
LOCATED OPPOSITE
OPENING
1. WIND DESIGN CRITERIA:
RISK CATEGORY: II
EXPOSURE CATEGORY: C
WIND SPEED IN ACCORDANCE WITH THE HIGH
VELOCITY WIND ZONE PER FLORIDA BUILDING
CODE, LATEST EDITION.
2. THE CONTRACTOR SHALL INCLUDE WITH THE
SHOP DRAWING SUBMITTAL A POLE WIND
LOADING CALCULATION SIGNED AND SEALED
BY A STRUCTURAL ENGINEER LICENSED
IN
THE STATE OF FLORIDA SHOWING THAT THE
PROPOSED INSTALLATION WILL MEET THE
WIND DESIGN CRITERIA LISTED ABOVE. CONTRACTOR SHALL ADJUST THE SIZE OF BASE
AND DEPTH OF POLE AT NO ADDITIONAL COST TO MEET THE REQUIRED WIND LOADING.
3. PROVIDE MARINE GRADE COPPER MATERIAL,
LOW COPPER CONTENT, WITH SALT SPRAY
ASTM 13117.
4. REFER TO GROUNDING DETAIL ON 21-11
MIV°9/2°2°
A/ ��� I
PUBLIC WORKS DEPARTMENT
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
APPROVED
REVISED
TITLE.
LIGHTHOUSE BOLLARD
BASE ASSEMBLY
DETAIL
21-14
°9,2°Z°
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
180° HOUSE
NOTE:
0 6.00 GLASS
CYLINDER
MIDDLE
CASTING
1. PROVIDE MARINE GRADE COOPER MATERIAL, LOW COOPER CONTENT, WITH SALT SPRAY ASTM
B117
APPROVED REVISED TITLE: DETAIL
06'2020 LIGHTHOUSE BOLLARD
PUBLIC WORKS DEPARTMENT osizozo SHIELD ASSEMBLY 21-15
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
2
c
d
MATCH EXISTING
FINISH GRADE
)CATOR TAPE
.ECTRICAL
JCT
ELECTRICAL DUCT IN EARTH
N.T.S
411 COMPACTED ASPHALT (MATCH
EXISTING TYPE). FOR PAVEMENT
RESTORATION REFER TO CITY OF
MIAMI BEACH PUBLIC WORKS
MANUAL SECTION 10
SAWCUT 611 EXISTING
ASPHALT FOR TRENCHING
MATCH EXISTING
FINISH GRADE
NOTE:
1. IF DIRECTIONAL BORING IS USED FOR DUCT INSTALLATION, CLEARANCE SHALL BE 30°
MINIMUM.
APPROVED REVISED TITLE: DETAIL
0612020
PUBLIC WORKS DEPARTMENT 9x129129,2 0912020 ELECTRICAL DUCT INSTALLATION 21-16
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
ao
w
i
z
~o
LOCATOR TAPE
\/
z /
N N \\�
\/
\\�
ELECTRICAL
DUCT
I
ELECTRICAL DUCT UNDER ROADWAY
N.T.S
NOTE:
1. IF DIRECTIONAL BORING IS USED FOR DUCT INSTALLATION, CLEARANCE SHALL BE 30°
MINIMUM.
