Resolution No. 2025-29 Plumbing Services Contracts - PIF Construction Group Inc. and Marling Plumbing of Miami Inc. - May 6, 2025Request for Quotation
RFQT 25-002: Plumbing Services
Posted: April 4, 2024
Due Date: Friday, April 18, 2025 at 3:00 PM
Contractor shall submit the following for the price quote to be accepted:
a)
Table 1
- Price Sheet
b)
Table 2
- Bid Table
c)
Table 3
- Qualifications
d)
Table 4
-References
TABLE 1 - PRICE SHEET
Project Name:
Plumbing Services
Scope of Work:
Quotes shall be accepted from qualified and experienced
Contractor to furnish labor, supervision, equipment, supplies,
tools, and materials to perform Plumbing Services at various
locations in the City of Aventura. Work includes repairs,
installations, and modification to city owned buildings and parks
facilities. The general scope of work includes but is not limited to
clearing blockages, replacing fixtures, repairs to toilets, sinks,
urinals, showers, water fountains, and general plumbing
activities at facilities.
The work shall be in accordance with the project documents
attached herein: a) Summary of Work and b) Terms and
Conditions of the City of Aventura Purchase Order (Exhibit A),
attached.
Name of Contractor:
PIF CONSTRUCTION GROUP
Address of Contractor:
2999 NE 191 st St ste 709B Aventura FL 33180
Phone Number and E-mail of
Contractor:
(305) 904 3727, main@pifconstructiongroup.com
Authorized Contractor
Representative:
Mykhailo Potomki , Alex Potomkin
Signature:
Date:
04/10/2025
Bid Quote Grand Total:
Page 1 of 10
Request for Quotation
RFQT 25-002: Plumbing Services
SUMMARY OF WORK
PART 1 — GENERAL
1.1. Instructions
A. Contractors submitting the bid should include the attached Table 1 — Price Sheet with their
bid. Bids are due on Due Date: Friday, April 18, 2025 at 3:00 PM. Quotes should be sent
by email to pwbids@cityofaventura.com or uploaded to DemandStar.com.
B. Questions regarding this quotation can be submitted by email to pwbids _cityofaventura.com.
C. All the requirements stated herein and the attached Terms and Conditions of the City of
Aventura Purchase Order shall apply.
D. The City reserves the right to:
i. Award all or a portion of the services as determined to be in the best interest of the City.
ii. Award to one or more than one proposer as determined to be in the best interest of the
City.
iii. Reject any or all submittals if found not to be in the best interest of the City.
1.2. Location of Work
The work is located at various locations throughout the City of Aventura listed below.
No.
Facility Name
Address
Function
1
Government Center
19200 W Country Club Dr.
Administration/Police
2
Government Center
Garage
19200 W Country Club Dr.
Parking Garage
3
Community Recreation
Center
3375 NE 188th St
Administration/Recreational
4
ACES - Elementary
School
3333 NE 188th St.
Elementary School
5
ACES - Middle School
3333 NE 188th St.
Middle School
6
Arts & Cultural Center
3385 NE 188th St.
Recreational
7
Waterways Park
3301 NE 213 St.
Recreational
8
Waterways Dog Park
3301 NE 213 St.
Recreational
9
Founders Park
3105 NE 190 St
Recreational
10
Founders Park South
3106 NE 190 St
Recreational
11
Peace Park
3200 NE 188 St
Recreational
12
Veterans Park
18375 NE 31 st Ave.
Recreational
1.3. Description of Work
A. General
1. Scope of Work: The Contractor shall provide all labor, supervision, materials,
equipment, supplies, tools, transportation, and safety measures necessary for
Page 2 of 10
plumbing services at various locations in the City of Aventura. Tasks include, but are
not limited to:
• Clearing blockages.
• Replacing fixtures.
• Repairing toilets, sinks, urinals, showers, and water fountains.
• Conducting general plumbing activities at City facilities.
2. Billing and Invoicing: Jobs shall be invoiced as:
a. Standard Jobs: Fixed charges as proposed in the Bid Table.
b. Time and Material: Based on labor and materials utilized.
3. Standard Job Descriptions
a. Clearing Blockages: Includes stoppage removal from toilets, urinals, sinks, or
showers. Fixed charges (Bid Table item #1) include labor and standard
equipment use. Repairs or replacement of defective components are itemized
separately.
b. Replacing Vacuum Breakers: Includes replacement in toilet and urinal
assemblies. Fixed charges (Bid Table item #2) cover all labor and materials.
Repairs or replacement of other components are itemized separately.
4. Routine Plumbing and Repair Work: Routine tasks may include:
a. Working on fresh water lines, drain/waste/vent lines.
b. Repairing toilets, urinals, kitchen and bathroom sinks.
c. Servicing hot water heaters, showers, and related components.
d. Clearing blocked wastewater service laterals.
5. Additional Repair and Maintenance
a. Minor adjustments or repairs for proper plumbing system operation.
b. Authorization from the City required for additional services or parts beyond
basic repairs.
6. Safety and Environmental Precautions
a. Protect surrounding landscaping and repair any damages at no cost to the City.
b. Maintain a clean, hazard -free worksite, removing waste and hazardous
materials.
c. Comply with all laws and regulations regarding hazardous waste disposal and
provide transportation manifests upon request.
d. Control vehicles and tools to prevent interference with site equipment.
7. Use of Equipment
a. Rental Equipment: Contractor responsible for rental costs and operation in
compliance with safety standards. Itemized fees must be included on invoices
without markup.
b. Special Equipment: Authorization required for use (e.g., smoke machines,
camera systems, vacuum trucks). Charges for equipment usage must be
itemized without markup.
8. Labor and Professional Standards
a. Labor hours calculated from technician's arrival to completion of cleanup.
Page 3 of 10
b. All work performed by skilled professionals in a workmanlike manner, adhering
to trade standards.
c. Sufficient trained technicians to ensure timely job completion.
9. Administrative and Reporting Requirements
a. No overnight equipment storage in the right-of-way.
b. Accidents or damage to public/private property or utilities must be promptly
reported to the City.
c. Provide detailed maintenance and repair summaries with quotes for
recommended repairs.
10. Contractor Responsibilities
a. Costs and Cleanup: Responsible for disposal costs, cleanup, and repairs for
any damages caused during work.
b. Damages: Responsible for any interruptions or damage to structures, utilities,
roads, or landscaping.
c. Compliance: Ensure work complies with applicable laws, regulations, and good
workmanship practices.
B. Personnel
The Contractor shall maintain the personnel resources necessary to manage staff and
perform the work within this contract. Contractor shall have management staff on site that can
communicate in English at all times.
C. Permit and Inspection
CONTRACTOR shall determine the need, provide any and all paperwork, plans or details
required to obtain approved permits and licenses that may be required for work to commence.
