HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Emilio T. Gonzalez, Ph.D. DATE: May 8, 2019 FILE:
City Manager
FROM: Annie Perez, CPPO, Director
Department of Procurement
SUBJECT: Recommendation for Award of
Dinner Key North Mooring Facility - Project No.
B-70048
REFERENCES: Invitation to Bid ("ITB") No. 18-
19-009
ENCLOSURES: Bid Security List, Contractor's
Price Proposal
RECOMMENDATION:
Based on the findings below, the Department of Procurement ("Procurement") hereby recommends that
the referenced Project be awarded to Dock and Marine Construction Corp. ("Dock"), who has been
determined to be the lowest responsive and responsible Bidder, for ITB No. 18-19-009, Dinner Key North
Mooring Facility — Project No. B-70048 (the "Project").
BACKGROUND:
On January 25, 2019, Procurement issued a solicitation under full and open competition to obtain bids
from qualified firms. On March 5, 2019, Procurement received five (5) bids in response to the solicitation
(see attached Bid Security List).
Pursuant to the solicitation, Bidders were required to have: i) a current certified General Contractor License
issued by the State of Florida, or be a marine contractor with a CGC license. In addition, Bidders were
required to demonstrate that they have full-time key personnel with the necessary experience to perform
the Project's Scope of Work by submitting details of at least three (3) Projects completed within the past
five (5) years whose scope of work included the construction of marine and/or overwater marina utility
Projects, similar to the Project's Scope of Work.
The submitted reference Projects must have demonstrated that the Bidder: i) was the Prime Contractor for
the Project; and ii) self -performed at least thirty percent (30%) of the Physical Labor Construction Work for
the Project. The Selected Bidder will be required to self -perform at least thirty percent (30%) of the Physical
Labor Construction Work for the Project.
FINDINGS:
Procurement has completed the review of the bid following the guidelines published in the solicitation. As
reflected on the attached Bid Security List, Dock was the lowest responsive and responsible Bidder. The
local preference ordinance was not applied since the second lowest bid was not within fifteen percent
(15%) of the lowest Bidder's bid.
After determining that Dock was a responsive and responsible Bidder, who met the minimum requirements
specified in the solicitation, the Department of Real Estate and Asset Management ("DREAM") reviewed
and compared Dock's bid to the design consultant's construction cost estimate, and determined that Dock's
bid was acceptable. Based on the above findings, Procurement hereby recommends that the Project be
awarded to Dock.
CONTRACT EXECUTION:
Accordingly, Procurement hereby requests authorization to prepare for execution a contract with Dock.
The total not -to -exceed contract amount is $198,396.00 for the Scope of Work, plus an Owner's
Contingency Allowance in the amount of $19,839.60, for a total contract value of $218,235.60. At its sole
PR19120
Page 2 — Recommendation of Award of Dinner Key North Mooring Facility, ITB No. 18-19-009 — Project No. B-70048
Emilio T. Gonzalez, Ph.D., City Manager
discretion, the City may exercise "Additive Alternative #1" at any point during the construction of this
Project. Your signature below indicates your approval of Procurement's recommendation.
Approved:
Emilio T Gonzalez, Ph 6-!City Manager
DateCAlh
c: Joseph F. Napoli, Deputy City Manager
Nzeribe Ihekwaba, P.E., Ph.D., Assistant City Manager
Sandra Bridgeman, Assistant City Manager/Chief Financial Officer
Rafael Suarez -Rivas, Chief Assistant City Attorney
Daniel Rotenberg, Director, DREAM
Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement
Andrew Schimmel, Senior Project Representative, DREAM
PR19120
CITY OF MIAMI OFFICE OF THE CITY CLERK
BID SECURITY LIST
BID ITEM: Dinner Key North Mooring Facility
BID NUMBER: ITB No. 18-19-009
DATE BID OPENED: March 5, 2019
TIME: 2:00 p.m.
BIDDER
BID TOTAL
BID BOND (ER)
AMOUNT
CASHIER'S
CHECK
Dock and Marine Construction, Cop.
$198,396.00
5%
KEARNS Construction CO
$299,775.00
5%
Underwater Engineering Services, Inc, (UESI)
$498,689,00
5%
PACC COMM, Inc,
$548,025.00
5%
Shoreline Foundation, Inc.
$664,131.00
5%
w„c,.
'S
\
dry);
•
P)
i,c'
,,,. :.''�� i '
✓yam ?,1,,• ,n� f . 1
••
/'
4 RaJ~`
fJ•f A, ''i
,arc, $4 .i,N +":p..
t ', .; o ' l'''' /r
n I / (
Received (5) bid(s) on
PREPARED BY:
ehalf: Pr6cureme
Cit
epar-t
�1•1
eputy City Clerk
Florida Department of State
'tr
,„ of
„ fi1>�i7.org Cr.) , PCJ;r ,�r`I D! r
an r,fj:r"tel.;!(t u% F!uredu .c:•i al?
pep_attment of State / Division sf 0prporations / Search Records / Detail By Document Number /
DIVISION OF CORPORATIONS
Detail by Entity Name
Florida Profit Corporation
DOCK AND MARINE CONSTRUCTION CORP
Filing Information
Document Number P00000073136
FEI/EIN Number 61-1704697
Date Filed 08/01/2000
State FL
Status ACTIVE
Last Event NAME CHANGE
AMENDMENT
Event Date Filed 12/29/2011
Event Effective Date NONE
Principal Address
752 NE 79 STREET
MIAMI, FL 33138
Changed: 12/14/2011
Mailing Address
752 NE 79 STREET
MIAMI, FL 33138
Changed: 12/14/2011
Registered Agent Name & Address
LARSON, GLEN
752 NE 79 STREET
MIAMI, FL 33138
Name Changed: 01/29/2001
Address Changed: 12/14/2011
Officer/Director Detail
Name & Address
Title PD
LARSON, GLEN
752 NE 79 STREET
MIAMI, FL 33138
Title VD
LARSON, ALYSSA ROSE
752 NE 79.STREET
MIAMI, FL 33138
Annual Reports
Report Year
2017
2018
2019
Filed Date
01/09/2017
01/15/2018
01/09/2019
Document Images
01/D9/2019 - ANNUAL REPORT
01/15/2018 —ANNUAL REPORT
01/00/2017 — ANNUAL REPORS
Q1 /13/2016 — ANNUAL REPORT
01/06/2015 —ANNUAL REPORT
02/26/2014 — ANNUAL REPORT
05/01/2013 — ANNUAL REPORT
01/10/2012 --ANNUAL REPORT
12/20/2011 — Name Change
12/14/2011 —REINSTATEMENT
12/Q1/2010 — Name Change
Q /jQ/2010 — ANNUAL REPORT
01/06/2009 — ANNUAL REPORT
01/15/2008 — ANNUAL REPORT
02/06/2007 — ANNUAL REPORT
01/27/2006 — ANNUAL REPOT_"
05/03/2005 — ANNUAL REPORT
01/22/2004 — ANNUAL REPORT
01/30/2003 — ANNUAL REPORT
01/24/2002 — ANNUAL REPQRT
01/29/2001 — ANNUAL REPORT
0/01 /2000 — Domestic Pfoflt
Vlew 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
Vlew image In PDF format
View image In PDF format
Vlew Image in PDF format
View image in PDF format
View Image In PDF format
View image In PDF format
Vlew Image in PDF format
View Image in PDF format
Vlew Image In PDF format
View image in PDF format
View Image in PDF format
View Image in PDF format
Vlew Image In PDF format
View Image in PDF format
View image in PDF format
Florida [apartment of State, Division of Corporations
SECTION 4
BID FORMS
City of Miami, Florida
Office of the City Clerk
City Hall, 1st Floor
3500 Pan American Drive
Miami, Florida 33133-5504
The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are
named herein and that no person other than herein mentioned has any interest in this bid or in the Contract
to be entered into; that this bid is made without connection with any other person, firm, or parties making
a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud.
The Bidder further declares that it has examined the site of the Work and informed itself fully of all
conditions pertaining to the place where the Work is to be done; that it has examined the Contract
Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and
that it has satisfied itself about the Work to be performed; and that it has submitted the required bid
Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily and
willingly.
The Bidder agrees, if this bid is accepted, to Contract with the City, a political subdivision of the State of
Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary
materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to
construct and complete within the time limits, the specified Work covered by the Contract Documents for
the Project entitled:
Bid No: 18-19-009
Title: DINNER KEY NORTH MOORING FACILITY
The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form
of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, and to
furnish the required Certificate(s) of Insurance.
The undersigned further agrees that the Bid Guaranty accompanying the bid shall be forfeited if Bidder
fails to execute said Contract and fails to furnish the required Performance Bond and Payment Bond as
well as the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the
award of the Contract.
In the event of arithmetical errors, the Bidder agrees that these errors are errors that may be corrected by
the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price
in words shall govern. Bidder agrees that any unit price listed in the bid is to be multiplied by the stated
quantity requirements in order to arrive at the total.
Note: Bidders are bidding on estimated quantities for the purpose of determining the lowest responsive
and responsible Bidder. Payments will be made based on unit prices of actual quantities installed. Where
a discrepancy exists between the unit price and the extended price the unit price will prevail. Where there
is a discrepancy between the numerical and written bid amount, the written bid amount will prevail.
Dinner Key North Mooring Facility 68 ITB No. 18-19-009
Dinner Key Marina North Mooring Field Bid Form
Base Bid
Pay Item
1. Mobilization/Demobilization
2. Channel Marker Demolition & Debris Removal
3. Mooring Buoy Assembly
4. Mooring Field Regulatory Buoy Assembly
5. Channel Marker Buoy Assembly
6. Turbidity Control & Monitoring
7. Endangered Species Monitoring
Base Bid Subtotal - Dollars
Qty
1 LS
1 LS
25 EA
18 EA
4EA a, 8so°'
1 LS
1 LS
$ \ Loa 3 °1 t a�
Unit Price
Additive Alternative #1— Exclusion Zone Regulatory Buoys
Pay Item
Al. Exclusion Zone Regulatory Buoys
Additive Alternative #1 Subtotal - Dollars
Bid Summary
Q. 0O
Qtv Unit Price
15EA ,.1-OpQ 0
b
$ 3 (o , coo'
Total Price
Total Price
Base Bid
Additive Alternative #1
Bid Total — Dollars
$ 1 too, 3tiel
$
3loi moo b'2"
$ \R`Z,39(.0`'=-
DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PARTS III AND IV (If
applicable)
Part I: Listed below are the dates of issue for each Addendum received in connection with this bid:
Addendum No. 1, Dated�t.)(01 a 0 L�
Addendum No. 2, Dated �� �� 0 '31
Addendum No. 3, Dated
Addendum No. 4, Dated
Addendum No. 5, Dated
Part II: No Addendum was received in connection with this bid.
Part III: Certifications
The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall
comply with all the stated requirements.
1. Small Business--E r-prissTSB€) Re^ui, eme
Bidder certifies that it has react and understood the provisions of City of Miami Ordinance 13331, codified
in the award of a Contract.
2. Non -Collusion
Bidder certifies that the only persons interested in this bid are named herein; that no other person has any
interest in this bid or in the Contract to which this bid pertains; that this bid is made without connection or
arrangement with any other person. Bidder certifies that the selected independent third -party verifier will
verify and certify compliance data and reports honestly and accurately.
3. Druq Free Workplace
The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by:
(1) Publishing a statement notifying its employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace,
and specifying the actions that will be taken against employees for violations of such prohibition.
(2) Establishing a continuing drug -free awareness program to inform its employees about:
(i) The dangers of drug abuse in the workplace;
(ii) The Bidder's policy of maintaining a drug -free workplace;
(iii) Any available drug counseling, rehabilitation, and employee assistance programs; and
(iv) The penalties that may be imposed upon employees for drug abuse violations occurring
in the workplace.
Giving all employees engaged in performance of the Contract a copy of the statement required by
subparagraph (1).
(3)
(4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a
condition of employment on a covered Contract, the employee shall:
(i) Abide by the terms of the statement; and
(ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for
a violation occurring in the workplace no later than five (5) calendar days after such
conviction.
Dinner Key North Mooring Facility 70 ITB No. 18-19-009
(5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision
(4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice
shall include the position title of the employee.
(6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking
one of the following actions with respect to an employee who is convicted of a drug abuse violation
occurring in the workplace:
(i) Taking appropriate personnel action against such employee, up to and including
termination; or
(ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or
rehabilitation program approved for such purposes by a federal, state, or local health, law
enforcement, or other appropriate agency.
(7) Making a good faith effort to maintain a drug -free workplace program through implementation of
subparagraphs (1) through (6).
4. Lobbying
The undersigned certifies to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned,
to any person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with the awarding of any Federal Contract, the making of any Federal
grant, the making of any Federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any Federal Contract, grant, loan,
or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid 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) This undersigned shall require that the language of this certification be included in the award
documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and Contracts under
grants, loans, and cooperative agreements) and that all sub -recipients 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 pre -requisite for making or
entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to
file the required certification shall be subject to a civil penalty of not less than ten thousand dollars
($10,000) and not more than one hundred thousand dollars ($100,000) for each such failure.
* Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies to
covered Contract/grant transactions over one hundred thousand dollars ($100,000) (per QMB).
5. Debarment, Suspension and Other Responsibility Matters
The Bidder certifies to the best of its knowledge and belief, that it and its principals:
(a) Are not presently debarred, suspended, proposed for debarment, and declared ineligible or
voluntarily excluded from covered transactions by any Federal department or agency;
(b) Have not within a three (3) year period preceding this bid been convicted of or had a civil
judgment rendered against them for commission of fraud or a criminal offense in connection
with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction
or Contract under a public transaction; violation of Federal or State antitrust statutes or
falsification or destruction of records, making false statements, or receiving stolen property;
Dinner Key North Mooring Facility 71 ITB No. 18-19-009
(c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity
(Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.B
of this certification; and
(d) Have not, within a three (3) year period preceding this application, had one (1) or more public
transactions (Federal, State, or local) terminated for cause or default.
(e) In addition, factors to be considered in determining responsibility of prospective contractual
parties shall include but not be limited to:
(1) Bidder does have availability of appropriate financial, material, equipment, facility, and
personnel resources, and expertise, or the ability to obtain them, to meet all contractual
requirements;
(2) Bidder does have a satisfactory record of performance;
(3) Bidder does have a satisfactory record of integrity;
(4) Bidder does possess qualified legal standing to,Contract with the City; and
(5) Bidder will comply in supplying all requested information connected with the inquiry
concerning responsibility.
Bidder has not had a termination, suspension, or cancellation of a City Contract, in whole or in
part, for cause, due to a default by the Bidder or Offeror, within the past five (5) years, which
has not been reversed on appeal by a court of competent jurisdiction; or
(g) Bidder has not withheld a payment or nonpayment of moneys due the City from the Bidder or
Offeror, within the past five (5) years, unless the full amount of such moneys due the City.
(h) Have been deposited with a court of competent jurisdiction in Miami -Dade County, Florida,
pursuant to the provisions of Fla. R. Civ. P. 1.600 titled "Deposits in Court," as amended, or
other applicable Federal, State or Local Rules of Court, and are subject to distribution to the
City or withdrawal by the City by order of the court.
The Bidder shall provide any information requested by the Chief Procurement Officer or
Procurement Officer concerning responsibility. If such contractual party fails to provide the
requested information, the determination of responsibility may be made upon available
information or the prospective contractual party may be found non -responsible. The
prospective contractual party may demonstrate the availability of necessary financial,
equipment, facility, and personnel resources by submitting:
(1) Bidder will, upon request, furbish evidence that the contractual party possesses such
necessary resources;
(2) Bidder affirms it has acceptable plans to subcontract for such necessary resources; or
(3) Bidder will, upon request, submit a documented commitment for, or explicit arrangement
with, satisfactory sources to provide such necessary resources.
Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder
shall submit an explanation to the City of Miami in writing.
6. Local Workforce Participation Requirement
The Bidder certifies to the best of its knowledge and belief, that it and its principals:
{a) Have read and understood the --provisions of -City of Miami Ordinance 13332, codified as Section
18 89 of the City Code pertaining to the Local Workforce Participation requirements on a
quarterly basis;
verifies and is -properly Iicensod under the -previsions of F-,S. 45'1,471,173, or 181 and who is
not with the Contractor; and
(f)
(I)
Dinner Key North Mooring Facility 72 ITB No. 18-19-009
(The-selected-thi i 'cc compliance with this section, must have a
n►lni-efw
18 89 of the City Code.
Part IV: Certification - Trench Safety Act
The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of Section 553.60, et. seq.,
Florida Statutes, the Trench Safety Act, and will comply with all applicable trench safety standards. Such
assurance shall be legally binding on all persons employed by the Bidder and Subcontractors.
The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable
trench safety standards.
Bidder acknowledges that included in the various items of the bid and in the total bid price are costs for
complying with the Florida Trench Safety Act. These items are a breakout of the respective items involving
trenching and will not be paid separately. They are not to be confused with bid items in the schedule of
prices, nor be considered additional Work.
The Bidder further identifies the costs and methods summarized below:
Description
Total $
Unit Price
Quantity
Price
Extended Method
Attached is a Bid Bond [Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ],
Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ]
No. Bank of
for the sum of Dollars
($ ).
The Bidder hereby acknowledges and affirms to the contents of this Bid Form and its' response(s) thereto
including without limitations Part I through IV have been, read, understood, and agree to by signing and
completing the spaces provided below.
Bidder Name:
Signature:
Printed
Name/Title:
City/State/Zip:
Email:
\ \ Q, c\ L 3 3 \3 r
eko r XLc \ r\ko, r f Q , r1 Q-(�
Telephone No.: \ Fax No.: 30S~
Social Security No. . Dun &
or Federal I.D. No. ipl . ) 7 b 1--i t,, 4t 7 Bradstreet No. 0 3? y oka y (e L
(If applicable)
Dinner Key North Mooring Facility 73 ITB No. 18-19-009
If a partnership, names and addresses of partners:
CERTIFICATE OF AUTHORITY
(IF CORPORATION)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
1.-)CCY-. oe t\1c rite Coi Ls,k , a corporation organized and existing under the laws of the State
of F \ , held on the day of , a resolution was duly passed and adopted
authorizing (Name) (:,& Q.c._ a r\ as (Title) .? ✓P5. cX -e r .. - of the corporation to execute
bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the
corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full
force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this 1ck , day of , 20 k.° .
Secretary:
Print:
CS('
CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
, a partnership organized and existing under the laws of the State
of , held on the _day of , a resolution was duly passed and adopted authorizing
(Name) as (Title) of the to execute bids on behalf of the
partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the
partnership.
I further certify that said partnership agreement remains in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20
Partner:
Print:
CERTIFICATE OF AUTHORITY
(IF JOINT VENTURE)
Joint ventures must submit a joint venture agreement indicating that the person signing this bid is
authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement,
each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority
(corporate, partnership, or individual).
Dinner Key North Mooring Facility 74 ITB No. 18-19-009
CERTIFICATE OF AUTHORITY
(IF INDIVIDUAL)
I HEREBY CERTIFY that, I (Name) , individually and doing
business as (d/b/a) (If Applicable) have executed and am
bound by the terms of the bid to which this attestation is attached.
Signed:
Print:
IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20
STATE OF
NOTARIZATION
COUNTY OF c���'� )
The foregoing instrument was acknowledged before me this Lk day of MOtcc'4N , 20
by \��`S��� �,t s 0r\
, who is personally known to me or who has produced
as identification and who (did / did not) take an oath.
GNATURE OF NOTARY PUBLIC
STATE OF FLORIDA
Sf:j'vr-ifjf
PRINTED, STAMPED OR TYPED
NAME OF NOTARY PUBLIC
,taavassfit�
r'.