APPROVED REVISED TITLE: DETAIL
0612020
PUBLIC WORKS DEPARTMENT 9x129129,2 0912020 ELECTRICAL DUCT INSTALLATION 21-16
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
J p
WLd p J �
F --Z ~ X~ W Q H
(n O Z 0 0 W
(n Z ^ Z Ln m� 0 Z � W
L(j00 00 U= Z O WILL.CN
0
Ul J =ILL. LLJ O
Qa�� QW W Q� W W z ~ OLd ma
J cn C
(n LJ Q �� WJUI p Q LJ (/)o
(Y F- �U L�z(n I—� J H
LTJ � Z Z= U) 0 U (n W< (n
W = Q Ld �� zw� Q =p0 (n
N U =
0 Z
Ir Qp O
0 o Zia Q
z0 Q Q L0
Ln
Z Z J Z W'
� J —
W f—
> (n Ow Q O
J
~ Z W W W LL-
WZ 0- GHJ
(n wW0
0 O 0 zU W W
z (� z p z
W W _ 00
U W� m U J W~
Cf) Lo
0 d
N O
Lij C) U)
Q 0 Z �P �Zof 0 �
mLLd O�W z 0Y(U) O LLj UU) Q p 00o Utz Of
W�w LLJ O X ~ wZ LLJ C7 Z ZO�w~H� w W#Q
=JW LO ON0U)U� W m -:i - m zO QN V)
' � p U= Q
Q
QU) U WZ> 0XF--L m O U Z w Q
pQ:� W W Z H-cl� - - Loc/) ~ Z S 0 O o Of mW Q
0� M0,0 0 LdN=) XLL 0 -
LL. O
WOWUmnn \ nO QO O Ld
� 00 O ULLW(n
p U I 0 0 0 J W
OO CD U O .14-^ XOJAN m
U U J (D O Z LLJ U Q w
0 N 0 Li .. U (n zO W Y
= Z_ _
N > 0 0 F-
< m
NIW Z W o w �� Q -iU J
t�Z N W O m a Q
I n N O `� o w 0W V) C) _
> W I 0 o Po zzQ
wZ � Li -o Yo cnoa =
c� c�
H W � �W Z(n=Z_ J
Z W (n m L- L p (n 0
(1WJ O W m Q p Q 0 W
WWWO� LW > O �— > Q JmpJ m
LLJ
QQ->N0 J 0 0 —J1 WZ JWUO cn
Jm3: 9 Ol ,� Q w O Q f -o Q=Qz
o W Q Z = >CD U 2 N U
O z z J OU U z m N 0 N U 0 p~ z 0 OW
Z�000J OOQ m O z? z=Uw
U
J O CD
�ZCD Ld Q�Q O Q O U W� pC�00 LLJ
Z
n Cbz 0W(n =0� Q C7 0~ JzpW z
O W 0 F- W 0
m 0 J Z O z 00 Of 0-- O
Li L.�= Q N z � � Z ZJ ZOOW N
O (n 0
00 -Z:2 0�O L'J O L� U �> �(=mH 0
W 0 0 W U 0
1 W
Z O m Z N r7 d- Ln O r
Q m o O
I
,�„ APPROVED REVISED TITLE: DETAIL
L 06/2020
E 09/2020 SERVICE POINT DETAIL 21-17
PUBLIC WORKS DEPARTMENT
(j 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL 33139
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
TO EXISTING FPL SPLICE
BOX/TRANSFORMER
O
2 #1, 1 #1 NEW/---------
GROUND, 211CNEW NEW
METER ANELBOARD
2
CAD WEL0 LC
CONNECTIONS O
2° PVC CONDUIT?
MIN 6' APART
3 #1, 1 #6EG, 211 C
r,5- X 24 QUAZITE ---#6 GROUNDING CABLE
PULL BOXES TO 2-3/4110 X 201
COPPER CLAD GROUND
RODS.
SERVICE POINT INSTALLATION NOTES:
O
1O CONTRACTOR SHOULD PROVIDE AND INSTALL 1 -NEW 100 AMP, 120/240V METER
IN A NEMA 4X ALUMINUM ENCLOSURE MOUNTED ON THE NEW CONCRETE POLE PER
FPL STANDARDS AND REQUIREMENTS. CONTRACTOR SHALL MAKE ALL CONNECTIONS
NECESSARY FOR A COMPLETE WORKING SYSTEM IN PLACE.
O2 CONTRACTOR SHALL PROVIDE AND INSTALL 1 -NEW 100A RATED, 120/240V SINGLE
PHASE SERVICE RATED PANELBOARD WITH A BOTTOM MOUNTED 100A MAIN BREAKER IN
A NEMA 4X 316 STAINLESS STEEL LOCKABLE ENCLOSURE MOUNTED ON THE NEW
CONCRETE POLE. CONTRACTOR SHALL MAKE ALL CONNECTIONS NECESSARY FOR A
COMPLETE WORKING SYSTEM IN PLACE.
O3 CONTRACTOR SHALL PROVIDE AND INSTALL 1 -NEW EXTERNAL MOUNTED 50KA SURGE
PROTECTIVE DEVICE (SPD) IN A NEMA 4X 316 STAINLESS STEEL ENCLOSURE.