CONTRACTOR shall acquire all permits and licenses and will comply with laws, and
regulations whether state or federal and with all local codes and ordinances when performing
work. CONTRACTOR shall be responsible for any applicable fees associated with work
requiring permits or inspections. The CONTRACTOR shall be responsible for advising the
CITY when a permit or inspection is needed. The CONTRACTOR shall schedule all required
inspections from all regulatory agencies.
CONTRACTOR shall itemize permit and inspection fees on invoice where applicable. There
shall be no mark-up applied to permit and inspection fees.
D. Responding to Repairs Request
CONTRACTOR shall be contacted by the CITY for work at the facilities listed. CONTRACTOR
shall respond to initial contact within four (4) hours. CONTRACTOR shall be on -site within
two (2) working days of contact unless otherwise agreed upon with the CITY.
E. Qualifications and Experience
Offers will be accepted only from Contractors who are qualified to provide the services
requested herein. A statement of qualification of the firm and a description of the company
history is required.
Only Contractors determined to be responsive and responsible shall be considered for
evaluation. The City shall examine the documentation submitted in the Proposal to determine
the responsiveness of each Proposer. Failure to provide the required information may
Page 4 of 10
disqualify any such Proposal as non -responsive and such Proposal may not be considered.
The City may disqualify any Proposers that make exaggerated or false statements.
Contractor shall document experience and certifications of lead personnel completing
projects of similar scope.
Contractor shall have a minimum of five (5) years of experience in providing Plumbing
Services in Broward, Miami -Dade or Palm beach county.
Responsiveness
The factors to be considered in determining the responsiveness of each Proposer
include but are not limited to the following:
a. Completion, accuracy, and submission of all required documentation
including Price Sheet and Pricing Proposal Table.
b. Compliance with all requirements of the Request for Informal Quote.
c. Accuracy of mathematical calculations.
Responsibility
The factors to be considered in determining the responsibility of a Proposer shall
include but not be limited to the following:
a. Proposer's past experience and performance on comparable contracts.
b. Availability of appropriate material, equipment, facility and personnel
resources and expertise, or the ability to obtain them, to complete the project.
F. Licenses
Contractor must be fully licensed with all required State and/or Local government licenses
and permits.
G. References
Contractor shall provide a list of at least three (3) references in Table 3 for which the
Contractor has provided similar product and services. References are to include Contact
Person, Equipment Serviced, and Work Description. Contractor is responsible for accuracy
of contact and telephone numbers provided.
PART 2 — EXECUTION
2.1. Methods
It is the responsibility of the Contractor to develop the methodology, material and equipment
used to obtain the results specified for each job. The Contractor shall:
1. At no time utilize methods that will result in damage to the operation of the electrical,
mechanical and structural systems of the facility.
2. The Contractor shall follow all applicable municipal, county, state, and federal
standards in performing all work.
3. Follow applicable OSHA Safety Standards.
4. All work shall conform to manufacturer requirements, and applicable trade standards.
2.2. Discovery During Work
At the time of conducting any work, Contractor agrees to do minor work and repairs, related or
unrelated to the work, which in his judgment are necessary. The Contractor shall notify the City
for authorization prior to performing any additional service. Contractor shall provide a list of
suggested corrective actions as needed along with an estimated cost of repair.
Page 5 of 10
2.3. Supervision and Responsibility
The Contractor shall at all times enforce strict discipline and good order among his employees
and shall not employ an unfit person or anyone not skilled in the Work assigned to him.
Subcontractor's whose work is unsatisfactory to the City or who are considered by the City's
representative as careless, incompetent, unskilled or disorderly or who use threatening or
abusive language to any person shall be dismissed from work upon notice from the City and
shall not be employed to perform the Work thereafter. No liquor, alcoholic beverages or drugs
shall be allowed on the site of the Work. The Contractor shall operate a drug free workplace.
2.4. Uniforms
Contractor shall provide all employees with color coordinated uniforms that shall meet the City's
public image requirements and be maintained by Contractor so that all personnel are neat, clean
and professional in appearance at all times. Non -uniform clothing will not be permitted,
including for new employees.
2.5. Vehicles
Contractor shall keep all vehicles in good repair, free from leaking fluids, properly registered, of
uniform color and shall bear the company name on each side in not less than 11/ "letters.
2.6. Equipment Safety
Contractor shall keep all equipment in an efficient and safe operating condition while
performing work under the contract. Equipment shall have proper safety devices maintained at
all times while in use. If equipment does not contain proper safety devices and/or is being
operated in an unsafe manner, the City may direct the Contractor to remove such equipment
and/or the operator until the deficiency is corrected to the satisfaction of the City. The Contractor
shall be responsible and liable for injury to persons and property caused by the operation of the
equipment.
2.7. Discovery and Notification
If the Contractor discovers damages, vandalism or theft, the Contractor shall immediately notify
the City of same, and shall file a police report of the occurrence.
PART 3— PARTS AND LABOR
3.1. Materials
CONTRACTOR must be able to obtain the necessary repair material to perform the required
repairs or installation projects.
3.2. Labor and Materials Used in Repairs
CONTRACTOR shall furnish adequate number of technicians and materials used in performing
any repairs. Cost of labor and materials shall be included in a proposal accepted by the CITY
before work commences. CONTRACTOR shall document labor hours per technician performing
repair and provide itemized invoice showing materials used.
3.3. Material Percentage Mark-up or Discount
All materials for services under this Agreement will be purchased at cost plus applicable mark-
up/discount. All percentages shall be firm for the duration of the contract.
Page 6 of 10
Parts pricing shall be documented with appropriate proof of cost, such as Dealer Invoice or
Catalog Price and shall be included as backup for any Repair Invoice. Mark-up will reimburse
the CONTRACTOR for taxes and delivery. Mark-up for materials shall not exceed the level
proposed in Table 2 — Bid Table.
The CITY reserves the right to furnish materials and equipment or purchase materials and
equipment directly from suppliers and have the CONTRACTOR utilize for services under this
Agreement.
3.4.Invoicing
The CITY shall process invoice only after work has been completed. Submittal of field technician
report is required for processing of invoice.
PART 4 - WARRANTY
4.1. The Contractor warrants to the Owner and Consultant that materials and equipment furnished
under the Contract will be of good quality and new unless otherwise required or permitted by
the Contract Documents; that the Work will be free from defects not inherent in the quality
required or permitted; and that the Work will conform with the requirements of the Contract
Documents. Work not conforming to these requirements, including substitutions not properly
approved and authorized, may be considered defective. The Contractor's warranty excludes
remedy for damage or defect caused by abuse, modifications not executed by the Contractor,
improper or insufficient maintenance, improper operation, or normal wear and tear under normal
usage. The Contractor shall furnish satisfactory evidence as to the kind and quality of materials
and equipment. All manufacturers' product warranties shall be registered in the Owner's name
and for its sole benefit.