II
viumwr
/NCE191
Sharon Colman Schmidt
NOTARY PUBLIC
STATE OF FLORIDA
Comm* GG233128
Expires 6/28/2022
Dinner Key North Mooring Facility 75 ITB No. 18-19-009
BID BOND FORM (Page 1 of 3)
State of FLORIDA )
County of MIAMI-DADE )
City of MIAMI )
DOCK AND MARINE
KNOWN ALL PERSONS BY THESE PRESENTS, that CONSTRUCTION CORP as Principal,
CONTRACTORS BONDING AND
INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Miami, in the
penal sum of FIVE PERCENT OF THE AMOUNT BID dollars ($ 5% ) lawful money
of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the
accompanying bid, dated MARCH 5
, 2019 , for;
ITS No.: 18-19-009 — DINNER KEY NORTH MOORING FACILITY
NOW THEREFORE:
(a) If the Principal shall not withdraw said bid within one hundred eighty (180) calendar days after date
of opening the same, and shall within ten (10) calendar days after the prescribed forms are
presented to him for signature, enter into a written Contract with the City, in accordance with the
bid as accepted, and give bond with good and sufficient Surety or Sureties, as may be required, for
the faithful performance and proper fulfillment of such Contract; or
(b) In the event if the withdrawal of said bid within the period specified, or the failure to enter into such
Contract and give such bond within the time specified, if the Principal shall pay the City the
difference between the amount specified in said bid and the amount for which the City may procure
the required Work and supplies, if the fatter amount be in excess of the former, then the above
obligation shall be void and of no effect, otherwise to remain in full force and virtue.
Dinner Key North Mooring Facility 76 ITB No. 18-19-009
BID BOND FORM (Page 2 of 3)
IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several
seals, this 5TH day of MARCH , 2019 , the name and corporate seal of each party
being hereto affixed, and these presents duly signed by its undersigned representative, pursuant to
authority of its governing body.
WITNESS; (If Sole Ownership,
Partnership, or Joint Venture,
two (2) Witnesses are required.
If Corporation, Secretary
only will attest and affix seal)
(Signature of authorized officer)
PRINCIPAL:
DOCK AND MARINE
CONSTRUCTION CORP
(Name gf Firm)
Affix
Seal
(Title)
752 NE 79th ST
(Business Address)
MIAMI, FL 33138
(City/State/Zip Code)
SURETY: „t,...
CONTRACTORS BONDING ANQ,•QN0,0G AND ,,,,��
INSURANCE COMPANY? e•..•....... ��•.�
(Corporate Surety) tio. • oa.ncRT ••,9 c'
Q . F m
h O ;
ij .•
yJi4H ....
(Signature of Authorized Officer)
D. W. MATSON III
Attorney -in -Fact (Title) Florida Resident Agent
9025 N. LINDBERGH DR
(Business Address)
PEORIA, IL 61615
(City/State/Zip Code)
Dinner Key North Mooring Facility 77 ITB No. 1 &19-009
BID BOND FORM (Page 3 of 3)
CERTIFICATE AS TO CORPORATE PRINCIPAL
, certify that I am the
Secretary of the Corporation named as Principal in the within bond; that
c,,, 1 C,, ,(>r"\ �; �4.� k of said corporation; that I know his
signature, and the signature hereto is genuine; and that said bond was duly signed, sealed and attested
for and in behalf of said corporation by authority of its governing body.
Corporate Seal)
STATE OF FLORIDA
COUNTY OFMIAMI-DADE
CITY OF MIAMI
Before me, a Notary Public duly commissioned, and qualified, personally
appeared D. W. MATSON III to me well known, who being by me first duly sworn
upon oath, says that he/she is the attorney -in -fact, for the CONTRACTORS BONDING AND INSURANCE COMPANY
and that he/she has been authorized by ITS PRESIDENT to execute the foregoing bond on
behalf of the Contractor named therein in favor of The City of Miami, Florida.
Subscribed and sworn to before,me this 5TH day of MARCH
INSTRUCTIONS:
Bid Bonds must be
accompanied by a
Power of Attorney, in
compliance with
Instructions to Bidders.
. DINIA CAVALIER!,
ry Public, State! of Florida at Large
My Commission Expires:
JUNE 19, 2020
,2019
�.,p3tr POa. DINIACAVALIERE
a = MY COMMISSION # FF 965100
•
* EXPIRES: June 19, 2020
isOf m oP' Bolded Ttru Budget Ndary 9atrkte
f�
Dinner Key North Mooring Facility 78 ITB No. 18-19-009
RLI
cbic
�nRLICompany
902S N. Lindbergh Dr. I Peoria, IL 61615
Phone: (800)645-2402 I Fax: (309)689-2036
POWER OF ATTORNEY
RLI Insurance Company
Contractors Bonding and Insurance Company
Know All Men by These Presents:
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and
Insurance Company, required for the applicable bond.
That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each Illinois corporations (as applicable), each
authorized and licensed to do business in all states and the District of Columbia do hereby make, constitute and appoint:
John W. Charlton, D.W. Matson, III, jointly or severally
in the City of Coral Gables , State of Florida , as Attorney in Fact, with full power and authority hereby
conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds,
undertakings, and recognizances in an amount not to exceed Ten Million Dollars
( $10,000,000.00 ) for any single obligation.
The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the
following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation, and now in force, to -wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the
corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by
such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant
Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or
undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies,
undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate
seal may be printed by facsimile or other electronic image."
IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have
caused these presents to be executed by its respective Vice President with its corporate seal affixed this 15th, day of June, 2016.
State of Illinois
County of Peoria
•0
=•
6 . SEAL D
,S'S • /LLIN0�9
On this 15th day of June , 2016 ,
before me, a Notary Public, personally appeared Barton W. Davis
who being by me duly sworn, acknowledged that he signed the above Power
of Attorney as the aforesaid officer of the RLI Insurance Company and/or
Contractors Bonding and Insurance Company, and acknowledged said
instrument to be the voluntary act and deed of said corporation.
JacquNotary Public
"OFFICIAL SEAL"
,IOTA. ?
STATEr JACQUELINE M. BOCKLER
STATE CFI
WHOM COMMISSION EXPIRES 01/14118
IITm11mm
0975252020212
RLI Insurance Company
Contractors Bonding and Insurance Company
1i'.
Barton W. Davis
Vice President
CERTIFICATE
I, the undersigned officer of RLI Insurance Company, and/or
Contractors Bonding and Insurance Company, each Illinois
corporations, do hereby certify that the attached Power of Attorney is
in full force and effect and is irrevocable; and furthermore, that the
Resolution of the Company as set forth in the Power of Attorney, is
now in force. In testimony whereof, 1 have hereunto set my hand and
the seal of the RLI Insurance Company and/or Contra tors
Bonding and Insurance Company this S'Il{ daufil
•
2D19 . ♦♦•o�yp\NG AND ,, ".,.
Contractors on ing and Ins ranee Vaiii$aiI e c 5"t rF •... CA
Barton W. Davis lejc5.". S IViAkesid�tt j'
•.iR,it115
ii tu
,1/,,,,,,
RLI Insurance Company
cbic
�nRllCompnny
9025 N. Lindbergh Dr. 1 Peoria, IL 61615
Phone: (800)645-2402 Fax: (309)689-2036
Know All Men by These Presents:
POWER OF ATTORNEY
RLI Insurance Company
Contractors Bonding and Insurance Company
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and
Insurance Company, required for the applicable bond.
That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each Illinois corporations (as applicable), each
authorized and licensed to do business in all states and the District of Columbia do hereby make, constitute and appoint:
John W. Charlton. D.W. Matson, III, jointly or severally
in the City of Coral Gables , State of Florida , as Attorney in Fact, with full power and authority hereby
conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds,
undertakings, and recognizances in an amount not to exceed Ten Million Dollars
( S10,000,000.00 ) for any single obligation.
The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the
following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation, and now in force, to -wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the
corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by
such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant
Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or
undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies,
undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate
seal may be printed by facsimile or other electronic image."
IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have
caused these presents to be executed by its respective Vice President with its corporate seal affixed this 15th day of June, 2016.
State of Illinois
SS
County of Peoria
On this 15th day of June , 2016
before me, a Notary Public, personally appeared Barton W. Davis
who being by me duly sworn, acknowledged that he signed the above Power
of Attorney as the aforesaid officer of the RLI Insurance Company and/or
Contractors Bonding and Insurance Company, and acknowledged said
instrument to be the voluntary act and deed of said corporation.
2;7 Oda.,
Jacqub(;ne M. Bockler`� Notary Public
"OFFICIAL SEAL"
HOTAPY E
et",_!JACQUEUNE M. BOCKLER
STALLfIMS COMMISSION EXPIRES 01114118
T1VflY! I fm TYIWY flM
RLI Insurance Company
Contractors Bonding and Insurance Company
Barton W. Davis
Vice President
CERTIFICATE
I, the undersigned officer of RLI Insurance Company, and/or
Contractors Bonding and Insurance Company, each Illinois
corporations, do hereby certify that the attached Power of Attorney is
in full force and effect and is irrevocable; and furthermore, that the
Resolution of the Company as set forth in the Power of Attorney, is
now in force. In testimony whereof, I have hereunto set my hand and
the seal of the RLI Insurance Company and/or or Contrac s
Bonding and Insurance Company this f1th day of 1taRct4 ,
ZA1a( .
RLI Insurance Company
Contractors oing and ranc ptigF' °oqq •• �2
i C..)le
TF m
'• '. t
. CT
♦�' IJ
E
▪ oJ, Nc> Pre,a
LL..
e pINB ANO'•.
��
Barton W. Davis
0975252020212
S.
•
"••, " L IN O„t'',` 4115
QUESTIONNAIRE
This completed form must be submitted with the bid. The City may, at its sole discretion, require
that the Bidder submit additional information not included in the submitted form. Such information
must be submitted within seven (7) calendar days of the City's request. Failure to submit the form,
or additional information upon request by the City, shall result in the rejection of the bid as non-
responsive. Additional pages may be used following the same format and numbering.
By submitting its bid, the Bidder certifies the truth and accuracy of all information contained herein.
A. Business Information
1. a) How many years has Bidder been in business under its current name and ownership? ( O
Professional Licenses/Certifications (include name and number)* Issuance Date
\ems Lcrs6,--,/ C_(,( \5Q 0U) , (�ener,.\ (o.
6 \e c,, < o / C L-((b O aos s 0.1_,., C,,\ / -i Do �t �
('include active certifications of small business enterprise and name of certifying entity)
b) Date Bidder licensed by Dept. of Professional Regulation: I ae
c) Qualified Business License: Yes E No ❑ If Yes, Date Issued
d) What is Bidder's business? ��.Qtc \ Cc , o n
(This answer should be specific. For example: paving, drainage, schools, interior renovations, etc.)
e) Name of Qualifier, license number, and relationship to Bidder:
° oko ke\ )()
f) Names of previous Qualifiers during the past five (5) years including, license numbers,
relationship to Bidder and years as qualifier for the Bidder.
2, Name and Licenses of any prior companies:
Name of Company License No.1.6(.1505� 3 Issuance Date 2 127 )'a 0 U 3
r ,3 c
3. Type of Business Entity:
❑ Corporation 'S"Corporation ❑ LLC ❑ Sole Proprietorship ❑ Other:
(Corporations will be required to provide a copy of their corporate resolution prior to executing a Contract)
Dinner Key North Mooring Facility 79 ITB No. 18-19-009
4. Business Entity Ownership:
a) Identify all owners of the Business Entity.
Name Title
eS.� E�
�e I -ec__
b) is any owner identified above an owner in another company? ❑ Yes
% of ownership
SUsc,
Sod
19-1-10
If yes, identify the name of the owner, other company names, and % ownership
c) Identify all individuals authorized to sign for the Business Entity, indicating the level of their
authority (check applicable boxes and for other provide specific levels of authority)
Name Title
Signatory Authority
All Cost No -Cost Other
El
❑ ❑
❑ n
❑ ❑
❑
Explanation for Other:
(Note: 'All" refers to any type of document including but not limited to Contracts, amendment, change proposal requests
(CPR), change orders (CO), notices, claims, disputes; etc. "Cost" refers to CPRs, COs. No -cost refers to RFIs, Notices,
and other similar documents)
5. Employee Information:
Total No. of Employees:. D Number of Managerial/Admin. Employees:
Number of Trades Personnel and total number per classification:
(Apprentices must be listed separately for each classification)
-\
3
F\ (MU Mar.r\e �,IQ pt, � — _7
Fl S$\tc cAe_r \ C&\- 2
How many employees are working under H2B visas? 0
6. Has any owner or employee of the Bidder been convicted of a federal offense or moral turpitude?
If yes, please explain:
bo
7. Insurance and Bond Information:
a) Insurance Carrier name and address:
Src\`c_e
CZ� 1 CINCO er'e , Cif
rG ChG V-;- G>n n Q c.c.14 J
Lcaa
b) Insurance Contact Name, telephone, and e-mail: a w.s-Z Div.co (\
Dinner Key North Mooring Facility
80 ITB No. 18-19-009
c) Insurance Experience Modification Rating (EMR): '7 0
(If no EMR rating please explain why)
d) Number of Insurance Claims paid out in last five (5) years and their corresponding value:
0
e) Bond Carrier name and address: MCA, o,> - C v - ... «r\ Su.r P - (Ar(�.) `3
-700 ,P lUc; (ofr-A Gc16(D Ln
f) Bond Carrier Contact Name, telephone, and e-mail: Ok (' clks 0 n
3c�s�co4, -CX��� M C s�I � �o(
g) Number of Bond Claims paid out in last five (5) years and their corresponding value:
8. Have any claims lawsuits been file against the Bidder in the past five (5) years? If yes, identify all
Bidder has either settled or an adverse judgment has been issued against Bidder. Identify the
year, basis for the claim or judgment, and settlement; unless the value of the settlement is
covered by a written confidentiality agreement.
9. To the best of Bidder's knowledge, is Bidder or any of Bidder's officers currently under
investigation by any law enforcement agency or public entity? If yes, provide details:
k)G
10. Has Bidder been assessed liquidated damages or defaulted on a Project in the past five (5) years?
Yes ❑ No yes, provide an attachment that provides an explanation of the Project.
11. Has Bidder been cited for any OSHA violations in the past five (5) years? If yes, please provide an
attachment including all details on each citation.
12. Provide an attachment listing all of the equipment, with a value of five thousand dollars ($5,000) or
greater, owned by the Bidder.
B. Project Management and Subcontract Details
1. Bidder's Project Manager for this Project:
a) Name: C-\-Q (r, L°°C S c 11
b) Years employed by Bidder: 10
c) Licenses/Certifications:(/ L IS' ka.oS i.k10 -bus C L
d) Last three (3) Projects with the company including role, Scope of Work; and value:
at&k e(fV.,\‘OrNA-0 LOli�.�j.� )10)eC 11\SnaSQr — ZC,1v,s.DeCAL k)4.\/.2'S
(or ".s n ec - t�� ��e1�--r-11n\,1-01 -k
544. 0;-Ntiol AsF,akc,� �( Pc Mc-aN\ Ot ns C ,e— \ a vr•,1
or.,14 1
Dinner Key North Mooring Facility 81 ITB No. 18-19-009
2. Subcontractors:
Name
WAX
Trade
% of Work License No. Certification*
('active certifications of small business enterprise and name of certifying entity)
3. Scope of Physical Labor Construction Work to be performed by Bidder and the corresponding
percentage of the Work: (This does not include such items as insurance ` bonds, dumpsters, trailers, and other similar non -
construction Work items)
DO cx
Dinner Key North Mooring Facility 82 ITB No. 18-19-009
Title:
Ls.
Tit .aftgiiimni
Form: ITB-GCR
To Whom It May Concern
Subject: Reference Letter
611sTqc iif faigevSi 01 tet r[iy;
erat;Corrtraetor
Name of General Contractor:
G\e n 1 etCsc:•n
The above referenced General Contractor ("GC") is responding to a bid that has been issued by the City of
Miami. The City requires that the GC provide written references with their bid submission. By providing you
with this document, the GC is requesting that you provide the following reference information. The City would
appreciate you providing the information requested below, as well as any other information you feel is
pertinent:
Name of Referenced Project: (0( 0,e„ 1j ht r;, ,� -Sc; ,�(' \�,S'� )4l Q L0 \Clrsa .ram S �Si -CAM
FolEovv{ng Sec torx td be t vmpteted by tti PPAdf.Ovt ne
Scope of Referenced Work: SITE PREPARATION AND INSTALLATION OF 175 SINGLE POINT MOORINGSYSTEM INCLUDING HELICAL EMBEDMENT
AUGER ANCHORS, POLYESTER DOVINLUNES AND PENNANTS, BUOYS, AND ALL COMPONENTS AND APPURTENANCES.
WORK COMPLETED ACCORDING TO ENGINEERING SPECIFICATIONS AND PERMITTED ACCORDING TO REQUIREMENTS.
Did the Scope involve marine and/or overwater marina utility construction? (51 Yes U No
Value of Project: $ $461,494.00 Date Completed: 8/4/2013
Percentage of physical construction Work self -performed by GC: 100 %
Was Project completed on time and within budget:❑x Yes ❑ No
If no, was the GC at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No
If yes, please provide details:
PROJECT WAS COMPLETED BY DOCK AND MARINE IN A SATISFACTORY
AND WORKMAN -LIKE MANNER ON BUDGET AND ON SCHEDULE. THEY
Comments: HAVE ALSO COMPLETED OTHER PROJECTS FOR CGSC IN A
SATISFACTORY MANNER.
Name of Project Owner: COCONUT GROVE SAILING CLUB Date:
Signature of Project Owner's Representative:
PAST COMMODORE, PAUL S. VAN PUFFELEN JR.
2-25-2019
Telephone:
Sincerely,
786 286-1242
E-mail:
Annie Perez, CPPO, Director
Department of Procurement
PAULVP.CGSC@GMAIL.COM
Dinner Key North Mooring Facility 84 ITB No. 18-19-009
Tit of gliarni
Form: ITB-PRR
To Whom It May Concern
Subject: Reference Letter
e
onto
Name of Bidder. -, JG (_ Cif` \Ctt .N-3 . t (')c.S-V;, f .() (\ (C f
The above referenced Bidder is responding to a bid that has been issued by the City of Miami. The City
requires that the Bidder provide written references with their bid submission. By providing you with this
document, the Bidder is requesting that you provide the following reference information. The City would
appreciate you providing the information requested below, as well as any other information you feel is
pertinent:
Name of Referenced Project: (Di �1(mot � e �� e1 �\ r k -. / (\CL•� M ,: •n •_`Z ffv\
S cdon).t
Scope of Referenced Work:
SITE PREPARATION AND INSTALLATION OF 175 SINGLE POINT MOORINGSYSTEM INCLUDING HELICAL EMBEDMENT
AUGER ANCHORS, POLYESTER DOWNLINES AND PENNANTS, BUOYS, AND ALL COMPONENTS AND APPURTENANCES.
WORK COMPLETED ACCORDING TO ENGINEERING SPECIFICATIONS AND PERMITTED ACCORDING TO REQUIREMENTS.
Did the Scope involve marine and/or overwater marina utility construction? IJ Yes LI No
Value of Project: $ $461,494.00 Date Completed: 8/4/2013
Percentage of physical construction Work self -performed by Bidder: 100
Was Project completed on time and within budget:❑x Yes ❑ No
If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No
If yes, please provide details:
Comments:
PROJECT WAS COMPLETED BY DOCK AND MARINE IN A SATISFACTORY
AND WORKMAN -LIKE MANNER ON BUDGET AND ON SCHEDULE. THEY
HAVE ALSO COMPLETED OTHER PROJECTS FOR CGSC IN A
SATISFACTORY MANNER.
Name of Project Owner: COCONUT GROVE SAILING CLUB Date:
Signature of Project Owner's Representative:
Title: PAST COMMODORE, PAUL S. VAN PUFFELEN JR.