CONTRACTOR SHALL INSTALL SPD PER MANUFACTURE RECOMMENDATION FOR A
COMPLETE WORKING SYSTEM.
O PHOTO CELL LIGHT CONTROLS.
O LIGHTING CONTACTOR.
APPROVED REVISED TITLE. DETAIL
P 'I 1I / \I ♦ 1I VI_, \�I 1 0612020
09i2020 NEW SERVICE POINT RISER 21-18
PUBLIC WORKS DEPARTMENT
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
\-V I111rI\L IL JLf9u
SECTION VIEW
N.T.S.
NOTE:
316 GRADE STAINLESS
STEEL HOFFMAN "UTILITY"
ENCLOSURE FOR PANEL
& TRANSFORMER. MOUNT
METER ON OUTSIDE BACK
OF ENCLOSURE.
1. CONCRETE SLAB SHALL BE DESIGNED BY A STATE OF FLORIDA ENGINEER. SIGNED
AND SEALED CALCULATIONS MUST BE PROVIDED TO SUPPORT STRUCTURAL DESIGN.
APPROVED REVISED TITLE. DETAIL
A/y yy'y y 'y y 06/2020 SERVICE POINT EQUIPMENT
I 1 I V v� i 09,2020 21-19
PUBLIC WORKS DEPARTMENT ENCLOSURE DETAIL
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
WIRING COLOR CODE:
120/240V 30
A -BLACK
B -ORANGE
C -RED
N -WHITE
G -GREEN
120/240V 10
A -BLACK
B -RED
N -WHITE
G -GREEN
T
120/208V 30
A -BLACK
B -RED
C -BLUE
N -WHITE
G -GREEN
120/208V 10
A - BLACK
B - RED
N - WHITE
G - GREEN
270/480V 30
A -BROWN
B -ORANGE
C -YELLOW
N -GREY
G -GREEN
480V TO GROUND
UNGROUNDED -ORANGE
GROUNDED (N) -GREY
GROUND (G) -GREEN
B - UNGROUNDED (HOT) #6 OR SMALLER
C NEEDS TO BE A
N - GROUNDED (NEUTRAL) SOLID COLOR
G - GROUND
oM I A iv 1 i L.jL_l r%._I
PUBLIC WORKS DEPARTMENT
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FL.33139
APPROVED
REVISED I TITLE.
06,2020
0912020
DETAIL
WIRING COLOR CODE 121-20
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
APPENDIX C
COST PROPOSAL FORM
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 C) shall be completed in its entirety. All corrections on the Cost Proposal Form (Appendix C) shall
be initialed.
Item
GroupADDITIONAL
Description
LABOR,Annual
Estimated
Quantity'
U/M
Unit Cost
Total
Q.
Unit Cost)
2
Labor Cost three 3 man crew
50
Hourly Rate
$
Per 3 Person Crew
$
3
Backhoe/Excavator (Equipment & Operator)
30
Hourly Rate
$
$
4
Jackhammer (Equipment Only)
10
Hourly Rate
$
$
5
Com ressor Operator (Equipment Only)
40
Hourly Rate
$
$
6
Directional Boring (including 2" conduit
640
Linear Foot
$
$
7
Trenching
640
Linear Feet
$
$
8
2 -inch conduit schedule 40 (Furnish &
Install)
10
Linear Foot
$
$
9
1 #6 Electrical Wires Furnish & Install).3,210
Linear Foot
$
$
10
1 Pull Boxes Furnish & Install
10
—ADDITIONAL
Each
LABOR, SERVICES&
$
MATER
$
$
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
'The estimated amounts stated herein are for calculation purposes only. Actual amounts may be greater or less than the estimated
amounts.
Group 3 - TIME AND MATERIAL COSTS FOR
ADDITIONAL GOODS OR SERVICES
Annual
NOT SPECIFIED
Total
Estimated
(Quantity_X
Item
Description
Quantity' UIM Unit
Cost
Unit—Cost)
• -. •- • •
•
Hourly Rate — Non Regular (per Individual)
Hourly Rate — Emergency (per Individual)
Total
% Administrative
(Est. Cost X
Estimated Annual Amount' Mark-up
% Mark-up)
Purchase of Related Parts & Supplies
Purchase of Related Equipment
Rental of Related Non -Specified Equipment
SUB -TOTAL
— TIME AND MATERIAL COSTS FOR ADDITIONAL
GOODS OR SERVICES NOT SPECIFIED
'The estimated amounts stated herein are for calculation purposes only. Actual amounts may be greater or less than the estimated
amounts.