4.2. The Contractor shall guarantee the equipment and systems to be free of defects in design,
equipment, and workmanship for a period of one year from the date of acceptance.
Page 7 of 10
Request for Quotation
RFQT 25-002: Plumbing Services
TABLE 2 — BID TABLE
Proposed cost shall include all labor, supervision, materials, equipment, supplies, tools,
transportation, and safety measures to perform Plumbing Services in the City.
No.
Description
Unit
Qty.
Unit Price
Total
1
Standard Job total cost: Clear stoppage at toilet, urinal, sink, or
Each
24
shower
275.55
6613.20
2
Standard Job total cost: Replace Flushometer in toilet and urinal
Each
12
assembly including spud.
447.10
5365.20
3
Labor rate for Plumbing Services, Standard Business Hours M-F:
Hourly
100
8amto5 pm
78.55
7855.00
4
Labor rate for Plumbing Services Non -Standard Business Hours
Hourly
20
117.25
1756.00
5
Leak detection
First 2
10
170.00
1700.00
Hours
6
Leak detection
Hourly
10
78.50
785.00
7
TV Camera of line
First 2
10
107.11
1071.10
Hours
8
TV Camera of line
Hourly
10
52.50
525.00
9
Jet washing Line
First 2
20
Hours
382.50
7650.00
10
Jet washing line
Hourly
20
177.50
3550.00
11
Backflow Inspections plus recording fee
Less
1
than 2"
50.00
50.00
12
Backflow Inspections plus recording fees
Greater
1
than 2"
150.00
150.00
13
Allowance for Direct Material
1
$5,000
$5,000
14
Markup on Direct Material (limited to 10% Max.) (e.g. $5,000 x
%
5% _ $250
7.5
375.00
Grand Total
43,034.50
Forty thousand four hundred forty five dollars fifty cents
Grand Total Amount (Written in words)
PIF CONSTRUCTION GROUP INC
Name of Contractor
Signature
MYKHAiLO POTOMKIN, PRESIDENT
Printed Name and Title
04/10/2025
Date
Page 8 of 10
TABLE 3 — CONTRACTOR QUALIFICATIONS
ORGANIZATION: PIF CONSTRUCTION GROUP
ADDRESS: 2999 NE 191st St ste 709B Aventura FL 33180
PHONE: 305 904 3727
EMAIL: main@pifconstructiongroup.com
1. Years your organization has been in business as a Contractor?
4
2. Years your organization has been in business under its present business name?
4
3. If a corporation, answer the following:
a. Date of incorporation
b. State of incorporation:
09/30/2021
FLORI DA
c. President's name: MYKHAILO POTOMKIN
List licenses, certifications and county/municipal Business Tax Receipt (BTR) in which your
organization is legally qualified to do business. Indicate registration or license numbers, if
applicable. List type of Miami -Dade County Certificate of Competency and number where
applicable. Attach copies of each.
Type of License
#
Expires
General Contractor License
CGC1537165
AUGUST 31, 2026
Building Contractor License
CBC1267762
AUGUST 31, 2026
Plumbing Contractor License
CFC1433223
AUGUST 31, 2026
LBT
7382231
SEPTEMBER 30, 2025
Page 9 of 10
Owner/Agency
TABLE 4 - REFERENCES
Location
WINSTON TOWERS 300 1 230 174TH, SUNNY ISLES BEACH
Contact Person Phone: Email
LEV SOLODOVNIK (860)250-7663 levsolo@gmail.com
Work Description
POOL DECK RENOVATION, FULL DRAINAGE SYSTEM
RENOVATION FOR POOL DECK PUBLIC BATHROOMS FOR
LOBBY AND POOL AREAS
Owner/Agency Location
WINSTON TOWERS 100 250 174TH, SUNNY ISLES BEACH
Contact Person Phone: I Email
LEV SOLODOVNIK 1 (860)250-7663 1 levsolo@gmail.com
Work Description
ALL PLUMBING WORK WITHIN THE BUILDING, CHANGE OF
COPPER 5" PIPE WITH VICTAULIC FITTINGS, LAUNDRY ROOMS
WORK, DRAIN SYSTEMS RENOVATION, ALL PUBLIC BATHROOMS
RENOVATION
Owner/Agency Location
Robert Sukhman, I HEART MAC N CHEESE Wellington & Coral Springs, FL
Contact Person Phone: Email
Robert Sukhman robert@iheartmacandcheesewellington.com
Work Description
ALL PLUMBING WORK FOR A RESTAURANT, UNDERGROUND
PIPING, APPLIANCE CONNECTIONS, WATERMETER AND
BACKFLOW ASSEMBLY.
Page 10 of 10
CITY OF AVENTURA
PURCHASE ORDER TERM AND CONDITIONS
The following Terms and Conditions are applicable to this order entered into by and between City of Aventura (referred to as the "City")
and Vendor.
1. MODIFICATIONS
This purchase order form ("Order") and any other document pertaining to this transaction that has been acknowledged in writing
by the City Manager constitute the complete and exclusive statement of this Order. Accordingly, no modification or amendment
shall be binding upon the City unless signed by the City Manager.
2. CITY ATTORNEY APPROVAL
The City Attorney has approved these standard terms and conditions as to form and legality. Accordingly, no modification of
these terms and conditions shall be binding upon the City unless they are endorsed and approved by the City Attorney. In the
event of a conflict between these terms and conditions and any other documents pertaining to the transaction covered by this
Order, these terms and conditions shall prevail.
3. INVOICING
Vendor must render original invoice to the City of Aventura, Accounts Payable, 19200 West Country Club Drive, Aventura, FL
33180.
4. TIME PERIOD FOR PAYMENT
By accepting this Order, the Vendor agrees that payment terms shall be Net 30 unless otherwise stated.
5. PAYMENT CHANGES
Payments shall be made only to the company and address as set forth on the Order unless the Vendor has requested a change
thereto on official company letterhead, signed by an authorized officer of the company. },
6. F.O.B.
In those cases where F.O.B. point is not Destination, Vendor is required to prepay freight charges and list separately on the
invoice. Collect shipments will not be accepted. x
w
7. PAYMENT METHODS
Payment shall be made to Vendor in accordance with the Local Government Prompt Payment Act as stipulated in Part VI of
Chapter 218, FL Statutes, by check, card, funds transfer or other method as determined by the City in its sole discretion.
8. TAX
The City of Aventura is exempt from Federal and State taxes for tangible personal property. Vendors doing business with the
City, which are not otherwise exempt, shall not be exempt from paying sales tax to their suppliers for materials to fulfill contractual
obligations with the City, nor shall any Vendor be authorized to use the City Tax Exemption Number in securing such materials.