2-25-2019
Telephone: 786 286-1242
Sincerely,
E-mail:
Annie Perez, CPPO, Director
Department of Procurement
PAULVP.CGSC@GMAIL.COM
Dinner Key North Mooring Facility 83 ITB No. 18-19-009
Cittj
Form: ]TB-PRR
To Whom It May Concem
Subject: Reference Letter
Name of Bidder: -0 (j CX (-' - 'Ketr C ClMAcL) C c.rN
The above referenced Bidder is responding to a bid that has been issued by the City of Miami. The City
requires that the Bidder provide written references with their bid submission. By providing you with this
document, the Bidder is requesting that you provide the following reference information. The City would
appreciate you providing the information requested below, as well as any other information you feel is
pertinent:
Name of Referenced Project: `ce.5a or\e, Q \Tok M_Co-vN.0-,Ci�Gr'�nr ('uR�•� r� c 4.v r\
Scope of Referenced Work: 18 , n.L .e pis-nis-c it. S
Did the Scope involve marine and/or overwater marina utility construction? ❑ Yes Vo
Value of Project: $ 1 O i as 0 Date Completed: C. • 2O 1
Percentage of physical construction Work self -performed by Bidder:
Was Project completed on time and within budget0Yes ❑ No
If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No
If yes, please provide details:
Comments:
Keystone Point 1950 NE 135th Street
ANINA North Miami, FL 33181
•
Name of Project Owner:
Signature of Project Owner's Representative:
Title: 0 •A1h-P/3,4—_
4�U 2 /
Datd:
Telephone:
30 S 5 0 - -1-a.\ S h C,� 14%.! S p 6 N'1 dP 01614. l c...,
. Levin
Sincerely, he.- C t'LGiv at, 'V
Annie Perez, CPPO, Director
Department of Procurement
L rt-e— G,cN eSoim 1
Dinner Key North Mooring Facility 83 ITB No. 18-19-009
(flitOf Afiarat
Form: ITB-GCR
To Whom It May Concern
Subject: Reference Letter
e-t019 o43
Name of General Contractor:
The above referenced General Contractor ("GC") is responding to a bid that has been issued by the City of
Miami. The City requires that the GC provide written references with their bid submission. By providing you
with this document, the GC is requesting that you provide the following reference information. The City would
appreciate you providing the information requested below, as well as any other information you feel is
pertinent:
Name of Referenced Project: \eas?,v;:\or\ r,.�,�� V'\keA. tActc\Q.L (c),‘s=\rd
Scope of Referenced Work:
Did the Scope involve marine and/or overwater marina utility construction? ❑ Yes No
Value of Project: $ / % 8 i GUv Date Completed: • Z C)
Percentage of physical construction Work self -performed by GC: /66) %
Was Project completed on time and within budget: es ❑ No
If no, was the GC at fault or contribute to the delay(s) or increased cost? ❑ Yes
If yes, please provide details:
((`rt.*, "2 c •1 (
L jZCt `k=krrtciv1.S}1 t ��
Comments: 1�0e.,:-- ; MCi
9
Signature of Project Owner's Representative: �� ri 1 �l j41 rv� t (�vr'�
c't t c1 ,-,_
r r-Z-e. 01 4- �)\, • ` x L .e 1 I ...t ;. C %2 C ti� 'f `
get el t'+Li (/J a 12. iC Gl yl c) v yN, Q.ci A2, .2 0 >l ° r'n._e (Z
ill a.) \ (A {5 \ 1 p 5 --1 O C>.. C C'/ Yt L) l k \- � cif D vZ. c - � titil,,,,e,
•}- U= �tvZ L�E,C� `�C'rZ •d—c-c4 ` 1 /c �J / lc, i 67� ,
Name 'of Project Owner: kLt �--(. �.A,: rl V y"/14vrIrtADate:
Title: U by\ —
Telephone: 3t '_ ! LA) `4i 7.3ia E-mail:
Sincerely,
Annie Perez, CPPO, Director
Department of Procurement
Dinner Key North Mooring Facility
1 t (S �' /j Jl (l 11"-el r I I GL_
Keystone Point
MAIUNA
A FULL SERVICF. MARINA
Trish Hamilton
trish@keystonepointmarina.com
phone 305.940.6236 I fix 3(15.949.8482I peen it:' 305.904.4787
1950 NE 135th Street, North Miami, Florida 33181
i9-000
Qtij iami
Form: ITB-GCR
To Whom it May Concern
Subject: Reference Letter
Name of General Contractor: G \re 11 L c c s C7 n
The above referenced General Contractor ("GC") is responding to a bid that has been issued by the City of
Miami. The City requires that the GC provide written references with their bid submission. By providing you
with this document, the GC is requesting that you provide the following reference information. The City would
appreciate you providing the information requested below, as well as any other information you feel is
pertinent:
Name of Referenced Project: ‘\t\ NCto,•, r,Rc; a \ors � L `D ma's
��TQIuw�Rla eE�143 16Y@CiQ�L`y83,"~,'�<e
Scope of Referenced Work: C ref �t'„11I r,,(c,/' .I eAev-
Did the Scope involve marine and/or overwater marina utility construction? [11'S'es ❑ No
Value of Project: $ I . .//4� 111 d.-J Date Completed: l . v 1 I
Percentage of physical construction Work self -performed by GC: 1l c7C7 %
Was Project completed on time and within budget: 'Yes ❑ No
If no, was the GC at fault or contribute to the delay(s) or increased cost? ❑ Yes
If yes, please provide details:
Comments:
Name of Project Owner: /v `1Y to
Title:
Date:
Signature of Project Owner's Representative:
Telephone: C35-21 , '/� j . ?f. R.RE-mail:
Sincerely,
rl
�y Lfc_ 4. i ac vl c�
Annie Perez, CPPO, Director
Department of Procurement
Dinner Key North Mooring Facility 81 ITB No. 18-19-009
City of Alizuni
Form: ITB-PRR
To Whom It May Concern
Subject: Reference Letter
Name of Bidder: e,C1c 1tc�� �OwC�rC��r� (or
The above referenced Bidder is responding to a bid that has been issued by the City of Miami. The City
requires that the Bidder provide written references with their bid submission. By providing you with this
document, the Bidder is requesting that you provide the following reference information. The City would
appreciate you providing the information requested below, as well as any other information you feel is
pertinent:
Name of Referenced Project: M`eksK, kon •1, r-%0clSSG _J
Scope of Referenced Work: ,41.2A -, C r,y- --c11Q/✓ i-' '7Cr9 .5- i i e
Did the Scope involve marine and/or overNater marina utility construction? 'Yes ❑ No
Value of Project: $ 1) Oa), Ct r) Date Completed: F -b
Percentage of physical construction Work self -performed by Bidder: / %
Was Project completed on time and within budget:DK/es ❑ No
if no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes Pr-N.;
If yes, please provide details:
Comments:
Name of Project Owner: , JA,G41 i Date: )
Signature of Project Owner's Representative:
Title:
1// A41/44
Telephone: (;/' q//, E-mail:
Sincerely,
Annie Perez, CPPO, Director
Department of Procurement
e
Dinner Key North Mooring Facility 83 ITB No. 18-19-009
List of Similar Projects
Project Scope Key Personnel Role
Sarasota Mooring Field Phase 1 & 2
Construction
Administration
Glen Larson
General Contractor Manager
Installation of new Mooring Systems at Marina
Jacks in Sarasota
Contact. Anthony Russo 1565 First
Street Room 205 Sarasota, FL
Anthony Russo @sarasotagov.com
Eddie Rivera
Construction Manager
David Foster
Construction Manager
Final Cost: 1.2 M
Project Scope Key Personnel Role
City of Miami Dinner Key Mooring Project
Construction
Administration
Glen Larson
General Contractor Manager
This project involved the replacement of over 600
mooring pilings in the Dinner Key Marina
Replacement of existing Mooring piling with New
Greenheart piling. Keeping marina in 100 percent
operation. Recycling and disposal of old piling as
necessary.
Eddie Rivera
Construction Manager
David Foster
Consruction Manager
Final Cost:2.2m
Project Scope Key Personnel Role
Coconut Grove Sailing Center
Construction
Administration
Glen Larson
General Contractor Manager
New Mooring System
Contact : Paul Van
Puffelen Jr.
Paulvp.cgsc@gmail.com
Eddie Rivera
Construction Manager
David Foster
Construction Manager
Final Cost: $461,494.00
Project Scope Key Personnel Role
NMMA-Progressive Insurance Miami International
Boatshow
Construction
Administration
Glen Larson
General Contractor Manager
Construction and oversee all marine related functions
including piling installtion , floating dock installation,
plumbing , fire and tent installtion
Contact: Larry Barryman
Iberryman@nmma.org
John Korvick
Construction Manager
Final Cost: 2.5MiI
Donna Milo
Title
Seth Edge
Title
List of Similar Projects
Project Scope Key Personnel Role
Keystone Point Marina
Construction
Administration
Glen Larson
General Contractor Manager
Various Marina Reconstruction Projects :
Piling and dock replacement Forklift Pad
Reconstruction
Contact: Patricia
Hamilton
John Korvick
Construction Manager
trish@keystonepointmarina
.com
Final cost : $ 1M
K
(iIttg of A i ntt
INVITATION To BID
DINNER KEY NORTH MOORING FACILITY
B-70048
INVITATION TO BID ("ITB") NUMBER
18-19-009
ISSUE DATE
JANUARY 25, 2019
VOLUNTARY PRE -BID CONFERENCE
FEBRUARY 1, 2019
10:00 A.M.
ADDITIONAL INFORMATION AND CLARIFICATION DEADLINE
FEBRUARY 8, 2019
5:00 P.M.
BID SUBMISSION DUE DATE
FEBRUARY 26, 2019
2:00 P.M.
CONTACT
Anthony Hansen
Sr. Procurement Contracting Officer
Department of Procurement
City of Miami
444 SW 2nd Avenue, 6th Floor
Miami, Florida 33130
Phone: 305-416-1895
Fax: 305-400-5237
E-mail: amhansen@miamigov.com
BAN (JF. t
L.
• •
i�1111, Ill/
{ I
/ 0 k ,4)
QIit3 41liamt
TABLE OF CONTENTS
Public Notice Pg. 2
Definitions Pg. 4
SECTION 1
Introduction to Invitation to Bid ("ITB") Pg. 7
SECTION 2
ITB General Terms and Conditions Pg. 15
SECTION 3
ITB Supplemental Terms and Conditions Pg. 61
SECTION 4
Bid Forms Pg. 68
SECTION 5
Contract Execution Forms Pg. 91
r 11,,10 1.,17, f
e. .E 1.
0 it
C.Titg of atami
NOTICE TO CONTRACTORS
Sealed Bids will be received by the City of Miami, Office of the City Clerk, City Hall, 1st Floor, 3500 Pan
American Drive, Miami, Florida 33133-5504 for:
DINNER KEY NORTH MOORING FACILITY
B-70048
Issue Date: January 25, 2019
Bid Due Date: February 26, 2019 at 2:00 p.m. (Local Time)
Scope of Work: The Work consists of furnishing all materials, labor, services, supplies, goods, and
equipment necessary for the construction of a twenty-five (25) vessel mooring field offshore from Dinner
Key Marina. The full Scope of Work is detailed in the Contract Documents.
Minimum Requirements: Prospective Bidders shall, as of the Bid Due Date:
A. Have a current Certified General Contractor ("CGC") license from the State of Florida, or be a
marine contractor with a CGC license, and have a minimum of five (5) years' experience under its
current business name.
B. The General Contractor shall have experience as the Prime Contractor for at least three (3)
completed projects of similar scope and complexity (e.g., marine structures, marina
improvements/repairs, and marina (overwater) utilities), within the last five (5) years. The General
Contractor must have a proven record of successfully completing projects consisting of the
following components: marine demolition, marine construction, marine structural repairs (i.e. spalls,
cracks, etc.), pile driving, and associated dock construction, marina utilities (including state-of-the-
art shore power distribution and pedestals, utility service installation, security/communication
systems, marina fire protection, sewage pump -out, and marina plumbing), conducting marine
construction in operating marinas while minimizing disruption to marina customers and conducting
construction for public projects. The General Contractor must have a proven track record of
coordination of the trades required for structural, mechanical, plumbing, and electrical work
required for the marina rehabilitation.
Submitted reference projects, utilizing Form ITB-GCR, must demonstrate that the General
Contractor: i) was the General Contractor for the project; and ii) self -performed at least thirty percent
(30%) of the physical labor construction work for the project.
C. Bidder must demonstrate that it has full-time key personnel with the necessary experience to
perform the Project's Scope of Work. This experience shall include work in successfully completed
projects performed by the identified key personnel of the Bidder whose bulk of work (at a minimum
51 % of it) was/is performed on projects similar to the Project's Scope of Work described in this
Solicitation. Bidder shall demonstrate the required experience by providing a detailed description
of at least three (3) projects whose scope included the marine and/or overwater marina utility
construction, of similar size and complexity to the Project's Scope of Work, and in which the
Bidder's identified key personnel is currently actively engaged, or has completed the work to the
Dinner Key North Mooring Facility 2 ITB No. 18-19-009
satisfaction of the Owner, within the past five (5) years. List and describe the aforementioned
projects and indicate whether the Work was performed for the City, and/or other government
agencies as clients, or private entities. Agency and/or entity and project names / numbers shall be
included. The description must identify and describe for each project:
a) The identified key personnel and their assigned roles and responsibilities for the listed
project, key personnel include, without limitation, the Contractor's Project Manager and the
Construction Manager or Construction Supervisor (please note that Key Personnel may not
be changed or modified between the time of ITB submission and Contract Award/Execution;
b) The client's name and address including a contact person, email address, and phone
number for reference verification;
c) Description of Work;
d) Total dollar value of the Contract;
e) Contract duration;
f) Statement or notation of whether each of the Bidder's identified key personnel is/was
employed by the Prime Contractor or Subcontractor; and
g) For completed projects, provide letters of certification of final acceptance or similar project
closure documentation issued by the client and include available Contractor's performance
evaluations.
Submitted reference projects, utilizing Form ITB-PRR, must demonstrate that the Bidder: i) was
the Prime Contractor for the project; and ii) self -performed at least thirty percent (30%) of the
physical labor construction work for the project. The Selected Bidder, hereinafter referred to as
"Contractor," must self -perform at least thirty percent (30%) of the physical labor construction work
for the Project. Key personnel cannot be changed from the time of bid submission until award.
The City reserves the right to request additional / supplemental information and/or contact
listed persons pertaining to Bidder's experience / minimum requirements.
The Department of Procurement ("Procurement") has scheduled a Voluntary Pre -Bid Conference
to be held on the following date, time, and location:
Location: Dinner Key Marina
3400 Pan American Dr.
Conference Room No. 314
Miami, Florida 33133
Date/Time: February 1, 2019 at 10:00 a.m. (Local Time)
The bid documents, including plans, may be obtained by visiting the Office of Capital Improvements ("OCI")
webpage: http://archive.miamiqov.com/MiamiCapital/NewBidsandProposals.html.
It is recommended that firms periodically check OCI's webpaqe for updates and the issuance of
addenda. It is the sole responsibility of each prospective Bidder to ensure the receipt and
understanding of all addenda.
All bids shall be submitted in accordance with the Instructions to Bidders identified in Section 1, Instructions
for Submission. Bidders must be submit: one (1) original, unbound bid package; and one (1)
electronic bid package on a CD or USB Drive in SEARCHABLE .pdf format, at the time, date, and
location indicated where bids will be publicly opened. Failure to submit one (1) original full set may result
in the bid being deemed non -responsive. Any bids received after the time and date specified will be
rejected and will not be considered. The responsibility for submitting a bid before the indicated time
and date is solely and strictly that of the Bidder. The City is not responsible for any delay regardless of the
cause. Bidder assumes all risk for any delay or mistake. BIDDER IS HEREBY ADVISED THAT THIS
INVITATION TO BID IS SUBJECT TO THE "CONE OF SILENCE," IN ACCORDANCE WITH
ORDINANCE NO. 12271, codified as Section 18-74, CITY OF MIAMI CODE, as amended.
Dinner Key North Mooring Facility 3 ITB No. 18-19-009
Definitions
Architect of Record (AOR) means a designation reserved, usually by law and regulations, for a person
or organization professionally qualified and licensed in the State of Florida to perform architectural
services.
Basis of Design means a specific manufacturer's product that is named; including the make or model
number or other designation, establishing the significant qualities related to type, function, dimension, in-
service performance, physical properties, appearance, and other characteristics for purposes of evaluating
comparable products of other manufacturers.
Bid means the response submitted by a Bidder to this solicitation, which includes the price, authorized
signature and all other information or documentation required by the Contract Documents at the time of
submittal.
Bidder means any individual, firm, incorporated, or unincorporated business entity, limited liability
company, or corporation tendering a Submittal, acting directly or through a duly authorized representative.
Change Order means a written document ordering a change in the Contract Price or Contract Time or a
material change in the Work. A change order must comply with the Contract Documents.
City means the City of Miami, Florida, a Florida municipal corporation. In all respects hereunder, City's
performance is pursuant to the City's capacity as Owner. In the event the City exercises its regulatory
authority as a governmental body, the exercise of such regulatory authority and the enforcement of any
rules, regulations, codes, laws and ordinances shall be deemed to have occurred pursuant to City's
authority as a governmental body and shall not be attributable in any manner to the City as a party to this
Contract. For the purposes of this Contract, "City" without modification shall mean the City Manager or
Director, as applicable.
City Commission means the legislative body of the City of Miami.
City Manager means the duly appointed chief administrative officer of the City of Miami.
Construction Change Directive means a written directive to effect changes to the Work, issued by the
Consultant or the Director that may affect the ITB Contract price or time.
Construction Engineering Inspection (CEI) means an individual or an organization (assigned by the
Director of OCI) responsible in assisting the City's Project and Construction Managers in Contract
administration, site inspections, material sampling and Project close-out.
Construction Manager (CM) means the individual or organization assigned by the Director of OCI whose
duties include reviewing Project documents during the design phase and managing the construction phase
that include, but not limited to, directing and coordinating construction activities associated with the Project.
Construction Schedule means a critical path schedule or other construction schedule, as defined and
required by the Contract Documents.
Consultant means a firm that has entered into a separate agreement with the City for the provision of
design/engineering services for the Project; and if applicable, means the Architect or Engineer of Record
contracted by the City to prepare the plans and specifications for the Project. Consultant may also be
referred to as Architect or Engineer of Record.
Contract means the Invitation to Bid (ITB) solicitation and the bid documents that have been executed by
the Bidder and the City subsequent to approval of award by the City.
Contract Documents means the Contract as may be amended from time to time, the plans and drawing,
all addenda, clarifications, directives, change orders, payments and other such documents issued under
or relating to the Project.
Contractor means the person, firm, or corporation with whom the City has contracted, and who will be
responsible for the acceptable performance of any Work and for the payment of all legal debts pertaining
to any Work issued under this Contract through the award of an ITB.
Cure means the action taken by the Contractor promptly after receipt of written notice from the City of a
breach of the Contract Documents which shall be performed at no cost to the City, to repair, replace,
correct, or remedy all material, equipment, or other elements of the Work or the Contract Documents
Dinner Key North Mooring Facility 4 ITB No, 18-19-009
affected by such breach, or to otherwise make good and eliminate such breach, including, without
limitation, repairing, replacing or correcting any portion of the Work or the Project site(s) disturbed in
performing such cure.
Cure Period means the period of time in which the Contractor is required to remedy deficiencies in the
Work or compliance with the Contract Documents after receipt of written Notice to Cure from the City
identifying the deficiencies and the time to Cure.
Department means or refers to the City of Miami's Office of Capital Improvements ("OCI") formerly known
as Capital Improvements and Transportation Program ("CITP").
Design Documents means the construction plans and specifications included as part of a bid prepared
by the Consultant for this Project under a separate Agreement with the City.