MIAMI BEACH
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of
A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e.
FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance
business in the State of Florida.
Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory
endorsements, or copies of the applicable insurance language, effecting coverage required by this
contract. All certificates and endorsements are to be received and approved by the City before work
commences. However, failure to obtain the required documents prior to the work beginning shall not
waive the Contractor's obligation to provide them. The City reserves the right to require complete,
certified copies of all required insurance policies, including endorsements, required by these
specifications, at any time.
CERTIFICATE HOLDER MUST READ:
CITY OF MIAMI BEACH
c/o EXIGIS Insurance Compliance Services
P.O. Box 4668 — ECM #35050
New York, NY 10163-4668
Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent,
EXIGIS, at:
Certificates-miamibeach(a)riskworks.com
Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these
requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or
other special circumstances.
Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation
under this section or under any other section of this agreement.
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
ATTACHMENT C
SUNBIZ & PROPOSAL RESPONSE TO ITB
F)jlfjl (-) j . , or
rg r r
offj i ial lim? uf -Flof 1-,fki k vtobsile
Rf11 SW 179TH TFRRAf,F
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
F'EMBKUKE FINES, F -L 33U1ti
Title VP
GUZMAN, ENRIQUE 1
14780 SW 98TH AVE.
MIAMI, FL 33176
Title SD
DE LA SIERRA, PIERRETTE
2635 W. 81 STREET
HIALEAH, FL 33016
Annual Reports
Report Year Filed Date
2019 01/15/2019
2020 01/14/2020
2021 01/28/2021
Document Images
01/28/2021 --ANNUAL REPORT View image in PDF format
01/14/2020 -- ANNUAL REPORT View image in PDF format
01/15/2019 -- ANNUAL REPORT
01/10/2018 --ANNUAL REPORT
01/10/2017 -- ANNUAL REPORT
01/18/2016 --ANNUAL REPORT
01/10/2015 -- ANNUAL REPORT
01/20/2014 -- ANNUAL REPORT
02/19/2013 -- ANNUAL REPORT
01/05/2012 -- ANNUAL REPORT
01/05/2011 --ANNUAL REPORT
01/08/2010 -- ANNUAL REPORT
03/24/2009 -- ANNUAL REPORT
01/06/2008 ANNUAL REPORT
01/05/2007 -- 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
01/04/2006 -- ANNUAL REPORT
View image in PDF format
01/13/2005 -- ANNUAL REPORT
View image in PDF format
10/19/2004 -- REINSTATEMENT
View image in PDF format
01/15/2003 -- ANNUAL REPORT
View image in PDF format
10/15/2002 -- Off/Dir Resignation
View image in PDF format
01/14/2002 -- ANNUAL REPORT
View image in PDF format
01/17/2001 --ANNUAL REPORT
View image in PDF format
03/13/2000 -- ANNUAL REPORT
View image in PDF format
05/06/1999 -- ANNUAL REPORT View image in PDF format
n3/7fV19QR -- ANNI IAI RFPORT \/iaw imana in Pr1F format
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
03/12/1998 -- ANNUAL REPORT View image in PDF format
08/21/1997 -- Domestic Profit Articles View image in PDF format
Florida Department of State, Division of Corporations
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
BID SUBMITTAL QUESTIONNAIRE
SECTI(_. , -BID CERTIFICATION FORM
This document is a REQUIRED FORM that must be submitted fully completed and submitted.
Solicitation No: Solicitation Title:
2022 -094 -AY MAINTENANCE OF STREET LIGHTING ON ALL ROADS
WITHIN THE MIAMI BEACH CITY LIMITS
BIDDER'S NAME: AGC ELECTRIC INC.