9. RESPONSIBILITY
The City is not responsible for any goods delivered or services performed unless covered by a duly signed and authorized City
of Aventura Purchase Order.
10. DELIVERIES
Deliveries are to be made during the hours of 9:00 AM to 3:00 PM, Monday through Friday, excluding holidays, unless otherwise
stipulated. Vendor shall notify the City of deliveries that require special handling and/or assistance for off-loading. In the event
that Vendor fails to notify City of the requirement for this type of delivery, City shall not be responsible for any add -on redelivery,
storage or handling charges.
11. INSPECTION
All commodities delivered on this Order are subject to inspection upon receipt by a representative of the City. All rejected
commodities shall remain the property of the Vendor and will be returned at the Vendor's expense.
Page 1 of 3
12. QUANTITIES
Quantities specified in the Order cannot be changed without City approval in writing. Goods shipped in excess of quantity
designated may be returned at the Vendor's expense.
13. UNIFORM COMMERCIAL CODE
Florida law, including without limitation the Uniform Commercial Code (Chapter 670-680, Florida Statutes), shall apply to and
supplement the terms and conditions of this Order.
14. LEGAL RESPONSIBILITY
By accepting this Order, Vendor understands and agrees that the items covered herein, or services to be rendered, shall be
manufactured, sold or performed in compliance with applicable Federal, State, County and Local laws, ordinances, rules and
regulations. Lack of knowledge by the Vendor shall in no way be a cause for relief from responsibility.
15. COMPLIANCE WITH LAWS
Vendor shall fully obey and comply with all laws, ordinances and administrative regulations duly made in accordance therewith,
which are or shall become applicable to this Order or the performance of work hereunder.
16. MATERIAL INSTALLATION
All materials shall be installed in accordance with manufacturer's specifications.
17. PAYMENT FOR MATERIALS
The City shall only pay for materials satisfactorily incorporated into the work/project and shall not pay for materials stored at the
work/project site or elsewhere.
18. EXCUSABLE DELAYS
The City may grant additional time for any delay or failure to perform hereunder if the delay will not adversely impact the best
interests of the City and is due to causes beyond the control of the Vendor. Such grant must be in writing and made part of the
Order.
19. TERMINATION
City, acting through its City Manager or designee, reserves the right to terminate this Order in whole or in part for default {a) if
Vendor fails to perform in accordance with any of the requirements of this Order, or (b) if Vendor becomes insolvent or suspends
any of its operations or if any petition is filed or proceeding commenced by or against Vendor under any State or Federal Law
relating to bankruptcy, reorganization, receivership or assignment for the benefit of creditors. Any such termination will be without
liability to City except for completed items delivered and accepted by the City. Vendor will be liable for excess costs of re -
procurement.
In the event of default by the Vendor, City may procure the articles or services covered by this Order from other sources and
hold the Vendor responsible for any excess costs occasioned thereby, in addition to all other available remedies at !aw or equity.
20. INDEMNIFICATION
Vendor shall indemnify, hold harmless and, at City's option, pay for an attorney selected by the City, to defend the City, and any
of its officers, agents, servants and employees from and against any and all liability, suits, actions, damages, costs, losses and
expenses, including attorneys' fees, for (a) demands and claims for persona! injury, bodily injury, sickness, diseases or death
or damage or destruction of tangible property, arising out of any errors, omissions, misconduct or negligent acts, of Vendor, its
officials, agents, employees or subcontractors arising out of this Order, whether direct or indirect and from and against any
orders, judgments, or decrees which may be entered thereon and from and against all costs, damages of every kind and nature,
attorneys' fees, expenses and liabilities incurred in and about the defense of any such claim and investigation thereof and for
{b) demands and claims sought by third parties related to any alleged breach of any non -competition of similar provisions.
Vendor shall indemnify City, and any of its officers, agents, servants and employees, for all loss, damage, expense or liability
including, without limitation, court costs and attorneys' fees that may result by reason of any infringement or claim of infringement
by Vendor of any patent, trademark, copyright, trade secret or other proprietary right relating to services or goods furnished
Page 2 of 3
I
4_0
X
w
pursuant to this Order. Vendor will defend and/or settle at its own expense any action brought against the City and any of its
officers, agents, servants and employees, to the extent that it is based on a claim that products or services furnished to City by
Vendor pursuant to this Order, or if any portion of the services or goods related to the performance of the service become
unusable as a result of any such infringement or claim.
Vendor acknowledges that specific consideration has been paid or will be paid under this Order for this hold harmless and
indemnification provision, and further agrees with the foregoing provisions of indemnity and with the collateral obligation of
insuring said indemnity.
The provisions of this indemnification section shall survive the expiration or earlier termination of this Order. To the extent
considered necessary by the City Manager and the City Attorney, any sums due Vendor under this Order may be retained by
City until all of City's claims for indemnification pursuant to this Order have been settled or otherwise resolved; and any amount
withheld shall not be subject to payment of interest by City.
21. INSURANCE
The Vendor of services must have secured and maintained insurance in the amount of at least $1,000.000 for general and
$500,000 for automobile liability limits, and must list the City as an additional insured on this coverage. The Vendor must have
worker's compensation coverage as required by law. Any exception to the above stated limits or other requirements must be
endorsed and approved in writing by the City Manager.
22. ANTI -DISCRIMINATION
Vendor shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not
engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual
orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be
lawfully used as a basis for disqualification.
23. APPLICABLE LAW AND VENUE- ATTORNEYS' FEES AND COSTS
This Order shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. The parties
submit to the jurisdiction of any Florida state or federal court in any action or proceeding arising out of, or relating to, this Order.
Venue for any action to enforce or related to this Order shall be in Miami -Dade County, Florida, only. The parties expressly
waive all rights to trial by jury for any disputes arising from or in any way connected with this Order. The parties understand and
agree that this waiver is a material contract term. This Order is not subject to arbitration. If any party is required to enforce the
terms of this Order by court proceedings or otherwise, whether or not formal legal action is required, each party shall pay its
own attorney's fees and costs.
24. PUBLICITY
No endorsement by the City of the product and/or service will be used by Vendor in any way, manner or form in product literature,
advertising, or for any other purpose.
25. ACCEPTANCE
Vendor's acceptance of all of the terms and conditions contained in this Order will be presumed unless Vendor acknowledges
exception, in writing, to the City prior to the earlier of (a) ten calendar days after date of the Order or {b) the first performance by
either party of any obligations under this Order.
26. REPRESENTATIVE
All parties to this Order agree that the representatives named herein possess full and complete authority to bind the parties.
27. ASSIGNMENT
Any assignment of this Order or the performance of work hereunder, in whole or in part, is prohibited.