Director means the Director of the Office of Capital Improvements or designee, who has the authority and
responsibility for managing the Project under this Agreement.
Drawings means the graphic and pictorial portions of the Work, which serve to show the design, location
and dimensions of the Work to be performed, including, without limitation, all notes, schedules and legends
on such Drawings.
Engineer of Record (EOR) also referred to as Consultant, a designation reserved, by law, for a person or
qualified engineering firm or organization qualified and licensed in the State of Florida to conduct
professional engineering services.
Field Directive means a written approval for the Contractor to proceed with Work requested by the City
or the Consultant, which is minor in nature and should not involve additional cost.
Final Completion means the date subsequent to the date of Substantial Completion at which time the
Construction Manager has completed all the Work in accordance with the Agreement as certified by the
Architect or Engineer of Record or the City and submitted all documentation required by the Contract
Documents.
Guaranteed Maximum Cost aka Guaranteed Maximum Price means the sum established by these
Contract Documents as the maximum cost to the City of performing the specified Work on the basis of the
cost of labor and materials plus overhead expenses, reimbursable expenses, and profit.
Inspector means an authorized representative of the City assigned to make necessary inspections of
materials furnished, and of the Work performed, by Contractor.
Local Workforce Participation Requirements mean the requirements set forth in § 18-89 of the City
Code that (unless determined inapplicable or exempted by the City Manager pursuant to this Code Section)
which Contractor must employ on -site labor from persons who reside within the City of Miami municipal
boundaries (e.g., city limits).
Materials mean goods or equipment incorporated in a Project, or used or consumed in the performance
of the Work.
Notice of Award means the letter written to the Contractor by the City, notifying the Contractor that they
have been awarded the Contract.
Notice to Proceed means a written letter or directive issued by the Director acknowledging that all
conditions precedent have been met and directing that the Contractor may begin Work on the Project.
Physical Construction Labor Work means the completed construction services required by the Contract
Documents, completed through the use of the Contractor's own employees and excluding all materials,
supplies, and equipment incorporated or to be incorporated in such construction.
Plans and/or Drawings means the official graphic representations of a Project.
Project or Work as used herein refers to all reasonably necessary and inferable construction and services
required by the Contract Documents whether completed or partially completed, and includes all other labor,
materials, equipment and services provided or to be provided by the Contractor to fulfill the(its) obligations,
including completion of the construction in accordance with the Drawings and Specifications. The Work
may constitute the whole or a part of the Project.
Project Manager (PM) means the City employee (assigned by the Director) to manage the Project that
may include, but is not limited to coordination of design, procurement and construction activities; assigning
Dinner Key North Mooring Facility 5 ITB No. 18-19-009
management tasks to EOR, CM or CEI (hereby known as designee), establish lines of communication and
responsibilities to ensure that the Project is completed in a timely manner.
Qualifier means a person whose license is attached to the Contractor's company so that the Contractor
is currently able to legally do Work in the State of Florida. The Qualifier is fully responsible for the quality
of the Work that is performed by the Contractor.
Request for Information (RFI) means a request from the Bidder seeking an interpretation or clarification
relative to the ITB. The RFI, which shall be clearly marked RFI, shall clearly and concisely set forth the
issue(s) or item(s) requiring clarification or interpretation and why the response is needed. The RFI must
set forth the Bidder interpretation or understanding of the document(s) in question, along with the reason
for such understanding.
Risk Administrator means the City's Risk Management Administrator also known as the Director of the
Department of Risk Management, or the Director's authorized designee, or the individual named by the
City Manager to administer matters relating to insurance and risk of loss for the City.
Small Business Enterprise (SBE) means a construction related enterprise, including a design -build firm,
and any firm providing trades and/or services for the completion of a construction Project, as defined in
Section 10-33.02 of the Code of Miami -Dade County. SBE is additionally referenced in Section 18-89 of
the City Code and in these Contract Documents. SBE was formerly known as Community Small Business
Enterprise (CSBE).
Subcontractor means a person, firm or corporation having a direct Contract with Contractor including one
who furnishes material worked to a special design according to the Contract Documents but does not
include one who merely furnishes Materials not so worked.
Submittal means documents prepared and submitted by the Bidder.
Substantial Completion means that point at which the Work is at a level of completion in substantial
compliance with the Agreement such that the City can use, occupy, and/or operate the facility in all respects
to its intended purpose. Substantial Completion shall not be deemed to have occurred until any and all
governmental entities, which regulate or have jurisdiction over the Work, have inspected, and approved
the Work. Beneficial use or occupancy shall not be the sole determining factor in determining whether
Substantial Completion has been achieved, unless a temporary certificate of occupancy has been issued.
Dinner Key North Mooring Facility 6 ITB No. 18-19-009
SECTION 1
INSTRUCTIONS FOR SUBMISSION
1. Intention of City
It is the intention of the City to describe in this Invitation to Bid ("ITB") the Project to be completed in
accordance with all codes and regulations governing all the Work to be performed under this Project. Any
Work, materials or equipment that may reasonably be inferred from the Contract as being required to
produce the intended result, shall be supplied by Contractor whether or not specifically called for. Where
words have a well-known technical or trade meaning are used to describe Work, materials or equipment,
such words shall be interpreted in accordance with that meaning. Reference to standard specifications,
manuals, or codes of any technical society, organization or association, or to the laws or regulations of any
governmental authority, whether such reference be specific or by implication, shall mean the latest
standard specification, manual, code or laws or regulations in effect at the time of opening of bids and
Contractor shall comply therewith. City shall have no duties other than those duties and obligations
expressly set forth within the Contract Documents.
2. Scope of Work
The Work consists of furnishing all materials, labor, and equipment necessary for the construction of a
twenty-five (25) vessel mooring field offshore from Dinner Key Marina. The full Scope of Work is detailed
in the Contract Documents.
3. Location of the Project
Dinner Key Marina, 3400 Pan American Drive, Miami, FL 33133.
4. Performance of the Work
Contractor shall self -perform (complete) at least thirty percent (30%) of all Physical Construction Labor
Work for the negotiated construction cost of the entire Project utilizing its own employees. If the Work is
phased, the thirty percent (30%) requirement shall apply jointly and severally to each and every phase of
the Work. For the avoidance of doubt this means the thirty percent (30%) requirement shall apply to each
and every phase of the Work. The City reserves its right to require documentary confirmation of this
requirement. By submitting a bid, the Bidder certifies that it shall utilize its own employees to meet this
requirement. As part of the bid, the Bidder must include, fill out, and submit the form titled/named
"Questionnaire." Failure to complete and submit this form, or to meet this requirement, shall result in the
bid being deemed non -responsive. Where the City determines that Contractor is deemed as not meeting
this requirement during the performance of the Work, then the Contractor shall be in default of the Contract.
For the avoidance of doubt, the self -performance requirement shall apply separately to each phase of the
Work.
5. Examination of Contract Documents and Site
It is the responsibility of each Bidder, before submitting a bid to this Invitation to Bid (ITB), to:
a. Carefully review the ITB, including any addenda and notify the City of all conflicts, errors, or
discrepancies,
b. Visit the site(s) or structure(s) to become familiar with conditions that may affect costs, progress,
performance, and furnishing of the Work,
c. Take into account federal, state and local (City and Miami -Dade County including, without
limitation the City Charter and Code, the City Procurement and Zoning Ordinances, and Florida
Building Code) and any other applicable codes, laws, regulations, ordinances and rules that
may affect a Bidder's ability to perform the Work,
d. Study and carefully correlate Bidder's observations with the requirements of the ITB, and
e. Sign and return all required ITB forms as applicable.
Dinner Key North Mooring Facility 7 ITB No. 18-19-009
The submission of a bid to this solicitation shall constitute an incontrovertible representation by Bidder that
it shall comply with the requirements of the Contract Documents and that without exception, the response
is premised upon performing and furnishing Work required under the Contract Documents and that the
Contract Documents are sufficient in detail to indicate and convey understanding of all terms and
conditions for performance and furnishing of the Work.
6. Addenda
Only questions answered via written addenda issued by the City will be binding. Oral and other
interpretations or clarifications will be without legal binding effect and should not be relied upon in
preparation of a bid response. All questions about the meaning or intent of the Contract Documents are
to be directed to the City's Department of Procurement (Procurement) in writing, to the attention of Anthony
Hansen, Sr. Procurement Contracting Officer at amhansen(c�miamigov.com, with a copy to the Office of
the City Clerk at clerksmiamigov.com. Interpretations or clarifications considered necessary by
Procurement in response to such questions will be issued by the City by means of an Addendum. All
Addenda will be posted on the OCI webpage. Written questions must be received by the City, no later
than February 8, 2019 at 5:00 p.m. Late questions will not be considered.
7. Bid Submission
All bids must be received by the City of Miami, Office of the City Clerk, located at City Hall, First Floor,
3500 Pan American Drive, Miami, FL. 33133, before the time and date specified for bid opening, enclosed
in a sealed envelope and legibly marked on the outside:
BID No.: 18-19-009
PROJECT NAME: DINNER KEY NORTH MOORING FACILITY
Bidders must submit one (1) original, unbound bid package, and one (1) electronic bid package on a
CD or USB Drive in SEARCHABLE .pdf format. Failure to submit one (1) full set original may result in
the bid being deemed non -responsive.
8. Bid Guaranty
All bids shall be accompanied by either an original Bid Bond executed by a surety transacting business in
Florida meeting the requirements of the City, or by cash, money order, certified check, cashier's check,
Unconditional/Irrevocable Letter of Credit by a bank transacting banking business in Florida, Bid Bond
Voucher (for Projects totaling less than two hundred thousand dollars ($200,000) inclusive of all fees,
costs, and expenses) issued to City of Miami by certified check, treasurer's check, or bank draft of any
national or state bank (United States) (excluding personal checks), in the amount of five percent (5%) of
the total bid amount (payable to City), and conditioned upon Contractor executing the Contract and
providing the required Performance and Payment Bond and evidence of required insurance within fifteen
(15) calendar days after notification of award of the Contract. Please no personal checks. The time for
execution of the Contract and provision of the Performance and Payment Bond and Certificate(s) of
Insurance may be extended for a duration not exceeding thirty (30) calendar days by OCI at its sole and
absolute discretion. Bid Securities of the unsuccessful Bidders will be returned after award of Contract.
Security of the Contractor shall be forfeited to the City as liquidated damages and not as a penalty, for the
cost and expense incurred should said Contractor fail to execute the Contract and provide the required
Performance Bond and Payment Bond. Any form of Bid Guaranty shall be in a form acceptable to the
City's Risk Management Administrator and the City Attorney, as to legal form.
9. Preparation of Bid
All bids shall be made upon the blank City forms provided herein and herewith. The bid must be signed
and acknowledged by the Bidder, in accordance with the directions on the ITB. Failure to utilize the City's
forms, or fully complete said forms, may result in the bid being deemed non -responsive.
• The Bidder shall be considered non -responsive if its bid is conditioned on modifications,
changes, or revisions to the terms and conditions of the ITB.
Dinner Key North Mooring Facility 8 ITB No. 18-19-009
• The bid is to include the furnishing of all labor, materials, overhead expense and profit,
equipment including, but not limited to, tools, services, permit fees, applicable taxes, overhead,
and profit for the completion of the Work except as may be otherwise expressly provided in the
Contract Documents.
• Joint venture firms must complete and submit with the bid, the form titled "Information for
Determining Joint Venture Eligibility" (Form A) and submit a copy of the formal agreement
between all joint -venture parties. This joint venture agreement must indicate their respective
roles, responsibilities, and levels of participation for the Project. Failure to submit Form A, along
with an attached written copy of the joint venture agreement may result in disqualification of the
bid. All joint venture firms must meet the requirements stipulated in the Florida Statutes.
10. Pre -Bid Conference
A Voluntary Pre -Bid Conference will be held on February 1, 2019 at 10:00 a.m. (Local Time) at
the Dinner Key Marina, 3400 Pan American Drive, Conference Room No. 314, Miami, FL 33133, to
discuss this ITB. Since space is limited, it is recommended that one representative of each firm attend in
order to become familiar with the ITB. Attendees are requested to bring this ITB Package to the
conference.
11. Postponement of Bid Opening Date
The City reserves the right to postpone the date for receipt and opening of bid submissions and will make
a reasonable effort to give at least three (3) calendar days' notice, whenever practicable, of any such
postponement to prospective Bidders.
12. Acceptance or Rejection of Bids
The City reserves the right to reject any or all bids prior to award, to re -advertise for bids, and to not award
any Contract, in the reasonable discretion of the City.
The City reserves the right to waive any minor or non -material technicality, informality, variance, deviation,
mistake, omission, or the like up to or prior to award of the Contract.
Reasonable efforts will be made to either award the Contract or reject all bids within ninety (90) calendar
days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the price before the
expiration of one hundred eighty (180) calendar days from the date of bid opening. A Bidder may withdraw
its bid after the expiration of one hundred eighty (180) calendar days from the date of bid opening by
delivering written notice of withdrawal to the Department of Procurement prior to award of the Contract by
the City Commission.
13. Environmental Regulations
The City reserves the right to consider a Bidder's history of citations and/or violations of environmental or
similar laws, codes, and regulations (Regulations) in determining a Bidder's responsibility, and further
reserves the right to declare a Bidder not responsible if the history of violations warrant such determination
in the opinion of the City. Bidder shall submit with its bid, a complete history of all citations and/or violations,
notices and dispositions thereof. The non -submission of any such documentation shall be deemed an
affirmation by the Bidder that there are no citations or violations. Bidders shall notify the City immediately
of notice of any citation or violation, which Bidder may receive after the submittal opening date and during
performance of the Work under this Contract.
14. Bid Award
The City will issue the award of the Contract to the lowest responsive and responsible Bidder. The City
may require demonstration of competency and, at its sole and absolute discretion, may conduct site visits,
and require the Bidder to furnish documentation and/or require the Bidder to attend a meeting to determine
the Bidder's qualifications and ability to meet the terms and conditions of this Contract. The City shall
consider, but not be limited to, such factors as financial capability, labor force, equipment, knowledge, and
experience of the trade Work to be performed, the quantity of Work being performed, and past performance
on City Projects by the Bidder.
Dinner Key North Mooring Facility 9 ITB No. 18-19-009
The Bidder must be able to demonstrate a good record of performance and have sufficient financial
resources to ensure that it can satisfactorily provide the goods and/or services required herein.
The City, at its sole discretion, may determine a Bidder to be non -responsible where the Bidder has failed
to perform in accordance with other Contracts with the City, any City agency or instrumentality.
Any Bidder who, at the time of submission is involved in an ongoing bankruptcy as a debtor, or in a
reorganization, liquidation, or dissolution proceeding, or if a trustee or receiver has been appointed over
all or a substantial portion of the property of the Bidder under federal bankruptcy law or any state
insolvency, or who is indebted to the City, and City agency or instrumentality, may be declared non-
responsive.
Any Bidder who may have filed a lawsuit against the City, or where the City has filed a lawsuit related to
the Bidder and any City contract or won a court judgment against the Bidder, or if the Bidder is indebted
to the City, or if the Bidder fails to fully and completely disclose all material Facts OR TRUTHFULLY
ANSWER QUESTIONS OR REQUESTS FOR INFORMATION, may be declared non -responsive. City for
these purposes shall include any City agency or instrumentality.
15. Bid Protest
Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award
of a Contract may protest in writing to the Chief Procurement Officer, in accordance with the procedures
contained in Section 18-104, City Code "Resolution of Protested Solicitations and Awards," as amended,
of the City Code, Ordinance No. 12271 (the City of Miami Procurement Ordinance codified in Chapter 18,
Article III, Section 18-104, City Code) describing the protest procedures. Protests failing to meet all the
requirements for filing shall NOT be accepted. Failure of a party to timely file shall constitute a forfeiture
of such party's right to file a protest. NO EXCEPTIONS WILL BE MADE TO THIS REQUIREMENT.
16. Small - usiness Enterprise (SBE) Participation
on the OCI webpage.
a. The Contractor must assign a minimum of fifteen percent (15%) of the Contract value to a
respondent or to a construction related enterprise currently certified by Miami Dade County as
a Small Bucinec Enterprise (SBE) as set forth in Section 10 33.01 and Section 10 33.02 of the
Miami Dade County Codc;
b. Five percent (5%) of the -bid amount shall be retained by the City for the SBE requirements until
six (6) months of Contract completion shall result in the forfeiture of the retained amount to the
City. This five percent (5%) retainage is included within the tcn percent (10%) rctainagc
normally withheld by the City;
c. The Contractor shall retain the services of an independent third party to verify and certify
compliance with these requirements on a -quarterly basis in accordance with Section 18 89 of
performing the verification shall have a rni-nimum of two (2) years of prior profeseional
payroll, enforcement, or investigative environment. The cost for this verification shall be
included in the related Contract costs.
of certified SBE Contractors by trade: htt :J/wvwnr iar lade. ov/smallbusiness/certification lists.asp.
Dinner Key North Mooring Facility 10 ITB No. 18-19-009
17. Local Workforce Participation
a. Contractor must employ the following minimum percentage requirements for on site labor from
within Miami Dade County), for the duration of the Project:
1. Construction Contracts with a construction cost of up to two hundred fifty thousand
2. Construction Contracts with a construction-ee
($250,000) or more, but Icss than five hundred thousand dollars ($500,000) shall have
a minimum Local Workforce Participation requirement of ten percent (10%).
3. Construction Contracts with a construction cost of five hundred thousand dollar
($500,000) or more, but less than seven hundred fifty thousand dollars ($750,000) shall
/1. Construction Contracts with a construction cost of seven hundred fifty thousand dollars
Local Workforce Participation requirement of twenty percent (20%).
5. Construction Contracts with a construction cost of four million dollars ($1,000,000) or
more shall have a minimum Local Workforce Participation requirement of forty percent
(10%).
All Local Workforce Participation percentage requirerents ii-steel above shall be applied on the construction
verification by the OCI.
commission district where the Project is located.
c. Five percent (5%) of the bid amount shall be retained by the City for the local requirements until
being fulfilled within three (3) months of Contract completion. Failure to satisfactorily meet the
requirements shall result ira the fe-feiture of the retained amount to the City, this five percent
(5%) retainage is included within the ten percent (10%) retainage normally withheld by the City
and will comply with percentages specified in F.S. § 218.735.
d. The Contractor shall coordinate job fairs and hiring initiatives with the South Florida Workforce
million dollars ($2,000,000), the Contractor shall be required to hold one job fair within
the local community.
Contractor shall be required to hold two job fairs within the local community.
c. Bid and response documents to which a Local Workforce Participation requirement goal has
outlining how the goal- will be met, and containing the following information and elements
required by this section. The Contractor shall provide to the City, proof of adherence to the
City's Local Workforce Participation requirements within the past three (3) years, and the
Contractor's past compliance with these requirements. The Contractor's response must
include:
1. Contract number, name, and a brief description of Work;
Dinner Key North Mooring Facility 11 ITB No. 18-19-009
2. Total dollar value of the Contract;
3. Dates covering the term of the Contract;
/I. Percentage of Local Workforce Participation requirements met by the Contractor;
5. Breakdown of Iooal workforce i lead to of reg irem nts (nu mber of parsons broken
down by trade and category);
6. If the Contractor was unable to meet the Local Workforce Participation requirements,
attempt to meet these requirements;
7. If the Project was over one million dollars ($1,000,000) did the Contractor hold a job fair,
if yes, provide the date and location of the job fair(s), number of attendees;
8. Was a third party hired to verify and certify compliance with the Local Workforce
name and provide their current contact information;
9. Was the five percent (5%) retainage fee released to the Contractor by the City upon
Project completion; and
under the Contract currently en the Co#racter's pay-reH, er positions to be hired by the Contractor, who
reside within Miami Dade County. An updated plan shall be submitted to the City's Project Manager
person identified in the plan as meeting the Local Workforce Participation requirement goal is replaced,
the City may r quire the Contractor to immediately identify the replacement
f. The Contractor shall have a third party independently verify and certify compliance with theso
payroll, enforcement, or investigative environment. The cost for this verification and certification
unless:
1. The City Manager or designee Director deems the requirements unfeasible prior to
iecuance of the ITB document;
2. It is disallowed by federal or state law or grant requirements;
Please review City of Miami- Ordinance Ne. 1-2271, § 2, 8 22 02; Ord. No. 12654 , § 2, 2 10 05; Ord. No.