NO. OF YEARS IN BUSINESS: 24
NO, OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES: 60
24
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: nla
BIDDER PRIMARY ADDRESS (HEADQUARTERS): 2660 W 79th Street
CITY: Hialeah
STATE: FL
ZIP CODE: 33016
TELEPHONE NO.: 3058232280
TOLL FREE NO.: We
FAX NO.: 305-828.4515
BIDDER LOCAL ADDRESS: 2660 W 79th Street
CITY: Hialeah
STATE: Florida
ZIP CODE: 33016
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Tomas V. Curbelo
ACCOUNT REP TELEPHONE NO.: 3058232280
ACCOUNT REP TOLL FREE NO.: Na
ACCOUNT REP EMAIL: tomas@agcelectric.com
FEDERAL TAX IDENTIFICATION NO.: 65.08-06-153
By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms
and conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and
appendices and the contents of any Addenda released hereto; b) to be bound, at a minimum, to any and
all specifications, terms and conditions contained herein or Addenda; c) that the bidder has not divulged,
discussed, or compared the proposal with other bidders and has not colluded with any other bidder or
party to any other bid; d) that bidder acknowledges that all information contained herein is part of the
public domain as defined by the State of Florida Sunshine and Public Records Laws; e) the bidder
agrees if this bid is accepted, to execute an appropriate City of Miami Beach document for the purpose
of establishing a formal contractual relationship between the bidder and the City of Miami Beach,
Florida, for the performance of all requirements to which the bid pertains; and f) that all responses, data
and information contained in the bid submittal are true and accurate.
The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute
this questionnaire, and that the contents of said document(s) are complete, true, and correct to the best
of his/her knowledge and belief.
Name of Bidder's Authorized Representative: Title of Bidder's Authorized
Tomas V. Curbelo Representative:
President
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
After issuance of solicitation, the City may release one or more addendum to the
solicitation, which may provide additional information to bidders or alter solicitation
requirements. The City will strive to reach every bidder having received solicitation
through the City's e -procurement system. However, bidders are solely responsible for
assuring they have received any and all addendum issued pursuant to solicitation. This
Acknowledgement of Addendum section certifies that the bidder 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.
Enter Initial
to Confirm
Receipt
Enter Initial
to Confirm
Receipt
Enter Initial to
Confirm
Receipt
TVC
Addendum 1
Addendum 6
Addendum 11
TVC
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.
"-TION 3 - CONFLICT OF INTEREST
All bidders 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. Further, all bidders must disclose the name of any City employee who
owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder
entity or any of its affiliates.
YES NO
, please aisclose the name(s):
1
2
3
4
5
When requested by the City, each bidder shall arrange for Dun & Bradstreet to submit
a Supplier Qualification Report (SQR) directly to the City. 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 bidder. The bidder
shall request the SQR report from D&B at:
https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?
storeld=11696
Bidders are responsible for the accuracy of the information contained in its
SQR. It is highly recommended that each bidder review the information
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
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.
At time of request, bidder shall request that Dun & Bradstreet submit its Supplier
Qualifier Report directly to the City, with bid or within three (3) days of request.
Pursuant to Resolution 2016-29375, the
City travel to the state of Mississippi,
sourced in Mississippi. Bidder shall ag
City of Miami Beach to Mississippi, nor
City be sourced from this state.
City of Miami Beach, Florida, prohibits official
well as the purchase of goods or services
ee that no travel shall occur on behalf of the
hall any product or services it provides to the
By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with
Resolution 2016-29375
https://www. miamibeachfl.gov/wp-content/uploads/2017/11 /2016-29375-Resolution-
Vendor-Moratorium-for-Services-Sources-from-North-Carolina-Mississippi-1.pdf
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
SECTION 6 - REFERENCES AND PAST PERFORMANCE
Project No.
2022 -094 -AY
Project Title
MAINTENANCE OF STREET LIGHTING ON ALL ROADS
WITHIN THE MIAMI BEACH CITY LIMITS
Bidder shall submit at least three (3) references for whom the bidder has completed
work similar in size and nature as the work referenced in solicitation.
Reference No.1
Firm Name: City of Miami Beach
Contact Individual Name and Title: Carlos Da Cruz, Coordinator
Address: 1701 Meridian Ave, Suite 401
Telephone: 786-412-6254/ 305-6777-7272 office
Contact's Email: carlosdacruz@miamibeachfl.gov
Narrative on Scope of Services Provided:
Electrical Service including pole lighting, controls, power and lighting system. Full
Electrical maintenance and repairs.