28. NON -APPROPRIATION OF FUNDS
In the event no funds or insufficient funds are appropriated and budgeted in any fiscal year for payments due under this Order,
then the City, upon written notice to Vendor of such occurrence, shall have the unqualified right to terminate this Order without
any penalty or expense to the City.
Page 3 of 3
I
4_0
X
w
Request for Quotation
RFQT 25-002: Plumbing Services
Posted: April 4, 2024
Dee Date: Friday, April 18, 2025 at 3:00 PM
Contractor shall submit the following for the price quote to be accepted:
a)
Table 1 - Price Sheet
b)
Table 2 - Bid Table
c)
Table 3 - Qualifications
d)
Table 4 -References
TABLE 1 - PRICE SHEET
Project Name: Plumbing Services
Scope of Work: Quotes shall be accepted from qualified and experienced
Contractor to furnish labor, supervision, equipment, supplies,
tools, and materials to perform Plumbing Services at various
locations in the City of Aventura. Work includes repairs,
installations, and modification to city owned buildings and parks
facilities. The general scope of work includes but is not limited to
clearing blockages, replacing fixtures, repairs to toilets, sinks,
urinals, showers, water fountains, and general plumbing
activities at facilities.
Name of Contractor:
Address of Contractor:
Phone Number and E-mail of
Contractor:
Authorized Contractor
Re resentative:
Signature:
Date
Bid Quote Grand Total:
The work shall be in accordance with the project documents
attached herein: a) Summary of Work and b) Terms and
Conditions of the City of Aventura Purchase Order (Exhibit A),
attached.
A6,V 1in
CUIg5 t�E 16 �l0__e�
305-651-3031 +fpadinolu,-A,
4-4-2 _
V, P
L. b
Page 1 of 10
Request for Quotation
RFQT 25-002: Plumbing Services
SUMMARY OF WORK
PART 1 — GENERAL
1.1. Instructions
A. Contractors submitting the bid should include the attached Table 1 — Price Sheet with their
bid. Bids are due on Due Date: Friday, April 18, 2025 at 3:00 PM. Quotes should be sent
by email to pwbids@cityofaventura.com or uploaded to Demand5tar.com.
B. Questions regarding this quotation can be submitted by email to owbidsQcityofaventura.com.
C. All the requirements stated herein and the attached Terms and Conditions of the City of
Aventura Purchase Order shall apply.
D. The City reserves the right to:
i. Award all or a portion of the services as determined to be in the best interest of the City.
ii. Award to one or more than one proposer as determined to be in the best interest of the
City.
iii. Reject any or all submittals if found not to be in the best interest of the City.
1.2. Location of Work
The work is located at various locations throughout the City of Aventura listed below.
No.
Facility Name
Address
Function
1
Government Center
19200 W Country Club Dr.
Administration/Police
2
Government Center
19200 W Country Club Dr.
Parking Garage
Garage
3
Community Recreation
3375 NE 188th St
Administration/Recreational
Center
4
ACES - Elementary
3333 NE 188th St.
Elementary School
School
5
ACES - Middle School
3333 NE 188th St.
Middle School
6
Arts & Cultural Center
3385 NE 188th St.
Recreational
7
Waterways Park
3301 NE 213 St.
Recreational
8
Waterways Dog Park
3301 NE 213 St.
Recreational
9
Founders Park
3105 NE 190 St
Recreational
10
Founders Park South
3106 NE 190 St
Recreational
11
Peace Park
3200 NE 188 St
Recreational
12
Veterans Park
18375 NE 31 st Ave.
Recreational
1.3. Description of Work
A. General
1. Scope of Work: The Contractor shall provide all labor, supervision, materials,
equipment, supplies, tools, transportation, and safety measures necessary for
Page 2 of 10
vo
plumbing services at various locations in the City of Aventura. Tasks include, but are
not limited to:
• Clearing blockages.
• Replacing fixtures.
• Repairing toilets, sinks, urinals, showers, and water fountains.
• Conducting general plumbing activities at City facilities.
2. Billing and Invoicing: Jobs shall be invoiced as:
a. Standard Jobs: Fixed charges as proposed in the Bid Table.
b. Time and Material: Based on labor and materials utilized.
3. Standard Job Descriptions
a. Clearing Blockages: Includes stoppage removal from toilets, urinals, sinks, or
showers. Fixed charges (Bid Table item #1) include labor and standard
equipment use. Repairs or replacement of defective components are itemized
separately.
b. Replacing Vacuum Breakers: Includes replacement in toilet and urinal
assemblies. Fixed charges (Bid Table item #2) cover all labor and materials.
Repairs or replacement of other components are itemized separately.
4. Routine Plumbing and Repair Work: Routine tasks may include:
a. Working on fresh water lines, drain/waste/vent lines.
b. Repairing toilets, urinals, kitchen and bathroom sinks.
c. Servicing hot water heaters, showers, and related components.
d. Clearing blacked wastewater service laterals.
5. Additional Repair and Maintenance
a. Minor adjustments or repairs for proper plumbing system operation.
b. Authorization from the City required for additional services or parts beyond
basic repairs.
6. Safety and Environmental Precautions
a. Protect surrounding landscaping and repair any damages at no cost to the City.
b. Maintain a clean, hazard -free worksite, removing waste and hazardous
materials.
c. Comply with all laws and regulations regarding hazardous waste disposal and
provide transportation manifests upon request.
d. Control vehicles and tools to prevent interference with site equipment.
7. Use of Equipment
a. Rental Equipment: Contractor responsible for rental costs and operation in
compliance with safety standards. Itemized fees must be included on invoices
without markup.
b. Special Equipment: Authorization required for use (e.g., smoke machines,
camera systems, vacuum trucks). Charges for equipment usage must be
itemized without markup.
8. Labor and Professional Standards
a. Labor hours calculated from technician's arrival to completion of cleanup.
Page 3 of 10
� W,
b. All work performed by skilled professionals in a workmanlike manner, adhering
to trade standards.
c. Sufficient trained technicians to ensure timely job completion.
9. Administrative and Reporting Re uirements
a. No overnight equipment storage in the right-of-way.
b. Accidents or damage to public/private property or utilities must be promptly
reported to the City.
c. Provide detailed maintenance and repair summaries with quotes for
recommended repairs.
10. Contractor Responsibilities
a. Costs and Cleanup: Responsible for disposal costs, cleanup, and repairs for
any damages caused during work.
b. Damages: Responsible for any interruptions or damage to structures, utilities,
roads, or landscaping.
c. Compliance: Ensure work complies with applicable laws, regulations, and good
workmanship practices.
B. Personnel
The Contractor shall maintain the personnel resources necessary to manage staff and
perform the work within this contract. Contractor shall have management staff on site that can
communicate in English at all times.