1 27 0, § 2, 3 9 06o Tlo. 132�75,, § 21 14 1 a nd. No. 13331, § 2, 7 26 1 Ord. No. 13332 , 7-
26 12; Ord. No. 13/193, § 2, 1 22 15 for a complete and thorough description of thc Local Workforce
copy of thc same.
Dinner Key North Mooring Facility 12 ITB No. 18-19-009
18. Responsible Wanes and Benefits
Pursuant to Sectien 18 120 of the City of Miami Procurement Code, entitled "Responsible Wage
Contractor and all of the Subcontractors to pay Miami Dade County Responsible Wages and Benefits
to all laborers and mechanics a -signed to the Project. Bidders shall incorporate into their bid the required
Responsible Wages and Benefits for 2019 Heavy Construction, which will be made public via addendum
issued by the City.
19. Cone of Silence
Pursuant to Section 18-74 of the City of Miami Procurement Code, a codification of Miami Ordinance No.
12271, a "Cone of Silence" is imposed upon this ITB after advertisement and terminates at the time the
City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence
prohibits any verbal communications regarding this ITB.
Any communication concerning this ITB must be submitted in writing to Procurement at
amhansenmiamiqov.com. Written communications may be in the form of e-mail or other written
communication, with a copy delivered to the Office of the City Clerk at clerks(a�miamigov.com. The delivery
to the City Clerk of a copy is required to avoid any violation of the "Cone of Silence."
This language is only an overview of the requirements of the Cone of Silence. Please review Section 18-
74 of the City's Procurement Code for a complete and thorough description of the Cone of Silence. Bidders
may also contact the Office of the City Clerk at (305) 250-5360, to obtain a copy.
20. Public Entity Crime
A person or affiliate who has been placed on the convicted Bidder list following a conviction for a public
entity crime may not submit a bid on a Contract to provide any goods or services to a public entity, may
not submit a Response on a Contract with a public entity for the construction or repair of a public building
or Public Works project, may not submit a Response on a lease of real property to a public entity, may not
be awarded or perform Work as a Contractor, supplier, Subcontractor, or Consultant under a Contract with
any public entity, and may not transact business with any public entity in excess of the threshold amount
provided in Section 287.017 of Florida Statutes for Category Two for a period of thirty-six (36) months from
the date of being placed on the convicted Bidder List.
21. Fraud and Misrepresentation
Any individual, corporation, or other entity that attempts to meet its contractual obligations with the City
through fraud, misrepresentation, or material misstatement, or omission of any material fact, may be
debarred for up to five (5) years in accordance with the applicable provisions of the City Code. The City
as a further sanction may terminate or cancel any other Contracts with such individual, corporation, or
entity. Such individual or entity shall be responsible for all direct or indirect costs associated with
termination or cancellation.
22. Collusion
Where two (2) or more related parties, as defined herein, each submit a bid to an ITB, such submissions
shall be presumed to be collusive. The foregoing presumption may be rebutted by the presentation of
evidence as to the extent of ownership, control, and management of such related parties in preparation
and submission under such ITB. Related parties shall mean employees, officers or the principals thereof
which have a direct or indirect ownership interest in another firm or in which a parent company or the
principals thereof of one Bidder have a direct or indirect ownership interest in another Bidder, for the same
Project. Bids found to be collusive, or related as provided above, shall be rejected.
23. Contractor in Arrears or Default
The Bidder represents and warrants that the Bidder is not in arrears to the City, City agency or
instrumentality, and is not a default as a Contractor, Vendor, Provider or whose default has not been fully
cured by the Bidder's surety or otherwise upon any obligation to the City. In addition, the Bidder warrants
that the Bidder has not been declared "not responsible" or "disqualified" by, suspended, or debarred from
doing business with any state or local government entity in the State of Florida, the Federal Government
Dinner Key North Mooring Facility 13 ITB No. 18-19-009
or any other State/local governmental entity in the United States of America, nor is there any proceeding
pending pertaining to the Bidder's responsibility or qualifications to receive public agreements. The Bidder
considers this warrant as stated in this Article to be a continual obligation and shall inform the City of any
change during the term of the Contract.
The City shall not consider and shall deem as non -responsible, bids submitted by Bidders where the City
has determined that the Bidder is in monetary arrears, or otherwise in debt or in default to the City, at the
time and date bids are due.
24. Cancellation of ITB
The City reserves the right to cancel, in whole or in part, any ITB when it is in the best interest of the City.
This determination will be at the discretion of the City and there will be no recourse from such cancellation.
Dinner Key North Mooring Facility 14 ITB No. 18-19-009
SECTION 2
ITB GENERAL TERMS AND CONDITIONS
1. Time is of the Essence
Contractor will promptly perform its duties under the Contract and will give the Work as much priority as is
necessary to cause the Work to be completed on a timely basis in accordance with the Contract
Documents. All Work shall be performed strictly (not substantially) within the time limitations necessary to
maintain the critical path and all deadlines established in the Contract Documents. Time is of the essence
in performance of the Work.
All dates and periods of time set forth in the Contract Documents, including those for the commencement,
prosecution, interim milestones, milestones, and completion of the Work, and for the delivery and
installation of materials and equipment, were included because of their importance to the City.
Contractor acknowledges and recognizes that the City is entitled to full and beneficial occupancy and use
of the completed Work following expiration of the Contract Time.
In agreeing to bear the risk of delays for completion of the Work except for extensions approved in
accordance with Article 71, "Excusable Delay, Non-Compensable," the Contractor understands that,
except and only to the extent provided otherwise in the Contract Documents, the occurrence of events of
delay within the Contractor's control, the Work shall not excuse the Contractor from its obligation to achieve
full completion of the Work within the Contract Documents Time, and shall not entitle the Contractor to an
adjustment. All parties under the control or Contract with the Contractor shall include but are not limited
to material persons and laborers.
The Contractor acknowledges that the City is purchasing the right to have the Contractor continuously
working at the Project site(s) for the full duration of the Project to ensure the timely completion of the Work.
2. Contract Term; Guaranteed Maximum Cost
The Contract shall commence upon issuance of the Notice of Proceed ("NTP"), which shall be issued
subsequent to the execution of the Contract by the City. The Contract shall terminate upon notice by the
City that the Contract has been closed -out after final completion or otherwise terminated by the City
pursuant to the terms and conditions herein set forth. The total bid amount shall be the Guaranteed
Maximum Cost ("GMC") of the Project, which means the maximum cost of the Work including labor,
materials, equipment, supplies, overhead expenses, and profit. The City will not be liable for payment of
any amount in excess of the GMC unless, the City Commission has approved a Project contingency or
has approved a prior amendment to the Contract) setting forth an additional amount due to Owner
requested changes or its equivalent. If the term Guaranteed Maximum Price ("GMP") is used in this
Agreement, it shall have the same definition as GMC, defined above.
3. Contract Price and Guaranteed Maximum Cost/Guaranteed Maximum Price
Contractor represents, warrants and guarantees to the City that Contractor shall completely, timely, and
properly perform the Work and all of its obligations under the Contract, in accordance therewith, for the
Contract Price to be agreed upon by the parties. This Contract Price shall constitute Guaranteed Maximum
Cost/Guaranteed Maximum Price to the Owner for performing the Work inclusive of labor, materials,
equipment, supplies, and any allowable overhead and profit. The Owner shall (absent a prior Amendment
with compelling cause approved as an Amendment to this Agreement) have no liability or obligation to pay
any amount in excess of the stated Contract Price and Contractor shall have no recourse in that respect
except to seek an Amendment to the Agreement. All costs in excess of the Contract Price shall be paid
solely by Contractor without reimbursement or additional compensation from Owner.
4. Notices
Whenever either party desires to give written notice unto the other relating to the Contract, such must be
addressed to the party for whom it is intended at the place last specified; and the place for giving of notice
shall remain such until it shall have been changed by written notice in compliance with the provisions of
this Article. Notice shall be deemed given on the date received or within three (3) calendar days of mailing,
if mailed through the United States Postal Service. Notice shall be deemed given on the date sent via e-
Dinner Key North Mooring Facility 15 ITB No. 18-19-009
mail or facsimile. Notice shall be deemed given via courier/delivery service upon the initial delivery date
by the courier/delivery service. For the present, the parties designate the following as the respective places
for giving of notice:
For City of Miami:
Emilio T. Gonzalez, Ph.D.
City Manager
City of Miami
444 SW 2nd Avenue - 10'h Floor
Miami, Florida 33130
ETGonzalez(a�miamigov.com
Annie Perez, CPPO
Director
Department of Procurement
City of Miami
444 S.W. 2nd Avenue - 6th Floor
Miami, Florida 33130
AnniePerez@miamigov.com
Victoria Mendez
City Attorney
City Attorney's Office
City of Miami
444 S.W. 2nd Avenue - 9'h Floor
Miami, Florida 33130
VMendez a(�miamigov.com
Daniel Rotenberg
Director
Department of Real Estate and Asset Management
City of Miami
444 S.W. 2nd Avenue — 3rd Floor
Miami, Florida 33130
DRotenberg@miamigov.com
For Contractor:
Full Name of Authorized Representative
Title of Authorized Representative
Company Name
Mailing Address
City, State, Zip Code
E-mail Address
During the Work, the Contractor shall maintain continuing communications with Consultant and the Project
Manager. The Contractor shall keep the City fully informed as to the progress of the Project at all times
through ongoing communications with the Project Manager.
The Contractor shall notify the Miami Police Department and Fire Department about the construction
schedule(s). The Contractor is required to obtain a current list of contact persons and phone numbers
from Andrew Schimmel at (305) 416-1457, or via email at aschimmel c(�miamigov.com, Andrew Schimmel
is the City of Miami's Project Manager for this Project.
Dinner Key North Mooring Facility 16 ITB No. 18-19-009
The Contractor must notify residents living within five hundred feet (500') of the Project in writing as least
one (1) week in advance prior to commencing Work in the general area. A copy of such notices will be
provided to the Project Manager.
5. Priority of Provisions
All Work shall be constructed in accordance with the latest edition of the City of Miami's Contract
Documents and Specifications, the City of Miami's Standards for design and construction, Miami -Dade
County's Standards Details, and the 2016 Edition of the Florida Department of Transportation
Specifications Road and Bridge Construction, as applicable.
If there is a conflict or inconsistency between any term, statement requirement, or provision of any exhibit
attached hereto, any document or events referred to herein, or any document incorporated into the
Contract Documents by reference and a term, statement, requirement, the specifications and plans
prepared by the Consultant, or provision of the Contract Documents the following order of precedence
shall apply:
In the event of conflicts in the Contract Documents, the priorities stated below shall govern:
• Revisions to the Contract shall govern over the Contract;
• The Contract Documents shall govern over the Contract; and
Addenda to an ITB shall govern over the ITB.
In the event of conflicts within the Contract Documents, the priorities stated below shall govern:
■ Scope of Work and Specifications shall govern over plans and drawings;
• Schedules, when identified as such shall govern over all other portions of the plans;
• Specific notes shall govern over all other notes, and all other portions of the plans, unless
specifically stated otherwise;
• Larger scale drawings shall govern over smaller scale drawings;
• Figured or numerical dimensions shall govern over dimensions obtained by scaling; and
■ Where provisions of codes, manufacturer's specifications or industry standards are in conflict,
the more restrictive or higher quality shall govern.
6. Indemnification
Contractor shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City,
its officers, agents, directors, and/or employees, and any involved City agencies and instrumentalities,
from all liabilities, damages, losses, judgements, expenses, fees, and costs, including, but not limited to,
reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or
omission, or intentional wrongful misconduct of or breach of this Contract by Contractor and persons
employed or utilized by Contractor in the performance of this Contract. Contractor shall further, hold the
City, its officials and employees, indemnify, save and hold harmless for, and defend (at its own cost), the
City its officials and/or employees against any civil actions, statutory actions, administrative or regulatory
proceedings, or similar claims, liabilities, injuries or damages (including court costs and reasonable
attorney's fees) arising or resulting from the permitted Work and/or failure to comply with applicable
contractual duties of the Contractor or codes, laws, rules, licenses, permits, and regulations in performance
of the work, even if it is alleged that the City, its officials, and/or employees were negligent. In the event
that any action or proceeding is brought against the City by reason of any such action, claim or demand,
the Contractor shall, upon written notice from the City, resist and defend such action or proceeding by
counsel satisfactory to the City. The Contractor expressly understands and agrees that any insurance
protection required by this Contract or otherwise provided by the Contractor shall in no way limit the
responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents,
agencies, and instrumentalities as herein provided.
The indemnification provided above shall obligate the Contractor to indemnify, hold harmless, and a duty
to defend, at its own expense, to and through trial, administrative, regulatory, appellate, supplemental,
mediation, arbitration, or bankruptcy proceeding, or to provide for such defense, at the City's option, any
and all claims of liability and all suits and actions of every name and description which may be brought
Dinner Key North Mooring Facility 17 ITB No. 18-19-009
against the City, whether performed by the Contractor, or persons employed, supervised, or utilized by
Contractor.
These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted
under the laws of the State of Florida, including without limitation and interpretation, which conforms to the
limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended.
Contractor shall require all sub -Contractor agreements to include a provision that each sub -Contractor will
indemnify, hold harmless and defend the City in substantially the same language as this Section. The
Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which
may result from any actions or omissions of the Contractor in which the City participated either through
review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions
by the Contractor or other acts of the Contractor, the City, in no way, assumes, or shares any responsibility
or liability of the Contractor or sub- Contractor under this Contract.
Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent
consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and
knowingly acknowledged by the Contractor.
7. Insurance
Without limiting any of the other obligations or liabilities of Contractor, Contractor shall provide, pay for,
and maintain in force until all of its Work to be performed under this Contract has been completed and
accepted by City (or for such duration as is otherwise specified hereinafter), the insurance coverage's set
forth herein.
I. Commercial Marine Liability (Primary and Non Contributory)
A. Limits of Liability
Bodily Injury and Property Damage Liability
Each Occurrence $1,000,000
General Aggregate Limit $2,000,000
Products/Completed Operations $1,000,000
Personal and Advertising Injury $1,000,000
B. Endorsements Required
City of Miami listed as additional insured
Contingent Liability & Contractual
Premises/Operations Liability
Primary Insurance Clause Endorsement
Explosion, Collapse and Underground Hazards
II. Business Automobile Liability
A. Limits of Liability
Bodily Injury and Property Damage Liability
Combined Single Limit
Any Auto, Owned, or Scheduled Autos
Including Hired, Borrowed or Non -Owned Autos
Any One Accident $1,000,000
B. Endorsements Required
City of Miami listed as an additional insured
III. Worker's Compensation
Limits of Liability
Statutory -State of Florida
Waiver of subrogation
USL&H Endorsement
Dinner Key North Mooring Facility 18 ITB No. 18-19-009
Employer's Liability
A. Limits of Liability
$1,000,000 for bodily injury caused by an accident, each accident
$1,000,000 for bodily injury caused by disease, each employee
$1,000,000 for bodily injury caused by disease, policy limit
IV. Vessel/Protection and Indemnity Liability (if applicable)
A. Limits of Liability
Each Occurrence/Aggregate Limit $1,000,000
Jones Act Included
City of Miami listed as additional insured
V. Umbrella Liability
A. Limits of Liability
Bodily Injury and Property Damage Liability
Each Occurrence $3,000,000
Aggregate $3,000,000
City of Miami listed as additional insured
Excess Follow form over all liability policies contained herein
VI. Builder's Risk/Installation Floater
Causes of Loss: All Risk of direct physical loss or damage
Valuation: Replacement Cost
Coverage extensions included as provided by carrier
City of Miami listed as additional insured/loss payee
VII. Payment and Performance Bond
Full value of the project. City of Miami listed as oblige.
VIII. Contractor's Professional Liability (if applicable)
Each Claim $1,000,000
Policy Aggregate $1,000,000
Retro Date Included
The above policies shall provide the City of Miami with written notice of cancellation in accordance with
policy provisions.
Companies authorized to do business in the State of Florida, with the following qualifications, shall issue
all insurance policies required above:
The Company must be rated no less than "A-" as to management, and no less than "Class V" as to Financial
Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New
Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification
by Risk Management prior to insurance approval.
The City reserves the right to request copies of all insurance policies associated with this agreement,
including any, and all applicable policy endorsements.
The above policies shall provide the City with written notice of cancellation or material change from the
insurer not less than thirty (30) calendar days prior to any such cancellation or material change. If the
initial insurance expires prior to the completion of the Work, renewal copies of policies shall be furnished
at least thirty (30) calendar days prior to the date of their expiration.
Contractor shall furnish to Procurement the Certificates of Insurance or endorsements evidencing the
insurance coverage specified above within fifteen (15) calendar days after notification of award of the
Contract. The required Certificates of Insurance shall name the types of policies provided, refer specifically
to this Contract, and state that such insurance is as required by this Contract.
Dinner Key North Mooring Facility 19 ITB No. 18-19-009
The official title of the Owner is the City of Miami, Florida. This official title shall be used in all insurance
documentation. The City shall be listed as an additional insured where applicable.
Companies authorized to do business in the State of Florida, with the following qualifications, shall issue
all insurance policies required above to the Contractor:
The company must be rated no less than "A-" as to management, and no less than "Class V" as to Financial
Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New
Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification
by Risk Management prior to insurance approval.
The Risk Administrator or their authorized designee reserves the right to require modifications, increases,
or changes in the required insurance requirements, coverage, deductibles or other insurance obligations
by providing a thirty (30) calendar day written notice to the Contractor in accordance with Section 2,
General Terms and Conditions, Article 4, "Notices." Contractor shall comply with such requests unless the
insurance coverage is not then readily available in the national market. An additive or deductive change
order will be issued to adjust the Contract value as necessary. For insurance bonding issues and
decisions, the City shall act through its Risk Administrator (unless otherwise stated).
8. Performance and Payment Bond
Where required by the Contract Documents or by Florida Statutes, the Contractor shall within fifteen (15)
calendar days of being notified of award, furnish a Performance/Payment Bond ("Bond") containing all the
provisions of the attached Performance/Payment forms.
Each Bond shall be in the amount of one hundred percent (100%) of the Contract value guaranteeing to
City the completion and performance of the Work covered in the Contract Documents, as well as full
payment of all suppliers, laborers, or Subcontractors employed pursuant to this Project. Each Bond shall
be with a surety, which is qualified pursuant to Article 9, "Qualification of Surety."
Each Bond shall continue in effect for one year after Final Completion and acceptance of the Work with
liability equal to one hundred percent (100%) of the Contract value, or an additional bond shall be
conditioned that Contractor will, upon notification by the City, correct any defective or faulty Work or
materials which appear within one year after Final Completion of the Project.
The City must be listed as an Obligee.
Pursuant to the requirements of Section 255.05(1), Florida Statutes, as amended from time to time,
Contractor shall ensure that the Bond(s) referenced above shall be recorded in the public records and
provide the City with evidence of such recording. Each bond shall substantially conform to the
requirements of Section 255.05, Florida Statutes, and will be in a form acceptable to the Risk Management
Administrator.
Alternate Form of Security: In lieu of a Performance/Payment Bond, Contractor may furnish alternate
forms of security, which may be in the form of cash, money order, certified check, cashier's check, or
unconditional letter of credit in the form attached. Such alternate forms of security shall be subject to the
prior approval of the City and for same purpose and shall be subject to the same conditions as those
applicable above and shall be held by the City for one year after completion and acceptance of the Work.