Reference No.2
Firm Name: City of Miami Beach
Contact Individual Name and Title: Josiel Ferrer, Coordinator
Address: 1688 Meridian Ave, Suite 801
Telephone: 305-397-9139
Contact's Email: josielferrer@miamibeachfl.gov
Narrative on Scope of Services Provided:
Transportation and Mobility Department electrical and Traffic Signalization services and
maintenance.
Reference No.3
Contact Individual Name and Title: Ricardo K. Sargen
Address: 1000 NW 111 Avenue
Telephone: 305-962-3527
Contact's Email: ricardo.sargen@dotstate.fl.us
Narrative on Scope of Services Provided:
Street Lighting and Traffic Signalization projects in Miami Dade County
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
Additional Reference
Firm Name:
Contact Individual Name and Title:
Address:
Telephone:
Contact's Email:
Narrative on Scope of Services Provided:
The Standard Terms and Conditions are available at https://www.miamibeachfl.gov/city_
hall/procurement/standard-terms-and-conditions/ By virtue of submitting a bid, bidder
attests that they have read and understand the applicable Standard Terms and
Conditions as indicated in the solicitation.
Project No.
2022 -094 -AY
Project Title
MAINTENANCE OF STREET LIGHTING ON ALL ROADS
WITHIN THE MIAMI BEACH CITY LIMITS
Bidders 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
https://library.municode.com/fl/miami beach/codes/code of ordinances?
nodeld=SPAGEOR CH2AD ARTVIISTCO DIVSCAFIRE
Bidders 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 bid submittal,
in the event of such non-compliance.
Are there any individuals or entities (including your sub -consultants) with a controlling
financial interest which have 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.
0 YES NO
If yes, list name (first and last name) of individuals, occupation, amount and date:
First Contribuu.
Narr
1
2
3
4
5
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
Has bidder ever been debarred, suspended or other legal violation, or had a contract
cancelled due to non-performance by any public sector agency?
YES NO
If answer to above is "YES," bidder shall submit a statement detailing the reasons that
led to action(s):
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 bids, 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.
Does bidder provide or offer access to any benefits to employees with spouses or to spouses
of employees?
YES NO
Does bidder provide or offer access to any benefits to employees with (same or opposite sex)
domestic partners or to domestic partners of emloyees?
YES NO
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
Bidder Provides for
Employees with
Spouses
Bidder Provides for
Employees with
Domestic Partners
Bidder does not
Provide Benefit
Health
yes
yes
Sick Leave
does not provide
Family Medical Leave
does not provide
Bereavement Leave
does not provide
If Bidders 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
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
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
at http://www.miamibeachfl.ggytcity-hall/procurement/procurement-related-ordinance-and-
proced u res/
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from
time to time, covered employees shall be paid the required living wage rates listed below:
1. Effective January 1, 2018, covered employees must be paid a living wage rate
of no less than $11.62 per hour with health care benefits of at least $2.26 per
hour, or a living wage rate of no less than $13.88 per hour without health care
benefits.
2. Effective January 1, 2019, covered employees must be paid a living wage rate
of no less than $11.70 per hour with health care benefits of at least $2.74 per
hour, or a living wage rate of no less than $14.44 per hour without health care
benefits.
3. Effective January 1, 2020, covered employees must be paid a living wage rate
of no less than $11.78 per hour with health care benefits of at least $3.22 per
hour, or a living wage rate of no less than$15.00 per hour without health care
benefits.
The living wage rate and health care benefits rate may, by Resolution of the City Commission
be indexed annually for inflation using the Consumer Price Index for all Urban Consumers
(CPI -U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor
Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%).
The City may also, by resolution, elect not to index the living wage rate in any particular year, if
it determines it would not be fiscally sound to implement same (in a particular year).
Bidders' failure to comply with this provision shall be deemed a material breach under
this proposal, under which the City may, at its sole option, immediately deem said Bidder as
non-responsive, and may further subject Bidder to additional penalties and fines, as provided
in the City's Living Wage Ordinance, as amended. Further information on the Living Wage
requirement is available at htip://www.miamibeachfl.gov/city-hall/procurement/procurement-related-
ordinance-and-procedures/
Any payroll request made by the City during the contract term shall be completed electronically
via the City's electronic compliance portal, LCP Tracker (LCPTracker.net).