C. Permit and Inspection
CONTRACTOR shall determine the need, provide any and all paperwork, plans or details
required to obtain approved permits and licenses that may be required for work to commence.
CONTRACTOR shall acquire all permits and licenses and will comply with laws, and
regulations whether state or federal and with all local codes and ordinances when performing
work. CONTRACTOR shall be responsible for any applicable fees associated with work
requiring permits or inspections. The CONTRACTOR shall be responsible for advising the
CITY when a permit or inspection is needed. The CONTRACTOR shall schedule all required
inspections from all regulatory agencies.
CONTRACTOR shall itemize permit and inspection fees on invoice where applicable. There
shall be no mark-up applied to permit and inspection fees.
D. Responding to Repairs Request
CONTRACTOR shall be contacted by the CITY for work at the facilities listed. CONTRACTOR
shall respond to initial contact within four (4) hours. CONTRACTOR shall be on -site within
two (2) working days of contact unless otherwise agreed upon with the CITY.
E. Qualifications and Experience
Offers will be accepted only from Contractors who are qualified to provide the services
requested herein. A statement of qualification of the firm and a description of the company
history is required.
Only Contractors determined to be responsive and responsible shall be considered for
evaluation. The City shall examine the documentation submitted in the Proposal to determine
the responsiveness of each Proposer. Failure to provide the required information may
Page 4 of 10
M
disqualify any such Proposal as non -responsive and such Proposal may not be considered.
The City may disqualify any Proposers that make exaggerated or false statements.
Contractor shall document experience and certifications of lead personnel completing
projects of similar scope.
Contractor shall have a minimum of five (5) years of experience in providing Plumbing
Services in Broward, Miami -Dade or Palm beach county.
Responsiveness
The factors to be considered in determining the responsiveness of each Proposer
include but are not limited to the following:
a. Completion, accuracy, and submission of all required documentation
including Price Sheet and Pricing Proposal Table.
b. Compliance with all requirements of the Request for Informal quote.
c. Accuracy of mathematical calculations.
Responsibility
The factors to be considered in determining the responsibility of a Proposer shall
include but not be limited to the following:
a. Proposer's past experience and performance on comparable contracts.
b. Availability of appropriate material, equipment, facility and personnel
resources and expertise, or the ability to obtain them, to complete the project.
F. Licenses
Contractor must be fully licensed with all required State and/or Local government licenses
and permits.
G. References
Contractor shall provide a list of at least three (3) references in Table 3 for which the
Contractor has provided similar product and services. References are to include Contact
Person, Equipment Serviced, and Work Description. Contractor is responsible for accuracy
of contact and telephone numbers provided.
PART 2 — EXECUTION
2.1. Methods
It is the responsibility of the Contractor to develop the methodology, material and equipment
used to obtain the results specified for each job. The Contractor shall:
1. At no time utilize methods that will result in damage to the operation of the electrical,
mechanical and structural systems of the facility,
2. The Contractor shall follow all applicable municipal, county, state, and federal
standards in performing all work.
3. Follow applicable OSHA Safety Standards.
4. All work shall conform to manufacturer requirements, and applicable trade standards.
2.2. Discovery During Work
At the time of conducting any work, Contractor agrees to do minor work and repairs, related or
unrelated to the work, which in his judgment are necessary. The Contractor shall notify the City
for authorization prior to performing any additional service. Contractor shall provide a list of
suggested corrective actions as needed along with an estimated cost of repair.
Page 5 of 10
2.3. Supervision and Responsibility
The Contractor shall at all times enforce strict discipline and good order among his employees
and shall not employ an unfit person or anyone not skilled in the Work assigned to him.
Subcontractor's whose work is unsatisfactory to the City or who are considered by the City's
representative as careless, incompetent, unskilled or disorderly or who use threatening or
abusive language to any person shall be dismissed from work upon notice from the City and
shall not be employed to perform the Work thereafter. No liquor, alcoholic beverages or drugs
shall be allowed on the site of the Work. The Contractor shall operate a drug free workplace.
2.4. Uniforms
Contractor shall provide all employees with color coordinated uniforms that shall meet the City's
public image requirements and be maintained by Contractor so that all personnel are neat, clean
and professional in appearance at all times. Non -uniform clothing will not be permitted,
including for new employees.
2.5. Vehicles
Contractor shall keep all vehicles in good repair, free from leaking fluids, properly registered, of
uniform color and shall bear the company name on each side in not less than 1'/z "letters.
2.6. Equipment Safety
Contractor shall keep all equipment in an efficient and safe operating condition while
performing work under the contract. Equipment shall have proper safety devices maintained at
all times while in use. If equipment does not contain proper safety devices and/or is being
operated in an unsafe manner, the City may direct the Contractor to remove such equipment
and/or the operator until the deficiency is corrected to the satisfaction of the City. The Contractor
shall be responsible and liable for injury to persons and property caused by the operation of the
equipment.
2.7. Discovery and Notification
If the Contractor discovers damages, vandalism or theft, the Contractor shall immediately notify
the City of same, and shall file a police report of the occurrence.
PART 3— PARTS AND LABOR
3.1. Materials
CONTRACTOR must be able to obtain the necessary repair material to perform the required
repairs or installation projects.
3.2. Labor and Materials Used in Repairs
CONTRACTOR shall furnish adequate number of technicians and materials used in performing
any repairs. Cost of labor and materials shall be included in a proposal accepted by the CITY
before work commences. CONTRACTOR shall document labor hours per technician performing
repair and provide itemized invoice showing materials used.
3.3. Material Percentage Mari[ -up or Discount
All materials for services under this Agreement will be purchased at cost plus applicable mark-
up/discount. All percentages shall be firm for the duration of the contract.
Page 6 of 10
r
Parts pricing shall be documented with appropriate proof of cost, such as Dealer Invoice or
Catalog Price and shall be included as backup for any Repair Invoice. Mark-up will reimburse
the CONTRACTOR for taxes and delivery. Mark-up for materials shall not exceed the level
proposed in Table 2 — Bid Table.
The CITY reserves the right to furnish materials and equipment or purchase materials and
equipment directly from suppliers and have the CONTRACTOR utilize for services under this
Agreement.
3.4.Invoicing
The CITY shall process invoice only after work has been completed. Submittal of field technician
report is required for processing of invoice.
PART 4 - WARRANTY
4.1. The Contractor warrants to the Owner and Consultant that materials and equipment furnished
under the Contract will be of good quality and new unless otherwise required or permitted by
the Contract Documents-, that the Work will be free from defects not inherent in the quality
required or permitted; and that the Work will conform with the requirements of the Contract
Documents. Work not conforming to these requirements, including substitutions not properly
approved and authorized, may be considered defective. The Contractor's warranty excludes
remedy for damage or defect caused by abuse, modifications not executed by the Contractor,
improper or insufficient maintenance, improper operation, or normal wear and tear under normal
usage. The Contractor shall furnish satisfactory evidence as to the kind and quality of materials
and equipment. All manufacturers' product warranties shall be registered in the Owner's name
and for its sole benefit.