9. Qualification of Surety
Bid Bonds, Performance/Payment Bonds over Two Hundred Thousand Dollars ($200,000):
Each Bond must be executed by a surety company with a rating of (A-) and based on the Financial Size
Category of (VII). The surety company must be of recognized standing, authorized to do business in the
State of Florida as surety, having a resident agent in the State of Florida and having been in business with
a record of successful continuous operation for at least five (5) years.
Payment / Performance Bonds shall be in the amount of one hundred and ten percent (110%) of the Work
and shall be in substantially the form provided by Section 255.05, Florida Statutes.
The Surety shall hold a current certificate of authority as acceptable surety on federal bonds in accordance
with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond
Dinner Key North Mooring Facility 20 ITB No. 18-19-009
exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the Surety
shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by
coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September
1, 1978 (31 DFR Section 223.10, Section 223.111). Further, the Surety shall provide City with evidence
satisfactory to City, that such excess risk has been protected in an acceptable manner.
10. General Requirements
The employee(s) of the Contractor shall be considered to be at all times its employee(s), and not an
employee(s) or agent(s) of the City or any of its departments.
The Contractor shall, at all times, employ, maintain and assign to the performance of a Project a sufficient
number of competent and qualified professionals and other personnel to meet the requirements of the
Work to be performed. The Contractor shall adjust staffing levels or to replace any staff if so requested by
the Project Manager, should the Project Manager make a determination that said staffing is unacceptable
or that any individual is not performing in a manner consistent with the requirements for such a position.
The Contractor represents that its staff has the proper skills, training, background, knowledge, experience,
rights, authorizations, integrity, character, and licenses as necessary to perform the Work, in a competent
and professional manner.
The Contractor shall provide temporary facilities and controls necessary to perform the Work and to ensure
safe and proper access and use of the site by the City. Any such specific requirements will be included in
the Technical Specification portion of the ITB. The Contractor shall, at all times, cooperate with the City
and coordinate its respective Work efforts to most effectively and efficiently progress the performance of
the Work.
The City shall have full access to the Project site(s) at all times.
The Contractor shall be responsible for the good condition of the Work or materials until formal release
from his obligations under the terms of the Contract Documents. Contractor shall bear all losses resulting
to it on account of the amount or character of the Work, or the character of the ground, being different from
what he anticipated. The Contractor shall at all times conduct the Work in such manner and in such
sequence as will ensure the least practicable local interference. Contractor shall not open up Work to the
prejudice of Work already started, and the City may require the Contractor to finish a section on which
Work is in progress before Work is started on any additional section. Contractor is to take necessary
precautions and use caution when working in or around overhead transmission lines and underground
utilities.
The apparent silence of the Contract Documents as to any detail, or the apparent omission from them of
a detailed description concerning any Work to be done and materials to be furnished, shall be regarded as
meaning that only best practices are to prevail, and only materials and workmanship of the best quality are
to be used in the performance of the Work.
11. Method of Performing the Work
If the City reasonably determines the rate of progress of the Work is not such as to ensure its completion
within the designated completion time, or if, in the opinion of the City, the Contractor is not proceeding with
the Work diligently or expeditiously or is not performing all or any part of the Work according to the Project
schedule accepted by or determined by the City, the City shall have the right to order the Contractor to do
either or both of the following: (1) improve its work force; and/or (2) improve its performance in accordance
with the schedule to ensure completion of the Project within the specified time. The Contractor shall
immediately comply with such orders at no additional cost to the City. The City at its sole option may also
have Work performed by a third -party Contractor and deduct such cost from any monies due the
Contractor.
Where materials are transported in the performance of the Work, vehicles shall not be loaded beyond the
capacity recommended by the vehicle manufacturer or permitted by Federal, State or local law(s). When
it is necessary to cross curbing or sidewalks, protection against damage shall be provided by the Contractor
and any damaged curbing, grass areas, sidewalks or other areas shall be repaired at the expense of the
Contractor to the satisfaction of the City. Contractor is responsible for controlling dust and preventing it
Dinner Key North Mooring Facility 21 ITB No. 18-19-009
from becoming a public nuisance or causing off -site damage. Contractor shall take all necessary and
prudent measures to control dust.
The Contractor shall furnish to the City a complete listing of twenty-four (24) hour telephone numbers at
which responsible representatives of the Contractor and all of the Contractor's Subcontractors can be
reached should the need arise at any time.
12. Work Staging and Phasing
The Work to be performed shall be done in such a manner so as not to interfere with the normal City
operations of the Project site or facility. The manner in which the Work is performed shall be subject to
the approval of the City, who, if necessary, shall have the authority to require changes in the manner in
which the Work is performed. There shall be no obstruction of City services without the prior written
approval of the City. All requests for such interruption or obstruction must be given in writing to the City at
least twenty-four (24) hours in advance of the interruption of City operations.
The Contractor shall familiarize itself with normal City operations where the Work is to be performed so
that it can conduct the Work in the best possible manner to the complete satisfaction of the City. A staging
plan must be submitted to and approved by the City prior to the start of construction and issuance of the
Notice to Proceed. Such staging plan shall be revised and resubmitted as necessary during construction.
As noted above self -performance, local workforce participation, and all other similar requirements will apply
jointly and severally to each phase, stage, or incremental portion of the work.
13. Site Investigation and Representation
The Contractor acknowledges that it has satisfied itself as to the nature and location(s) of the Work under
the Contract Documents, the general and local conditions, particularly those bearing upon availability of
transportation, disposal, handling and storage of materials, availability of labor, water, electric power, and
roads, the conformation and conditions at the ground based on City provided reports, the type of equipment
and facilities needed preliminary to and during the performance of the Work and all other matters which
can in any way affect the Work or the cost thereof under the Contract Documents.
The Contractor further acknowledges that it has satisfied itself based on any geotechnical reports the City
may provide and inspection of the Project site(s) as to the character, quality, and quantity of surface and
subsurface materials to be encountered from inspecting the site and from evaluating information derived
from exploratory Work that may have been done by the City or included in this Contract Documents.
Contractor should examine the soil conditions at the Project site to determine if any special shoring,
sheeting, or other procedures are necessary to protect adjacent property during excavation of subsoil
materials or during filling of any area(s), or for any operation during the performance of the Work.
Any failure by the Contractor to acquaint itself with all the provided information and information obtained
by visiting the Project site(s) will not relieve Contractor from responsibility for properly estimating the
difficulty or cost thereof under the Contract Documents. In the event that the actual subsurface conditions
vary from the actual City provided reports the Contractor shall notify the City and this Contract Documents
amount may be adjusted up or down depending on the conditions.
14. Contractor to Check Plans, Specifications, and Data
Contractor shall verify all dimensions, quantities and details shown on the plans, specifications, or other
data received from the City as part of the Contract Documents, and shall notify the City of all errors,
omissions, and discrepancies found therein within three (3) calendar days of discovery. Contractor will not
be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished
by the City. Contractor shall not be liable for damages resulting from errors, omissions or discrepancies
in the Contract Documents unless Contractor recognized such error, omissions, or discrepancy and
knowingly failed to report it to the City.
15. Contractor's Responsibility for Damages and Accidents
Contractor shall accept full responsibility for Work against all losses or damages of whatever nature
sustained until Final Acceptance by City, and shall promptly repair or replace, at no additional cost to the
Dinner Key North Mooring Facility 22 ITB No. 18-19-009
City, and to the satisfaction of the Project Manager, any Work, materials, equipment, or supplies damaged,
lost, stolen, or destroyed from any cause whatsoever.
Lawn Areas: All lawn areas disturbed by construction shall be replaced with like kind to a condition similar
or equal to that existing before construction. Where sod is to be removed, it shall be carefully removed,
and the same re -sodded, or the area where sod has been removed shall be restored with new sod in the
manner described in the applicable section. Any fence, or part thereof, that is damaged or removed during
the course of the Work shall be replaced or repaired by the Contractor, and shall be left in as good of a
condition as before the starting of the Work.
Where fencing, walls, shrubbery, grass strips, or area must be removed or destroyed incident to the
construction operation, the Contractor shall, after completion of the Work, replace or restore to the original
condition all such destroyed or damaged landscaping and improvements.
16. Accidents
The Contractor shall provide such equipment and facilities as are necessary or required, in the case of
accidents, for first aid service to person who may be injured during the Project duration. The Contractor
shall also comply with the Occupational Safety Health Act ("OSHA") requirements as defined in the United
States Labor Code 29 Code of Federal Regulations ("CFR") 1926.50.
In addition, the Contractor must report immediately to the City every accident to persons or damage to
property, and shall furnish in writing full information, including testimony of witnesses regarding any and
all accidents.
17. Safety Precautions
Contractor shall be solely responsible for initiating, maintaining, and supervising all safety precautions and
programs in connection with the Work. Contractor shall take all necessary precautions for the safety of,
and shall provide the necessary protection to prevent damage, injury, or loss to:
• All employees on the Project site(s) and other persons who may be affected thereby;
• All the Work and all materials or equipment to be incorporated therein, whether in storage on
or off the Project site(s); and
• Other property at the Project site(s) or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures and utilities not designated for removal, relocation or
replacement in the course of construction.
Contractor shall designate a responsible member of its organization at the Project site(s) whose duty shall
be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise
designated in writing by Contractor to the City.
Contractor shall comply with all applicable laws, ordinances, rules, regulations, and orders of any public
body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or
loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor
shall notify owners of adjacent property and utilities when prosecution of the Work may affect them. All
damage, injury, or loss to any property caused directly or indirectly, in whole or in part, by Contractor, any
Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of
them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for the safety
and protection of the Work shall continue until such time as all the Work is completed and the City has
issued the Contractor a notice of Final Acceptance.
Contractor must adhere to the applicable environmental protection guidelines for the duration of a Project.
If hazardous waste materials are used, detected, or generated at any time, the Project Manager must be
immediately notified of each and every occurrence. The Contractor shall comply with all codes,
ordinances, rules, orders and other legal requirements of public authorities (including OSHA,
Environmental Protection Agency ("EPA"), Department of Environmental Resources Management
("DERM"), the City, Miami -Dade County, State of Florida, and Florida Building Code), which bear on the
performance of the Work. The Contractor shall take the responsibility to ensure that all Work is performed
using adequate safeguards, including but not limited to: proper safe rigging, safety nets, fencing,
scaffolding, barricades, chain link fencing, railings, barricades, steel plates, safety lights, and ladders that
Dinner Key North Mooring Facility 23 ITB No. 18-19-009
are necessary for the protection of its employees, as well as the public and City employees. All riggings
and scaffolding shall be constructed with good sound materials, of adequate dimensions for their intended
use, and substantially braced, tied or secured to ensure absolute safety for those required to use it, as well
as those in the vicinity. All riggings, scaffolding, platforms, equipment guards, trenching, shoring, ladders
and similar actions or equipment shall be OSHA approved, as applicable, and in accordance with all federal
state and local regulations.
All open trenches or holes shall be properly marked and barricaded to assure the safety of both vehicular
and pedestrian traffic. No open trenches or holes are to be left open during nighttime or non -working hours
without the prior written approval of the Project Manager. If an emergency condition should develop during
a Project, the Contractor must immediately notify the Project Manager of each and every occurrence. The
Contractor should also recommend any appropriate course(s) of action to the Project Manager.
18. Occupational Health and Safety
In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the
Florida Administrative Code ("FAC") delivered as a result of a Project must be accompanied by a Material
Safety Data Sheet (MSDS), which may be obtained from the manufacturer. The MSDS must include the
following information:
• The chemical name and the common name of the substance.
• The hazards or other risks in the use of the substance, including:
:• The potential for fire, explosion, corrosion, and reaction;
• The known acute and chronic health effects of risks from exposure, including the
medical conditions which are generally recognized as being aggravated by exposure to
the substance; and
• The primary routes of entry and symptoms of overexposure.
• The proper precautions, handling practices, necessary personal protective equipment, and other
safety precautions in the use of or exposure to the substances, including appropriate emergency
treatment in case of overexposure.
• The emergency procedure for spills, fire, disposal, and first aid.
• A description in lay terms of the known specific potential health risks posed by the substance
intended to alert any person reading this information.
• The year and month, if available, that the information was compiled and the name, address, and
emergency telephone number of the manufacturer responsible for preparing the information.
19. Labor and Materials
Unless otherwise provided herein, Contractor shall provide and pay for all materials, labor, water, tools,
equipment, supplies, light, power, internal communications, transportation and other facilities and services
necessary for the proper execution and completion of the Work, whether temporary or permanent and
whether or not incorporated or to be incorporated in the Work.
Contractor shall at all times enforce strict discipline and good order among its employees and
Subcontractors at the Project site(s) and shall not employ on the Project any unfit person or anyone not
skilled in the Work to which they are assigned.
20. Rules, Regulations, Laws, and Licenses
The Contractor shall comply with all laws, rules, regulations, permits, codes, public agency or similar
required consents and approvals relative to the provision of services, equipment, supplies and/or materials
specified in the Contract Documents, including without limitation those imposed by the federal, state,
county or city agencies having jurisdiction over the matter. The Contractor, its agents, Subcontractors,
and representatives shall be familiar with and comply with all federal, state, and local laws, rules,
regulations, and approvals that may affect the Work, goods, and/or services offered.
21. Consultant Services
The City, at its sole discretion, may hire a Consultant who shall serve as the City's Representative for the
Project to be performed under the Contract Documents. The Contract Documents will state that a City's
representative has been contracted with, for the management of the Work under the Contract Documents
Dinner Key North Mooring Facility 24 ITB No. 18-19-009
and who will be the lead point of contact, the Consultant or the Project Manager. Where a Consultant has
been identified, the Consultant and the Project Manager will have authority to act on behalf of the City to
the extent provided in the Contract Documents and as outlined in Article 24, "Authority of the Project
Manager."
On the basis of the on -site observations, the Consultant will keep the Project Manager informed of the
progress of the Work. In the capacity of interpreter, the Consultant will exercise the best efforts to ensure
faithful performance by both the Project Manager and the Contractor and will not show partiality to either.
The Project Manager will assist the Consultant in conducting inspections to determine the date or dates of
Substantial Completion and Final Acceptance and will receive and review written warranties and related
documents required by the Contract and the Contract Documents. The Consultant will be responsible for
receiving all documentation for review and acceptance. Upon acceptance, such documentation will be
forwarded to the Project Manager. The Project Manager in conjunction with the Consultant will approve
Schedules of Values, Project Schedules, Subcontractors, and invoices.
The City may contract for additional Consultant services, including but not limited to construction
examination and observation services. Such services are intended to be additional services and shall not
be construed to supplant or alter the role and responsibilities of the Consultant.
In case of the termination of employment of the Consultant, the City may, at its sole discretion, appoint
another Consultant, whose status under the Contract shall be as that of the terminated Consultant.
22. Project Management
Where a Contractor is awarded Work, the Contractor shall be responsible for all Project management,
including any and all subcontracts necessary to ensure that the Work is performed in accordance with the
Contract Documents.
Project Management shall include, but is not limited to: obtaining bids from Subcontractors and suppliers;
coordinating the securing of all permits; obtaining licenses and inspections; ensuring that Subcontractors
comply with all City requirements; performing the Work in accordance with the Contract Documents to the
satisfaction of the Project Manager; paying all Subcontractors; obtaining release of liens/claims fees; and
obtaining temporary and final Certificates of Occupancy or Completion.
23. Superintendence and Supervision
The orders of the City are given through the Consultant or the Project Manager, which instructions are to
be strictly and promptly followed in every case. Contractor shall keep on the Project during its progress, a
full-time, competent, English speaking superintendent, and any necessary assistants, all satisfactory to
the Project Manager. The superintendent shall not be replaced except with the written consent of the
Project Manager, unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in
Contractor's employ. The superintendent shall represent .Contractor, and all directions given to the
superintendent shall be as binding as if given to Contractor, and will be confirmed in writing by the Project
Manager upon the written request of Contractor. Contractor shall give efficient supervision to the Work,
using Contractor's best skills and attention. The Project Manager shall be provided telephone number(s)
for the superintendent, where the superintendent can be contacted during normal working hours as well
as after hours for emergencies.
On Projects in excess of thirty (30) calendar days, the Contractor's superintendent shall record, at a
minimum, the following information in a bound log: the day; date; weather conditions and how any weather
conditions affected progress of the Work; time of commencement of Work for the day; the Work being
performed; materials, labor, personnel, equipment and Subcontractors at the Project site(s); visitors to the
Project site, including regulatory representatives the City; any special or unusual conditions or occurrences
encountered; and the time of termination of Work for the day. All information shall be recorded in the daily
log in indelible ink. The daily log shall be kept on the Project site(s) and shall be available at all times for
inspection and copying by Project Manager and Consultant.
The Project Manager, Contractor, Construction Manager, CEI, and Consultant shall meet at least every
two (2) weeks or as otherwise determined by the Project Manager, during the course of the Work to review
Dinner Key North Mooring Facility 25 ITB No. 18-19-009
and agree upon the Work performed and outstanding issues. The Contractor shall publish, keep, and
distribute minutes and any comments thereto of each such meeting.
If Contractor, in the course of performing the Work, finds any discrepancy between the Contract
Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the
Plans, it shall be the Contractor's duty to immediately inform the City, in writing, and the City will promptly
review the same. Any Work done after such discovery, until authorized, will be done at Contractor's sole
risk.
Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto
and applying such skills and expertise as may be necessary to perform the Work in accordance with the
Contract Documents. Contractor shall be solely responsible for the means, methods, techniques,
sequences, and procedures of construction.
All Work, including trade Work shall be performed and supervised by persons properly licensed for the
Work being performed.
24. Authority of the Project Manager
The Director hereby authorizes the Project Manager designated in the Contract Documents to determine,
all questions of any nature whatsoever arising out of, under or in connection with, or in any way relating to
or on account of the Work, and questions as to the interpretation of the Work to be performed under this
Contract Documents.
The Contractor shall be bound by all determinations or orders of the Project Manager and shall promptly
respond to requests of the Project Manager, including the withdrawal or modification of any previous order,
and regardless of whether the Contractor agrees with the Project Manager's determination or requests.
Where requests are made orally, the Project Manager will follow up in writing, as soon thereafter as is
practicable.
The Project Manager shall have authority to act on behalf of the City to the extent provided by the Contract,
unless otherwise modified in writing by the City. All instructions to the Contractor shall be issued in writing,
and shall be issued. All instructions to the Contractor shall be issued through the Director or Project
Manager.
The Project Manager shall have access to the Project site(s) at all times. The Contractor shall provide
safe facilities for such access, so the Project Manager and Consultant may perform their functions under
the Contract. The Project Manager will make periodic visits to the Work site to become generally familiar
with the progress and quality of the Work, and to determine if the Work is proceeding in accordance with
the Contract Documents.
The Project Manager will not be responsible for construction means, methods, techniques, sequences, or
procedures, or for safety precautions and programs in connection with the Work and will not be responsible
for the Contractor's failure to carry out the Work in accordance with the Contract Documents.
The Project Manager will have authority to reject Work that does not conform to the Contract Documents.
Whenever, in his or her opinion, it is considered necessary or advisable to ensure the proper completion
of the Contract Documents the Project Manager and Consultant will have authority to require special
inspections or testing of the Work, whether or not such Work is fabricated, installed, or completed. Neither
the Project Manager's nor Consultant's authority to act under this paragraph, nor any decision made by
him in good faith either to exercise or not to exercise such authority, shall give rise to any duty or
responsibility of the Project Manager or Consultant to the Contractor, any Subcontractor, supplier or any
of their agents, employees, or any other person performing any of the Work.
All interpretations and recommendations of the Project Manager and Consultant shall be consistent with
the intent of the Contract Documents.