Indicate below that Bidder agrees to the living wage requirement. Failure to agree shall result
in proposal disqualification.
p� YES NO
APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
The undersigned Contractor certifies, to the best of his or her knowledge, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee
of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with the awarding of any Federal contract, the making of
any Federal grant, the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, or modification of any
Federal contract, grant, loan, or cooperative agreement.
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
2. If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the
award documents for all subawards at all tiers (including subcontracts, subgrants, and
contracts under grants, loans, and cooperative agreements) and that all subrecipients shall
certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the
Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such
failure.
The undersigned Contractor certifies or affirms the truthfulness and accuracy of each
statement of its certification and disclosure, if any. In addition, the Contractor understands and
agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure,
if any.
By virtue of submitting bid, bidder certifies or affirms its compliance with the Byrd Anti -
Lobbying Amendment Certification.
Name of Bidder's Authorized Representative: Title of Bidder's Authorized
Tomas V. Curbelo Representative:
President
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
The Contractor acknowledges that:
(1) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000.
As such the contractor is required to verify that none of the Contractor, its principals (defined
at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2
C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
(2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C
and must include a requirement to comply with these regulations in any lower tier covered
transaction it enters into.
(3) This certification is a material representation of fact relied upon by the City. If it is later
determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt.
3000, subpart C, in addition to remedies available to the City, the Federal Government may
pursue available remedies, including but not limited to suspension and/or debarment.
(4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2
C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract
that may arise from this offer. The Contractor further agrees to include a provision requiring
such compliance in its lower tier covered transactions."
By virtue of submitting bid, bidder certifies or affirms its compliance with the Suspension and
Debarment Certification.
Name of Bidder's Authorized Representative: Title of Bidder's Authorized
Tomas V. Curbelo Representative:
President
Pursuant to Resolution 2020-31519, the City is tracking the Small and Disadvantaged
Businesses, as certified by Miami -Dade County that have been certified as Small or
Disadvantaged Business by Miami -Dade County.
Does bidder possess Small or Disadvantaged Business certification by Miami -Dade County?
p� YES NO
Pursuant to Resolution 2020-31342, the City is tracking the utilization of LGBT owned firms
that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian
Chamber of Commerce (NGLCC).
Does bidder possess LGBT Business Enterprise Certification by the NGLCC?
p� YES NO
lflr fr rl _r, r1l
Pursuant to Section 2-486 of the Citv Code. all procurement solicitations once advertised and
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
Manager are under the "Cone of Silence." The Cone of Silence ordinance is available
at https://library.municode.com/fl/miami beach/codes/code_ of ordinances?
nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR S2-486COS1
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 .
Vendor attests that they have read, understand, and are in compliance with the Cone of
Silence Ordinance, pursuant to Section 2-486 of the City Code?
p� YES NO
Pursuant to City Resolution No.2000-37879, the Bidder shall adopt a Code of Business Ethics
("Code") and submit that Code to the Procurement Division with its response or within three
(3) days upon receipt of request. The Code shall, at a minimum, require the Bidder, 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.
Bidder shall submit firm's Code of Business Ethics within three (3) of request by the City. In lieu
of submitting Code of Business Ethics, Vendor may indicate that it will adopt, as required in the
ordinance, the City of Miami Beach Code of Ethics, available
at http://www.miamibeachfl.gov city -hall procurement/procurement-related-ordinance-and-
procedures/
Bidder adopts the City of Miami Beach Code of Business Ethics?
p� YES NO
Bidder will submit firm's Code of Business Ethics within three (3) days of request by the City?
YES NO
Ir"-TlnF*I 11" —DRUG FREE WORKPLACE CERTIFICAT"ir N
The Drug Free Workplace Certification is available at:
https://www.miamibeachfl.gov/wp-content/uploads/2019/04/DRUG-FREE-WORKPLACE-
CERTIFICATION.pdf
By virtue of submitting bid, bidder certifies or affirms it has adopted policies, practices and
standards consistent with the City's Drug Free Workplace Certification.