4.2. The Contractor shall guarantee the equipment and systems to be free of defects in design,
equipment, and workmanship for a period of one year from the date of acceptance.
Page 7 of 10
M.
Request for Quotation
RFQT 25-002: Plumbing Services
TABLE 2 — BID TABLE
Proposed cost shall include all labor, supervision, materials, equipment, supplies, tools,
transportation, and safety measures to perform Plumbing Services in the City.
No.
Description
Unit
MY.
Unit Price
Total
1
Standard Job total cost: Clear stoppage at toilet, urinal, sink, or
Each
24
X2S 00
shower
2
Standard Job total cost: Replace Flushometer in toilet and urinal
Each
12
assembly including spud,
Lical1 60
zo
3
Labor rate for Plumbing Services, Standard Business Hours M-F:
Hourly
100
8amto5 m
IDS
�1r Is dQ `��
4
Labor rate for Plumbing Services Non -Standard Business Hours
Hourly
20
4 25
V, Soo.
5
Leak detection
First 2
10
Hours
5 DO.OD
5, 000. OD
P7E
Leak detection
Hourly
10
ZJ S . 00 2 150 -ob
TV Camera of line
First 2
10
Hours
5 Lib . od
r3 6
8
TV Camera of fine
Hourly
1 o
Z l5. oU
2.1 S76 , or_7
9
Jet washing Line
First 2
20
Hours
5 00. oo
5, L%O . o0
10
Jet washing line
Hourly
20
2-Moo
Z 15606
11
Backflow Inspections plus recording fee
Less
1
than 2"
2 25' oo
7.25. 00
12
Backflow Inspections plus recording fees
Greater
1
3 Z$ oc}
ZS • DU
than 2"
13
Allowance for Direct Material
1
$5,000
$5,000
14 Markup on direct Material (limited to 10% Max.) (e.g. $5,000 x °i°
5% = $250 �,t] r J SOoo .
SOD -co
Grand Total
ct 1, 2U
— -�'C
Grand Tota
f
4-
Amount (Written in words)
C, A'o
Name of Contractor
Signature r j L/ { I ka-,Y-
PrintedejwaWj TW6.t Name and Title
`l- lD —2-5—
Date
In
Page 8 of 10
TABLE 3 - CONTRACTOR QUALIFICATIONS
ORGANIZATION: �Aad v. V ki A,,
ADDRESS: ago I qS fJ IF 16 'PI a LL2=� MuA-� 6 a &na,� R .3 3 / 7�
PHONE: 3y�'65Z-�3I
EMAIL-
1 . Years your organization has been in business as a Contractor?
24u�s
2. Years your organization has been in business under its present business name?
3. If a corporation, answer the following:
a. Date of incorporation:
b. State of incorporation
c. President's name:
L
Mir a
List licenses, certifications and county/municipal Business Tax Receipt (BTR) in which your
organization is legally qualified to do business. Indicate registration or license numbers, if
applicable. List type of Miami -Dade County Certificate of Competency and number where
applicable. Attach copies of each.
Type of License �{U � be # C-F a ` 8,1 9,�, Expires p _ 31 -2-04 6
I63q� 3-5-
µ ei,►, laje 13 �. 2621 10 3o -2o7S--
page 9 of 10
TABLE 4 - REFERENCES
Owner/Agency Location
ESQ' --f;"Juro haqs M i at µi G7 cje BraU),dd
Contact Person Phone: Email
?5,fo -)i� -51d0 A f @ L*tJe V neSA dam
Work Description
Owner/Agency Location
AU IMic,&tl bAde 4 J3Fdw&.,(d �u.n
Contact Person TPhone: Email
$r,l w^ Ox-o n n d-o i-3ol -s72 sr-iw., Ginn o-6bj 12.3. Com
Work Description
Owner/Agency Location
Contact Person Phone: Email
Shawn 305-62o-31q -Jones,Shawn�)fF5,
Work Description
Q1Vm ir�cr Se-fvr&� a- to-fChir
im
Page 10of10
CITY OF AVENTURA
PURCHASE ORDER TERM AND CONDITIONS
The following Terms and Conditions are applicable to this order entered into by and between City of Aventura (referred to as the "City")
and Vendor.
1. MODIFICATIONS
This purchase order form ("Order") and any other document pertaining to this transaction that has been acknowledged in writing
by the City Manager constitute the complete and exclusive statement of this Order. Accordingly, no modification or amendment
shall be binding upon the City unless signed by the City Manager.
2. CITY ATTORNEY APPROVAL
The City Attorney has approved these standard terms and conditions as to form and legality. Accordingly, no modification of
these terms and conditions shall be binding upon the City unless they are endorsed and approved by the City Attorney. In the
event of a conflict between these terms and conditions and any other documents pertaining to the transaction covered by this
Order, these terms and conditions shall prevail.
3. INVOICING
Vendor must render original invoice to the City of Aventura, Accounts Payable, 19200 West Country Club Drive, Aventura, FL
33180.
4,
TIME PERIOD FOR PAYMENT
By accepting this Order, the Vendor agrees that payment terms shall be Net 30 unless otherwise stated.
5.
PAYMENT CHANGES
Payments shall be made only to the company and address as set forth on the Order unless the Vendor has requested a change
Q
thereto on official company letterhead, signed by an authorized officer of the company.
4_0
6.
F.D.B.
T5
In those cases where F.O.B. point is not Destination, Vendor is required to prepay freight charges and list separately on the
=
invoice. Collect shipments will not be accepted.
X
7.
PAYMENT METHODS
w
Payment shall be made to Vendor In accordance with the Local Govemment Prompt Payment Act as stipulated in Part VII of
Chapter 218, FL Statutes, by check, card, funds transfer or other method as determined by the City in Its sole discretion.
8.
TAX
The City of Aventura is exempt from Federal and State taxes for tangible personal property. Vendors doing business with the
City, which are not otherwise exempt, shall not be exempt from paying sales tax to their suppliers for materials to fulfill contractual
obligations with the City, nor shall any Vendor be authorized to use the City Tax Exemption Number in securing such materials.
9.
RESPONSIBILITY
The City is not responsible for any goods delivered or services performed unless covered by a duly signed and authorized City
of Aventura Purchase Order.
10. DELIVERIES
Deliveries are to be made during the hours of 9:00 AM to 3:00 PM, Monday through Friday, excluding holidays, unless otherwise
stipulated. Vendor shall notify the City of deliveries that require special handling and/or assistance for off-loading. in the event
that Vendor fails to notify City of the requirement for this type of delivery, City shall not be responsible for any add -on redelivery,
storage or handling charges.