The Project Manager and Consultant will not be responsible for the acts or omissions of the Contractor,
any Subcontractor, or any of their agents or employees, or any other persons performing any of the Work.
Dinner Key North Mooring Facility 26 ITB No. 18-19-009
25. Inspection of Work
The Project Manager, Consultant, Construction Engineering Inspector (CEI), and other City
representatives shall at all times have access to the Work during normal work hours, and Contractor shall
provide proper facilities for such access and for inspecting, measuring, and testing.
Should the Contract Documents, Consultant, CEI, Project Manager's instructions, any laws, ordinances,
or any public authority require any of the Work to be specially tested or approved, Contractor shall give the
Project Manager timely notice of readiness of the Work for testing. If the testing or approval is to be made
by an authority other than City, timely notice shall be given of the date fixed for such testing. Testing shall
be made promptly, and, where practicable, at the source of supply. If any of the Work should be covered
up without approval or consent of the Project Manager, it must, if required by the Project Manager, be
uncovered for examination and properly restored at Contractor's expense.
Unless otherwise provided, the Contractor shall arrange for such tests, inspections, and approvals with the
City's testing laboratory or entity. The Contractor shall give the City and the Project Manager timely notice
of when and where tests and inspections are to be made so that the City or Project Manager may be
present for such procedures.
Re-examination of any of the Work may be ordered by the City, and if so ordered, the Work must be
uncovered by Contractor. If such Work is found to be in accordance with the Contract Documents, City
shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in
accordance with the Contract Documents, Contractor shall pay such cost.
The Contractor shall bear the cost of correcting destroyed or damaged construction, whether completed
or partially completed, of the City or separate Contractors caused by the Contractor's correction or removal
of Work that is not in accordance with the requirements of the Contract Documents.
Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of the Contract
Documents, or to delay the Work by failure to inspect the materials and Work with reasonable promptness,
without the written permission or instruction of the Project Manager.
The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or
the granting of any favor by the Contractor to any Inspector, directly or indirectly, is strictly prohibited, and
any such act on the part of the Contractor will constitute a breach of this Contract.
26. Taxes
Contractor shall pay all applicable sales, consumer, use and any other taxes, levies, assessments, and
impositions all other impositions required by law, rule, or regulation. Contractor is responsible for reviewing
the pertinent state statutes and local laws involving state taxes / impositions and complying with all
requirements.
27. Separate Contracts
Prior to the commencement of the Work, the City will notify the Contractor of all ongoing Projects or
Projects scheduled to commence during the Work that may require coordination. The Contractor shall be
responsible for coordinating the Work with any other Project to minimize any potential adverse impact.
Contractor shall not be entitled to any days of delay for failure to properly coordinate the Work. The Project
Manager will assist the Contractor in coordinating the Work; however, the sole responsibility for
coordination rests with the Contractor.
If any part of Contractor's Work depends for proper execution or results upon the Work of any other
persons, Contractor shall inspect and promptly report to the City any defects in such Work that render it
unsuitable for such proper execution and results. Contractor's failure to so inspect and report shall
constitute an acceptance of the other person's Work as fit and proper for the reception of Contractor's
Work, except as to defects that may develop in other Contractor's Work after the execution of Contractor's
Work. Contractor shall conduct its operations and take all reasonable steps to coordinate the prosecution
of the Work so as to create no interference or impact on any other Contractor on the site. Should such
interference or impact occur, Contractor shall be liable to the affected Contractor for the cost of such
interference or impact.
Dinner Key North Mooring Facility 27 ITB No. 18-19-009
To ensure the proper execution of subsequent Work, Contractor shall inspect the Work already in place
and shall at once report to the Project Manager any discrepancy between the executed Work and the
requirements of the Contract Documents.
28. Lands of Work
City shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be
performed, rights -of -way, and easements for access thereto and such other lands as are designated by
City for the use of Contractor.
Contractor shall provide, at Contractor's own expense and without liability to City, any additional land and
access thereto that may be required for temporary construction facilities, or for storage of materials.
Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of
such facilities.
29. Coordination of Work
The Project site(s) may be occupied and may operate as specified in Section 3, Supplemental Terms and
Conditions, Article 1, "Contract Time and Hours." Contractor shall ensure that the performance of the Work
does not impact any ongoing operations at Project site(s), which also includes the delivery of any materials
and equipment. Access to and egress from the Project site(s) shall be coordinated with the Project
Manager and the Consultant to minimize interference to regular and emergency operations of the facility.
Contractor may be required to coordinate the Work with other Contractors performing Work at the Project
site.
30. Differing Site Conditions
In the event that during the course of the Work Contractor encounters subsurface or concealed conditions
at the Project site(s) which differ materially from those shown in the Contract Documents and from those
ordinarily encountered and generally recognized as inherent in Work of the character called for in the
Contract Documents; or unknown physical conditions of the Project site(s), of an unusual nature, which
differ materially from that ordinarily encountered and generally recognized as inherent in Work of the
character called for in the Contract Documents, Contractor, without disturbing the conditions and before
performing any Work affected by such conditions, shall, within twenty-four (24) hours of their discovery,
notify the City in writing of the existence of the aforesaid conditions. The City shall, within two (2) business
days after receipt of Contractor's written notice, investigate the site conditions identified by Contractor. If,
in the sole opinion of the City, the conditions do materially so differ and cause an increase or decrease in
Contractor's cost of, or the time required for, the performance of any part of the Work, whether or not
charged as a result of the conditions, the City shall recommend an equitable adjustment to the Contract
Documents Price or Contract Documents Time, or both. If the City and Contractor cannot agree on an
adjustment in the Contract Price or Contract Time, the adjustment shall be referred to the Director for
determination. Should the Director determine that the conditions of the Project site(s) are not so materially
different to justify a change in the terms of the Contract Documents, the Director shall so notify the Project
Manager, Consultant, and Contractor in writing, stating the reasons, and such determination shall be final
and binding upon the parties hereto.
No request by Contractor for an equitable adjustment to the Contract Documents under this provision shall
be allowed unless Contractor has given written notice and otherwise fully documented altering site
conditions in strict accordance with the provisions of this Article. No request for an equitable adjustment
or change to the Contract price or Contract time for differing site conditions shall be allowed if made after
the date certified by the City as the date of substantial completion.
31. Existing Utilities
Known utilities and structures adjacent to or encountered in the Work will be shown on the Drawings. The
locations shown are taken from existing records and the best information available from existing plans and
utility investigations; however, it is expected that there may be some discrepancies and omissions in the
locations and quantities of utilities and structures shown. Those shown are for the convenience of the
Contractor only, and no responsibility is assumed by the City for their accuracy or completeness. No
request for additional compensation or Contract time resulting from encountering utilities not shown will be
Dinner Key North Mooring Facility 28 ITB No. 18-19-009
considered. The Contractor shall explore sufficiently ahead of the Work to allow time for any necessary
adjustments. The Contractor must coordinate all underground utility locations through "Sunshine State
One Call of Florida, Inc.," who shall be contacted a minimum of forty-eight (48) hours before the Contractor
commences any digging. The Contractor is responsible for removing all utility markings once the Work is
completed. Final payment to the Contractor may be withheld until the utility marks are removed.
32. Contractor's Responsibility for Utility Properties and Service
Where the Contractor's operations could cause damage or inconvenience to railway, telephone, fiber optic,
television, electrical power, oil, gas, water, sewer, or irrigation systems, the Contractor shall make all
arrangements necessary for the protection of these utilities and services or any other known utilities.
Notify all utility companies that are affected by the construction operation at least forty-eight (48) hours in
advance. Under no circumstance expose any utility without first obtaining permission from the appropriate
agency. Once permission has been granted, locate, expose, and provide temporary support for all existing
underground utilities and utility poles where necessary.
The Contractor and their Subcontractors shall be solely and directly responsible to the owner and operators
of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of
any character brought because of any injuries or damage that may result from the construction operations
under the Contract Documents.
Neither the City nor its officers or agents shall be responsible to the Contractor for damages as a result of
the Contractor's failure to protect utilities encountered in the Work.
In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of
accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with
said authority in restoration of service as promptly as possible and bear all costs of repair. In no event
shall interruption of any utility service be allowed unless granted by the owner of the utility.
In the event water service lines that interfere with trenching are encountered, the Contractor may, by
obtaining prior approval of the water utility, cut the service, dig through, and restore the service with similar
and equal materials at the Contractor's expense and as approved by the City.
Replace, with material approved by the City, at Contractor's expense, any and all other laterals, existing
utilities or structures removed or damaged during construction, unless otherwise provided for in the
Contract Documents and as approved by the City.
Replace, with material approved by the City, at Contractor's expense, any existing utilities damaged during
the Work.
33. Interfering Structures
An attempt has been made to show major structures on the furnished Drawings. While the information
has been compiled from the best available sources, its completeness and accuracy cannot be guaranteed,
and is presented as a guide. The Contractor shall field verify all locations. Contractor shall coordinate
with any affected companies, including utility companies and take necessary precautions to prevent
damage to existing structures whether on the surface, above ground, or underground, including have the
owner of the interfering structures place temporary supports.
34. Field Relocation
During the process of the Work, it is expected that minor relocations of the Work may be necessary. Such
relocations shall be made only by the direction of the Project Manager at the Contractor's expense. If
existing structures are encountered that will prevent construction as shown, the Contractor shall notify the
Project Manager before continuing with the Work in order that the City may make such field revisions as
necessary to avoid conflict with the existing structures. Where the Contractor fails to notify the Project
Manager when an existing structure is encountered, and proceeds with the Work despite this interference,
the Contractor does so at their own risk.
Dinner Key North Mooring Facility 29 ITB No. 18-19-009
35. Contractor's Use of Project Site(s)
Limitations may be placed on the Contractor's use of the Project site(s) and such limitations will be
identified by the Project Manager. In addition to such limitations, the Project Manager may make storage
available to the Contractor, at his sole discretion, based on availability of space. The Contractor shall also
coordinate and schedule deliveries so as to minimize disruptions to City day-to-day operations.
The Contractor shall limit its use of the Project site(s), so as to allow for the City's continuous operation.
This is necessary, as the Project site(s) may remain in operation during the Work.
■ The Contractor shall:
• Confine operations at the Project site(s) to the areas permitted by the Project Manager;
not disturb portions of the Project site(s) beyond the specified areas; conform to Project
site(s) rules and regulations affecting the Work.
Keep existing driveways and entrances serving surrounding facilities clear and available
to the City, its employees and the public at all times; not use areas for parking and/or
storage of materials except as authorized by the Project Manager.
• Assume all responsibility for its tools, equipment and materials, including any materials
purchased for the Work and not accepted by the City, and its vehicles while performing
Work for the City and/or while parked or stored at a City facility. The City assumes no
liability for damage or loss to the items specified in this paragraph.
Access to parking and egress from the Project site(s) shall be subject to the approval of the Project
Manager.
36. Warranty of Materials and Equipment
Contractor warrants to City that all materials and equipment furnished under the Contract Documents will
be new unless otherwise specified and that all of the Work will be of good quality, free from faults and
defects and in conformance with the Contract Documents and Contract/Documents.
All Work not conforming to these requirements, including substitutions not properly approved and
authorized, may be considered defective. If required by the City, Contractor shall furnish satisfactory
evidence as to the kind and quality of materials and equipment. This warranty is not limited by any other
provisions within the Contract Documents.
37. Material and Equipment Shipment, Handling, Storage and Protection
Preparation for Shipment: When practical, equipment shall be factory assembled. The equipment parts
and assemblies that are shipped unassembled shall be furnished with assembly plan and instructions. The
separate parts and assemblies shall be factory match -marked or tagged in a manner to facilitate assembly.
All assemblies are to be made by the Contractor at no additional cost to the City.
Generally, machined and unpainted parts subject to damage by the elements shall be protected with an
application of a strippable protective coating, or other approved protective method.
Equipment shall be packaged or crated in a manner that will provide protection from damage during
shipping, handling, and storage.
The outside of the package or crate shall be adequately marked or tagged to indicate its contents by name
and equipment number, if applicable; approximate weight; state any special precautions for handling; and
indicate the recommended requirements for storage prior to installation.
Packaging and Delivery of Spare Parts and Special Tools: Properly mark to identify the associated
equipment by name, equipment, and part number. Parts shall be packaged in a manner for protection
against damage from the elements during shipping, handling, and storage. Ship in boxes that are marked
to indicate the contents. Delivery of spare parts and special tools shall be made prior to the time associated
equipment is scheduled for the initial test run.
Shipment: All equipment and material shall be shipped with freight and shipping paid freight on board
(FOB) job site. The Contractor shall request a seven (7)-calendar day advance notice of shipment from
Dinner Key North Mooring Facility 30 ITB No. 18-19-009
manufacturers, and, upon receipt of such notice, provide the Engineer of Record with a copy of the current
delivery information concerning equipment items and material items of critical importance to the Project
schedule.
Receiving: The Contractor shall unload and record the receipt of all equipment and materials at the jobsite.
All costs for receiving, inspection, handling, storage, insurance, inventory control, and equipment
maintenance for the Contractor -Supplied and City -Supplied materials and equipment shall be included in
the prices bid and no extra compensation will be allowed.
Inspection: Immediately upon receipt of equipment and materials at the jobsite, the Contractor shall
inspect for completeness and any evidence of damage during shipment. City supplied equipment and
material shall be inspected and inventoried together with City's Inspector. Should there appear to be any
shortage or damage, the City shall be immediately notified; and the Contractor shall be fully responsible
for informing the manufacturers and the transportation company of the extent of the shortage or damage.
If the item or items require replacing or supplying missing parts, the Contractor shall take the necessary
measures to expedite the replacement or supply the missing parts.
Handling: Equipment and materials received for installation on the Project shall be handled in accordance
with the manufacturer's recommendations, and in a manner that will prevent damage.
Storage: Equipment and materials shall be stored prior to installation as recommended by the
manufacturer. Generally, materials such as pipe shall be stored off the ground in approved storage yards.
Items subject to damage by the elements, vandalism, or theft shall be stored in secure buildings. Items
requiring environmental control for protection shall be provided with the necessary environmentally
controlled storage facilities at no cost to the City.
Insurance: The Contractor's insurance shall adequately cover the value of materials delivered but not yet
incorporated into the Work.
Inventory Control: Equipment and materials shall be stored in a manner to provide easy access for
inspection and inventory control. The Contractor shall keep a running account of all materials in storage
to facilitate inspection and to estimate progress payments for materials delivered but not installed in the
Work.
Equipment's Maintenance Prior to Acceptance by the City: Provide the required or manufacturer's
recommended maintenance during storage, during the installation, and until such time as the City accepts
the equipment for full-time operation.
Salvage Equipment: Any salvageable pipe, fittings, or other miscellaneous material or equipment
removed during construction and not reused in the Work shall be cleaned, hauled, and stored by the
Contractor at his own expense, where directed by the City, and shall remain the property of the City. All
other material shall be disposed of by the Contractor at his own expense.
38. Manufacturer's Instructions
The Contractor shall:
Comply with manufacturer's requirements for the handling, delivery, and storage of all materials. Where
required by the Contract Documents, Contractor shall submit manufacturer's printed instructions for
delivery, storage, assembly, and installation.
Comply with the manufacturer's applicable instructions and recommendations for the performance of the
Work, to the extent that these instructions and recommendations are more explicit or more stringent than
requirements indicated in the Contract Documents including the Contract Documents.
Inspect each item of material or equipment immediately prior to installation and reject damaged and
defective items.
Provide attachment and connection devices and methods for securing the Work; secure Work true to line
plumb and level, and within recognized industry standards; allow for expansion and building movement;
provide uniform joint width in exposed Work; arrange joints in exposed Work to obtain the best visual effect
and refer questionable visual effect choices to the Consultant for final decision when applicable to the
Work.
Dinner Key North Mooring Facility 31 ITB No. 18-19-009
Recheck measurements and dimensions of the Work, as an integral step in starting each portion of the
Work.
Install each unit or section of Work during favorable weather conditions, which shall ensure the best
possible results in coordination with the entire Project and isolate each unit of Work from incompatible
Work as necessary to prevent potential interference among each section and/or deterioration of equipment.
Coordinate enclosure of the Work, which requires inspections and tests so as to minimize the necessity of
uncovering Work for that purpose.
When required by the Contract Documents or the manufacturer, a qualified representative shall be present
to observe field conditions, conditions of surface and installation, quality of workmanship, and applications.
Manufacturer's representative shall provide the Contractor and the City a written report of field
observations.
39. Manufacturer's Warranty
Contractor shall provide all manufacturers' warranties. All warranties, expressed and/or implied, shall be
made available to the City for material and equipment covered by this Contract Documents. All material
and equipment furnished shall be fully guaranteed by the Contractor against factory defects and
workmanship. At no expense to the City, the Contractor shall correct any and all apparent and latent
defects that may occur within the manufacturer's standard warranty. The Contract Documents may
supersede the manufacturer's standard warranty. Manufacturer's warranties will become effective upon
Final Acceptance of the Project.
40. Reference Standards
Reference to the standards of any technical society, organization, or body shall be construed to mean the
latest standard adopted and published at the date of request for qualifications, even though reference may
have been made to an earlier standard. Such reference is hereby made a part of the Contract Documents
the same as if herein repeated in full and in the event of any conflict between any of these standards and
those specified, the most stringent shall govern unless otherwise stated.
41. Submittals
Contractor shall check and approve all shop drawing, samples, product data, schedule of values, and any
and all other submittals to make sure they comply with the Contract Documents prior to submission to the
City.
Contractor by approving and submitting any submittals, represents that they have verified the accuracy of
the submittals, and they have verified all of the submittal information and documentation with the
requirements of the Contract Documents. At time of submission, the Contractor shall advise the City in
writing of any deviations from the Contract Documents. Failure of the Contractor to advise the City of any
deviations shall make the Contractor solely responsible for any costs incurred to correct, add, or modify
any portion of the Work to comply with the Contract Documents.
Each shop drawing submittal shall contain a title block containing the following information:
• Number and title of drawing, including Contract title and Number
■ Date of drawing and revisions
• Name of Contractor and Subcontractor (if any) submitting drawings
• Name of Project, Building or Facility
■ Specification Section title and number
■ Contractor's Stamp of approval, signed by the Contractor or his checker
• Space above the title block for Project Manager's or Consultant's action stamp
• Submittal or re -submittal number (whether first, second, third, etc.)
• Date of submittal
Contractor shall sign, in the proper block, each sheet of shop drawing and data and each sample label to
certify compliance with the requirements of the Contract Documents. Shop drawings submitted without
the stamp, signature shall be rejected, and it will be considered that the Contractor has not complied with
the requirements. of the Contract Documents. Contractor shall bear the risk of any delays that may occur
Dinner Key North Mooring Facility 32 ITB No. 18-19-009
because of such rejection. City shall not be liable for any materials, fabrication of products or Work
commenced that requires submittals until the City has returned approved submittals to the Contractor.
The City shall make every effort to review submittals within fourteen (14) calendar days from the date of
receipt by the City. The City's review shall only be for conformance with design concepts and the
information provided in the Contract Documents. The approval of a separate item shall not constitute
approval of an assembly in which the item functions. The City shall return the shop drawings to the
Contractor for their use and distribution. Acceptance of any submittal shall not relieve the Contractor of
any responsibility for any deviations from the requirements of the Contract Documents unless the
Contractor has given written notice to the City of the specific deviations and the Consultant have issued
written approval of such deviations.
By approving and submitting shop drawings, Product Data and Samples, the Contractor represents that
all materials, field measurements and field construction criteria related thereto have been verified, checked
and coordinated with the requirements of the Work and have been verified, checked and coordinated with
this Contract Documents.
Contractor shall be responsible for the distribution of all shop drawings, copies of product data and
samples, which bear the EOR's stamp of approval. Distribution shall include, but not be limited to; job site
file, record documents file, Subcontractor, suppliers, and other affected parties or entities that require the
information. The Contractor shall also provide copies of all plans approved and permitted by the required
governing authorities.