SECTION 19 — LOBBYIST REGISTRATION REQUIREMENTS
This solicitation is subject to, and all bidders are expected to be or become familiar with, all
Citv Inhhvist laws. Bidders shall he solely resnonsihle for ensuring that all Citv lohhvist laws are
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
complied with, and shall be subject to any and all sanctions, as prescribed therein, including,
without limitation, disqualification of their responses, in the event of such non-compliance.
By virtue of submitting bid, bidder certifies or affirms that they have read and understand the
above Lobbyist Registration Requirements.
The Non -Discrimination ordinance is available at:
https://library.municode.com/fl/miami beach/codes/code_ of ordinances?
nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-375NSCCOREWA
By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Section
2-375 of the City of Miami Beach City Code.
SECTION 21— FAIR CHANCE REQUIREMP
The Fair Chance Ordinance No. 2016-4012 is available at:
https://Iibrary.municode.com/fl/miami beach /cod es/code_ of ordinances?
nodeld=SPAGEOR CH62HURE ARTVFACHOR
By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards
consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with
supporting documentation evidencing its compliance upon request. Bidder 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.
Please refer to Section 287.133(2)(a), Florida Statutes, available at:
https://www.flsenate.gov/Laws/Statutes/2012/287.133
By virtue of submitting bid, bidder agrees with the requirements of Section 287.133, Florida
Statutes, and certifies it has not been placed on convicted vendor list.
Pursuant to City of Miami Beach Ordinance No. 2011-
3748, https://library.municode.com/fl/miami beach/cocles/cocle_ of ordinances?
nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-374PRPRPRVECOGOCOSE 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, RFP, RFQ, ITN 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.
Is the bidder a service -disabled veteran business enterprise certified by the State of Florida?
YES NO
DocuSign Envelope ID: 284AA2BE-7C65-4669-8A89-E06870573E6C
Is the bidder a service -disabled veteran business enterprise certified by the United States
Federal Government?
YES NO
APPENDIX C
rslaaer amrms mat me paces stalec on me proposal pace conn below represents the entire cost of the gems 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 exeroised by the City Manager In advance. The Cost Proposal Form
(Appentllx C) shall be completed in its entirety. All corrections on the Cost Proposal Fonn (Appendix C) shall
be initialed.
•
$ ������
2
Labor Cosl three 3 man crew
50
Hourl Rata
para Person craw
�soo.00
3
Backhoe/Exceva�or E u ant 8 O ra[or
30
Hourl Rate
$ ao.ac
$ 2AOO.oO
4
Jackhammer E ui meat Onl
t0
Hourl Rate
$40.00
$ 400.00
5
Com lessor O orator ui meat Onl
40
Hourl Rate
as.00
Leoo.o0
8
Directional Borin Inclutlin 2" conduit
640
Linear Foot
zs.00
X6,000.00
l
Trenchin
840
Linear Feet
$"16.00
10.)40.00
2 -inch conduit schedule 40 (Fumiah 8
6
In6lall
i0
Llnaar FOOL
fi.00
$ 60.00
9
#6 Electrical Wirers Furnish B Install
3 210
Linear Foot
$ z.o0
$ 6.4zo.00
10
Pull Boxes Furnish 8 Install
10
Each
$ 6m.0o
$ 6,zoo.0o
$ 51.02000
+Tha estimatetl amounts stated herein are for calculation purposes only. Actual amounts may be greater or lass than the estimatetl
amounts.
Co
O
7C)
Z
_O +'
E
a u
J w
Q0 2
UV)
W aw U-) +'
O ZZco
�-
a Co D o
m
Z �' aAlp N o
O Z �- _ N
04
v1 Q
Wa —
HD
oa�
{o
Z MLJ Lw D u
ULLJ
LL V _rn O CY U> p V)
Zc�p Q
Z LL U LLww
LL Q= OMO r i
�P; W Q` U m i o
LJL 0Z LU ii
LU w -00 V w� oI�Z0LLI Z o
H U QV Tili wZ
W F- Q00Q V) O aca�
°J o
NZ Z �� N Wi= u o
O _ Q
�... U 3
V O JO
m J Z _� X> 0
L O V LV
E2� �
~IW ~ > Q N
Z
H U O
L > W LV w CL
0 cc
cD G J W
b H W 2 0
4.1
(n a N
D Q N
a
0 W F-
L
n � Q
4.
mom
U
O