11. INSPECTION
All commodities delivered on this Order are subject to inspection upon receipt by a representative of the City. All rejected
commodities shall remain the property of the Vendor and will be returned at the Vendor's expense.
Page 1 of 3
M
12. QUANTITIES
Quantities specified in the Order cannot be changed without City approval in writing. Goods shipped in excess of quantity
designated may be returned at the Vendor's expense.
13. UNIFORM COMMERCIAL CODE
Florida law, including without limitation the Uniform Commercial Code (Chapter 670-680, Florida Statutes), shall apply to and
supplement the terms and conditions of this Order.
14. LEGAL RESPONSIBILITY
By accepting this Order, Vendor understands and agrees that the items covered herein, or services to be rendered, shall be
manufactured, sold or performed in compliance with applicable Federal, State, County and Local laws, ordinances, rules and
regulations. Lack of knowledge by the Vendor shall in no way be a cause for relief from responsibility.
15. COMPLIANCE WITH LAWS
Vendor shall fully obey and comply with all laws, ordinances and administrative regulations duly made in accordance therewith,
which are or shall become applicable to this Order or the performance of work hereunder.
16. MATERIAL INSTALLATION
All materials shall be installed in accordance with manufacturer's specifications.
17. PAYMENT FOR MATERIALS
The City shall only pay for materials satisfactorily incorporated into the work/project and shall not pay for materials stored at the
work/project site or elsewhere.
18. EXCUSABLE DELAYS
The City may grant additional time for any delay or failure to perform hereunder If the delay will not adversely impact the best
interests of the City and is due to causes beyond the control of the Vendor. Such grant must be in writing and made part of the
Order.
19, TERMINATION
City, acting through its City Manager or designee, reserves the right to terminate this Order in whole or in part for default fa) if
Vendor fails to perform in accordance with any of the requirements of this Order, or (b) if Vendor becomes insolvent or suspends
any of its operations or if any petition is filed or proceeding commenced by or against Vendor under any State or Federal Law
relating to bankruptcy, reorganization, receivership or assignment for the benefit of creditors. Any such termination will be without
liability to City except for completed items delivered and accepted by the City. Vendor will be liable for excess costs of re -
procurement.
In the event of default by the Vendor, City may procure the articles or services covered by this Order from other sources and
hold the Vendor responsible for any excess costs occasioned thereby, in addition to all other available remedies at !aw or equity.
20. INDEMNIFICATION
Vendor shall indemnify, hold harmless and, at City's option, pay for an attorney selected by the City, to defend the City, and any
of its officers, agents, servants and employees from and against any and all liability, suits, actions, damages, costs, losses and
expenses, including attorneys' fees, for (a) demands and claims for persona! injury, bodily injury, sickness, diseases or death
or damage or destruction of tangible property, arising out of any errors, omissions, misconduct or negligent acts, of Vendor, its
officials, agents, employees or subcontractors arising out of this Order, whether direct or indirect and from and against any
orders, judgments, or decrees which may be entered thereon and from and against all costs, damages of every kind and nature,
attorneys' fees, expenses and liabilities incurred in and about the defense of any such claim and investigation thereof and for
f b) demands and claims sought by third parties related to any alleged breach of any non -competition of similar provisions.
Vendor shall indemnify City, and any of its officers, agents, servants and employees, for all loss, damage, expense or liability
including, without limitation, court costs and attorneys' fees that may result by reason of any infringement or claim of infringement
by Vendor of any patent, trademark, copyright, trade secret or other proprietary right relating to services or goods furnished
Page 2 of 3
4
X
w
A 9 1
pursuant to this Order. Vendor will defend and/or settle at its own expense any action brought against the City and any of its
officers, agents, servants and employees, to the extent that it is based on a claim that products or services furnished to City by
Vendor pursuant to this Order, or if any portion of the services or goods related to the performance of the service become
unusable as a result of any such infringement or claim.
Vendor acknowledges that specific consideration has been paid or will be paid under this Order for this hold harmless and
indemnification provision, and further agrees with the foregoing provisions of indemnity and with the collateral obligation of
insuring said indemnity.
The provisions of this indemnification section shall survive the expiration or earlier termination of this Order. To the extent
considered necessary by the City Manager and the City Attorney, any sums due Vendor under this Order may be retained by
City until all of City's claims for indemnification pursuant to this Order have been settled or otherwise resolved; and any amount
withheld shall not be subject to payment of interest by City.
21. INSURANCE
The Vendor of services must have secured and maintained insurance in the amount of at least $1,000.000 for general and
$500,000 for automobile liability limits, and must fist the City as an additional insured on this coverage. The Vendor must have
worker's compensation coverage as required by law. Any exception to the above stated limits or other requirements must be
endorsed and approved in writing by the City Manager.
22. ANTI -DISCRIMINATION
Vendor shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not
engage in or commit any discriminatory practice against any person based on race, age, religion, color. gender, sexual
orientation, national origin, marital status, ,physical or mental disability, political affiliation or any other factor which cannot be
lawfully used as a basis for disqualification.
23. APPLICABLE LAW AND VENUE. ATTORNEYS' FEES AND COSTS
This Order shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. The parties
submit to the jurisdiction of any Florida state or federal court in any action or proceeding arising out of, or relating to, this Order.
Venue for any action to enforce or related to this Order shall be in Miami -Dade County, Florida, only, The parties expressly
waive all rights to trial by jury for any disputes arising from or in any way connected with this Order. The parties understand and
agree that this waiver is a material contract term. This Order is not subject to arbitration. If any party is required to enforce the
w
terms of this Order by court proceedings or otherwise, whether or not formal legal action is required, each party shall pay its
own attorney's fees and costs.
24. PUBLICITY
No endorsement by the City of the product and/or service will be used by Vendor in any way, manner or form in product literature,
advertising, or for any other purpose.
25. ACCEPTANCE
Vendor's acceptance of all of the terms and conditions contained in this Order will be presumed unless Vendor acknowledges
exception, in writing, to the City prior to the earlier of (a) ten calendar days after date of the Order or (b) the first performance by
either party of any obligations under this Order,
26. REPRESENTATIVE
All parties to this Order agree that the representatives named herein possess full and complete authority to bind the parties.
27. ASSIGNMENT
Any assignment of this Order or the performance of work hereunder, in whole or in part, is prohibited.
28. NON -APPROPRIATION OF FUNDS
In the event no funds or insufficient funds are appropriated and budgeted in any fiscal year for payments due under this Order,
then the City, upon written notice to Vendor of such occurrence, shall have the unqualified right to terminate this Order without
any penalty or expense to the City.
Page 3 of 3