The Contractor shall not be relieved of responsibility for errors or omissions in any and all submittals by
the City's acceptance thereof. The Contractor warrants the adequacy for the purpose intended of any
shop drawings or portion of a shop drawing that alters, modifies, or adds to the requirements of the Contract
Documents. Nothing in the City's review of shop drawings, Submittals and Samples shall be construed as
authorizing additional Work or increased cost to the City.
Where a conflict exists between the submittal requirements of the General Terms and Conditions and the
Technical Specifications, the Technical Specifications shall prevail.
42. Shop Drawings
Contractor shall submit shop drawings as required by the Contract Documents. The purpose of the shop
drawings is to show, in detail, the suitability, efficiency, technique of manufacture, installation requirements,
details of the item, and evidence of its compliance or noncompliance with this Contract Documents.
Within five (5) calendar days after City's award of the Contract, Contractor shall submit to the City a
complete list and submittal log of items for which shop drawings are to be submitted and shall identify the
critical items and all submittal dates. Approval of this list by the City shall in no way relieve the Contractor
from submitting complete shop drawings and providing materials, equipment, etc., fully in accordance with
the Contract Documents. This procedure is required in order to expedite final approval of shop drawings.
After the approval of the list of items required in above, Contractor shall promptly request shop drawings
from the various manufacturers, fabricators, and suppliers.
Contractor shall thoroughly review and check the shop drawings and each and every copy shall show its
approval thereon.
Some shop drawings, as denoted either in the Contract Documents or by the Florida Building Code (Code)
or Florida Statute such as structural drawings, require that they be prepared by a licensed engineer. It is
the sole responsibility of the Contractor to ensure that the shop drawings meet all Code requirements.
In addition to all shop drawings required by the Contract Documents the Contractor must provide shop
drawings for; all drainage structures including catch basins, drainage pipe, ballast rock, and exfiltration
trench filter fabric. If the shop drawings show or indicate departures from the Contract Documents,
Contractor shall make specific mention thereof in its letter of transmittal. Failure to point out such
departures shall not relieve Contractor from its responsibility to comply with the Contract and Documents.
The City shall review and accept or reject with comments, shop drawings within fourteen (14) calendar
days from the date received. The City's approval of shop drawings will be general and shall not relieve
Dinner Key North Mooring Facility 33 ITB No. 18-19-009
Contractor of responsibility for the accuracy of such shop drawings, nor for the proper fitting and
construction of the Work, nor for the furnishing of materials or Work required by the Contract Documents
and not indicated on the shop drawings. No Work called for by shop drawings shall be performed until
said shop drawings have been approved by EOR. Approval shall not relieve Contractor from responsibility
for errors or omissions of any sort on the shop drawings.
No approval will be given to partial submittals of shop drawings for items, which interconnect and/or are
interdependent where necessary to evaluate the design properly. It is Contractor's responsibility to
assemble the shop drawings for all such interconnecting and/or interdependent items, check them and
then make one submittal to the City along with its comments as to compliance, noncompliance, or features
requiring special attention.
If catalog sheets or prints of manufacturers' standard drawings are submitted as shop drawings, any
additional information or changes on such drawings shall be typewritten or lettered in ink.
The minimum size for shop drawings shall be 11" X 17". Each shop drawing shall be clear, thoroughly
detailed and shall have listed on it all Contract Documents references, drawing number(s), specification
section number(s) and the shop drawing numbers of related Work. Shop drawings must be complete in
every detail, including location of the Work. Materials, gauges, methods of fastening and spacing of
fastenings, connections with other Work, cutting, fitting, drilling, and any and all other necessary
information per standard trade practices or as required for any specific purpose shall be shown.
Where professional calculations and/or certification of performance criteria of materials, systems, and or
equipment are required, EOR is entitled to rely upon the accuracy and completeness of such calculations
and certifications submitted by the Contractor. Calculations, when required, shall be submitted in a neat
clear and easy format to follow.
Contractor shall keep one (1) set of shop drawings marked with EOR's approval at the job site at all times.
43. Product Data
Contractor shall submit four (4) copies of product data, warranty information, and operating and
maintenance manuals. Each copy must be marked to identify applicable products, models, options and
other data. Contractor shall supplement manufacturer's standard data to provide information unique to the
Work.
Contractor shall only submit pages that are pertinent. Submittals shall be marked to identify pertinent
products, with references to the specifications and the Contract Documents. Identify reference standards,
performance characteristics and capacities, wiring and piping diagrams and controls, component parts,
finishes, dimensions and required clearances.
Contractor shall submit a draft of all product data, warranty information, and operating and maintenance
manuals at fifty percent (50%) completion of construction.
44. Samples
Contractor shall submit samples to illustrate the functional characteristics of the product(s). Submittals
shall be coordinated for different categories of interfacing Work. Contractor shall include identification on
each sample and provide full information.
45. Record Set
Contractor shall maintain in a safe place at the Project site(s) one (1) record copy and one (1) permit set
of the Contract Documents, including, but not limited to, all Drawings, Specifications, shop drawings,
amendments, Change Orders, RFIs, and Field Directives, as well as all written interpretations and
clarifications issued by the City, in good order and annotated to show all changes made during
construction.
The record documents shall be continuously updated by Contractor throughout the prosecution of the Work
to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting
from Change Orders, Construction Change Directives, and Field Directives as well as all written
interpretations and clarifications, and all concealed and buried installations of piping, conduit and utility
services. Contractor shall certify the accuracy of the updated record documents. As a condition precedent
Dinner Key North Mooring Facility 34 ITB No. 18-19-009
to City's obligation to pay Contractor, the Contractor shall provide evidence, satisfactory to the City, that
Contractor is fulfilling its obligation to update the record documents continuously. All buried items, outside
the Project site(s), shall be accurately located on the record documents as to depth and in relationship to
not less than two (2) permanent features (e.g. interior or exterior wall faces).
The record documents shall be clean, and all changes, corrections, and dimensions shall be given in a
neat and legible manner in red. The record documents shall be available to the City and the Consultant
for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to
final payment, the record documents shall be delivered to the City by the Contractor. The Record Set of
drawing shall be submitted in both hard copy and as electronic plot files.
46. Supplemental Drawings and Instructions
The City shall have the right to approve and issue supplemental instructions setting forth written orders,
instructions, or interpretations concerning the Contract Documents or its performance, provided such
Supplemental Instructions involve no change in the Contract Documents Price or this Contract Documents
Time.
The City shall have the right to modify the details of the plans and specifications, to supplement the plans
and specifications with additional plans, drawings, or additional information as the Work proceeds, all of
which shall be considered as part of the Contract Documents. In case of disagreement between the written
and graphic portions of the Contract Documents, the written portion shall govern.
47. Contractor Furnished Drawings
A Contract Documents may require the Contractor to furnish design, shop, and/or as -built drawings
depending on the nature and scope of the Work to be performed. The following applies to the different
types of drawings. The City shall, after review of the drawings, initial and mark the drawings in one of the
following manners:
1. ACCEPTED - No correction required.
2. PROCEED AS CORRECTED - Minor changes or corrections identified. Work can proceed subject
to re -submittal and acceptance of the drawings.
3. REVISE AND RESUBMIT - Significant changes or corrections are recommended. Submittal must
be revised and resubmitted for acceptance prior to Work proceeding.
4. REJECTED - Not in accordance with the Contract and/or Contract Documents due to excessive
changes or corrections or other justifiable reason. Drawings must be corrected and resubmitted
prior to any Work being performed.
Revisions required by the permitting jurisdiction must also be reviewed and accepted by the City prior to
resubmission to the permitting agency. Acceptance by the City shall not relieve the Contractor from
responsibility for errors and omissions in the drawings.
48. Substitutions
Whenever materials or equipment are specified or described in the Contract Documents by using the name
of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish
the type, function, and quality required. Unless the name is followed by words indicating that no
substitution is permitted, materials or equipment of other suppliers may be accepted by Consultant
sufficient information is submitted by Contractor to allow City and Consultant to determine that the material
or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of
material and equipment will not be accepted by the City from anyone other than Contractor.
If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make
application to the City for acceptance thereof, certifying that the proposed substitute shall perform
adequately the functions and achieve the results called for by the general design, be similar and of equal
substance to that specified and be suited to the same use as that specified. The application shall state
that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement
of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will
require a change in any of the Contract Documents to adapt the design to the proposed substitute and
whether or not incorporation or use by the substitute in connection with the Work is subject to payment of
Dinner Key North Mooring Facility 35 ITB No. 18-19-009
any license fee or royalty. All variations of the proposed substitute from that specified will be identified in
the application and available maintenance, repair and replacement service shall be indicated. The
application also shall contain an itemized estimate of all costs that will result directly or indirectly from
acceptance of such substitute, including costs for redesign and claims of other Contractors affected by the
resulting change, all of which shall be considered by the Consultant in evaluating the proposed substitute.
The City may require the Contractor to furnish at Contractor's expense additional data about the proposed
substitute.
If a specific means, method, technique, sequence or procedure of construction is indicated in or required
by Contract Documents, Contractor may furnish or utilize a substitute means, method, technique,
sequence or procedure of construction acceptable to the Consultant, if the Contractor submits sufficient
information to allow the FOR to determine that the substitute proposed is equivalent to that indicated or
required by the Contract Documents. The procedures for submission to and review by the Consultant shall
be the same as those provided herein for substitute materials and equipment.
The Consultant shall be allowed a reasonable time within which to evaluate each proposed substitute. The
City shall be the sole judges of the acceptability of any substitute. No substitute shall be ordered, installed
or utilized without the City's and the Consultant's prior written acceptance which shall be evidenced by
either a Change Order or an approved submittal. The City may require the Contractor to furnish at
Contractor's expense a special performance guarantee or other surety with respect to any substitute. If
the Consultant rejects the proposed substitute, at their discretion, the City may require the Contractor to
reimburse the City for the charges of the Consultant for evaluating the proposed substitute.
Contractor shall maintain sole liability and responsibility for ensuring that all substitutions and any required
design of such are in full compliance with and meet all the requirements of the Contract Documents.
49. City Furnished Drawings
The City, at its sole discretion, may furnish design drawings. It shall be the sole responsibility of the
Contractor to bring to the immediate attention of the City any discrepancies between the drawings and
existing conditions, excluding hidden or unforeseen conditions, discovered prior to commencing and during
the Work. The Contractor shall be solely responsible for verifying the accuracy of the drawings prior to
commencing the Work, and shall be responsible for any errors or revisions of the Work, which might have
been avoided by notifying the City prior to commencement. This shall also apply to any revisions or
omissions identified by the Contractor. The Contractor shall submit all requests for information entitled
Request for Information (RFI). The City shall respond to all RFI's in writing.
The Contractor shall have no basis for any claim for additional costs resulting from their failure to identify
any required revisions, omissions, and/or errors, not identified in writing to the City prior to commencing
the Work. The drawings are to be addressed as a complete set and should not be used in parts. Contractor
is responsible to coordinate the set of drawings with all trades to ensure that the Work will be performed
correctly and coordinated among the trades. Contractor shall not scale the drawings.
50. Interpretation of Drawings and Documents
Drawings and specifications are intended to be consistent, be mutually explanatory, and should be used
together and not separately. During the performance of the Project, should any errors, omissions, conflicts,
ambiguities or discrepancies be found in the drawings and/or specifications, the City will clarify in writing
the intent of the drawings and/or specifications and the Contractor agrees to abide by the City's
interpretation and perform the Work in accordance with the decision of the City. In such event, the
Contractor will be held to have included in its Contract Price the best materials suitable for the purpose
and/or methods of construction.
51. Product and Material Testing
All tests shall be performed by the Contractor, except where otherwise specifically stated in the Contract
Documents. All costs for testing performed by the Contractor shall be at the Contractor's expense. The
City may, in its sole and absolute discretion, test materials, and products at its own cost. However, should
such materials or products fail to pass the test and/or meet the requirements of the Contract Documents,
Dinner Key North Mooring Facility 36 ITB No. 18-19-009
the Contractor shall reimburse the City for the cost of such tests and repair or replace said materials or
products. In such instances, the City may deduct such cost from any payments pending to the Contractor.
52. Field Directives
The City may at times issue field directives to the Contractor based on visits to the Project site(s). Such
Field Directives shall be issued in writing and the Contractor shall be required to comply with the directive.
Where the Contractor believes that the directive is outside the scope of the Work, the Contractor shall,
within forty-eight (48) hours, notify the City that the Work is outside the scope of the Work. At that time,
the Field Directive may be rescinded, or the Contractor may be required to submit a request for a change
to the Contract. Where the Contractor is notified of the City's position that the Work is within the scope
and the Contractor disagrees, the Contractor shall notify the City that the Contractor reserves the right to
make a claim for the time and monies based on the Field Directive. At no time shall the Contractor refuse
to comply with the directive. Failure to comply with the directive may result in a determination that the
Contractor is in default of the Contract.
53. Changes in the Work or Contract Documents
Without invalidating the Contract Documents and without notice to any Surety, City reserves and shall
have the right, from time to time to make such increases, decreases or other changes in the character or
quantity of the Work under the Contract Documents as may be considered necessary or desirable to
complete fully and acceptably the proposed construction of a Project in a satisfactory manner. Any extra
or additional Work within the scope of the Project must be accomplished by means of appropriate Field
Orders and Supplemental Instructions or Change Orders.
Any changes to the terms of the Contract Documents must be contained in a written document, executed
by the parties hereto. This section shall not prohibit the issuance of Change Orders executed only by City.
54. Continuing the Work
Contractor shall carry on the Work and adhere to the progress schedule during all disputes or
disagreements with City, including disputes or disagreements concerning a request for a Change Order, a
request for a change in the Contract price or Contract time for completion. The Work shall not be delayed
or postponed pending resolution of any disputes or disagreements.
55. Change Orders
Changes in the quantity or character of the Work within the scope of the Project which are not properly the
subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the
Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and
issued in accordance with the provisions of the City.
In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract
Price or Contract Time, and a Change Order has not been issued, City reserves the right at its sole option
to either terminate the Contract as it applies to the items in question and make such arrangements as may
be deemed necessary to complete the disputed Work; or submit the matter in dispute to the Director as
set forth in Article 90, "Resolution of Disputes." During the pendency of the dispute, and upon receipt of a
Change Order approved by City, Contractor shall promptly proceed with the change in the Work involved
and advise the City and Director in writing within seven (7) calendar days of Contractor's agreement or
disagreement with the method, if any, provided in the Change Order for determining the proposed
adjustment in the Contract Price or Contract Time.
On approval of any Contract change increasing the Contract Price, Contractor shall ensure that the
performance bond and payment bond (if applicable) are increased so that each reflects the total Contract
Price as increased.
Under circumstances determined necessary by City, Change Orders may be issued unilaterally by City.
The City reserves the right to order changes which may result in additions to or reductions from the amount,
type, or value of the Work shown in the Contract and which are within the general scope of the Contract
Documents. Any such changes will be known as "Extra Work."
Dinner Key North Mooring Facility 37 ITB No. 18-19-009
No Extra Work shall be performed except pursuant to written orders of the City expressly and unmistakably
indicating his/her intention to treat the Work described therein as Extra Work. In the absence of such an
order, the City may direct, order or require the Contractor to perform any Work including that which the
Contractor deems to be Extra Work. The Contractor shall nevertheless comply and shall promptly and in
no event after, begin the performance thereof or incur cost attributable thereto and give written notice to
the City stating why the Contractor deems such Work (hereinafter "Disputed Work") to be Extra Work. Said
notice is for the purposes of (1) affording an opportunity to the Project Manager to cancel such order,
direction or requirements promptly; (2) affording an opportunity to the City to keep an accurate record of
materials, labor and other items involved; and (3) affording an opportunity to the City to take such action
as it may deem advisable in light of such disputed Work.
56. Change Order Procedure
Extra Work shall result in an equitable adjustment (increase or decrease) to the Contract representing the
reasonable cost or the reasonable financial savings related to the change in Work. Extra Work may also
result in an equitable adjustment in the Contract schedule, for performance of both the Extra Work and
any other Work affected by the Extra Work.
The City shall initiate the Extra Work procedure by a notice to Contractor outlining the proposed Extra
Work. Upon receipt of the notice to proceed with the Extra Work, the Contractor is required to start the
Extra Work immediately. The Contractor is required to obtain permission for an extension to start the Extra
Work if it is beyond the Contractor's ability to start within the allotted timeframe.
The Contractor is required to provide the Project Manager with a detailed Change Proposal Request, which
shall include requested revisions to the Contract, including but not limited to adjustments in this Contract
Price and Contract Time. The Contractor is required to provide sufficient data in support of the cost
proposal demonstrating its reasonableness. In furtherance of this obligation, the City may require that the
Contractor submit any or all of the following: a cost breakdown of material costs, labor costs, labor rates
by trade, and Work classification, and overhead rates in support of Contractor's Change Proposal Request.
The Contractor's Change Proposal Request must include any schedule revisions and an explanation of
the cost and schedule impact of the Extra Work on the Project. If the Contractor fails to notify the City of
the schedule changes associated with the Extra Work, it will be deemed an acknowledgment by Contractor
that the proposed Extra Work will not have any scheduling consequences. The Contractor agrees the
Change Proposal Request will in no event include a combined profit and overhead rate in excess of ten
percent (10%) of the direct labor and material costs, unless the City determines that the complexity and
risk of the Extra Work is such that an additional factor is appropriate. The Change Proposal Request may
be accepted or modified by negotiations between the Contractor and the City. If an agreement on the
Extra Work is reached, both parties shall execute the Extra Work order in writing via a Change Order. The
execution by the Contractor of the Change Order shall serve as a release of the City from all claims and
liability to the Contractor relating to, or in connection with, the Extra Work, including any impact, and any
prior acts, neglect or default of the City relating to the Extra Work.
Upon execution of a change order that affects the Contract Time, the Contractor shall, within five (5)
business days, submit a revised Project schedule reflecting the changes against the baseline schedule.
57. No Oral Changes
Except to the extent expressly set forth in the Contract, no change in or modification, termination or
discharge of the Contract or, in any form whatsoever, shall be valid or enforceable unless it is in writing
and signed by the parties charged, therewith or their duly authorized representative.
58. Value of Change Order Work
The value of any Work covered by a Change Proposal Request or of any claim for an increase or decrease
in the Contract Price shall be determined in one of the following ways:
• Where the Work involved is covered by unit prices contained in the Contract, by application of
unit prices to the quantities of items involved.
■ By mutual acceptance of a Contract unit price, which Contractor and Project Manager
acknowledge, contains a component for overhead and profit.
Dinner Key North Mooring Facility 38 ITB No. 18-19-009
• On the basis of the "Cost of Work," determined as provided in this, plus a Contractor's fee for
overhead and profit, which is determined as provided in this Article.
The term "Cost of Work" means the sum of all direct costs necessarily incurred and paid by
Contractor in the proper performance of the Work described in the Change Order. Except as
otherwise may be agreed to in writing by the City, such costs shall be in amounts no higher
than those prevailing in the locality of the Project, shall include only the following items and
shall not include any of the costs itemized in herein.
Payroll costs for employees in the direct employ of Contractor in the performance of the Work described
in the Change Proposal Request under schedules of job classifications agreed upon by the City. Payroll
costs for employees not employed full time on the Work covered by the Change Proposal Request shall
be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited
to, salaries and wages plus the cost of fringe benefits which shall include social security contributions,
unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement
benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such employees shall include
superintendents and foremen at the site. The expenses of performing the Work after regular working
hours, on Sunday or legal holidays shall be included in the above to the extent authorized by City.
Cost of all materials and equipment furnished and incorporated in the Work, including costs of
transportation and storage thereof, and manufacturers' field services required in connection therewith. All
cash discounts shall accrue to Contractor unless City deposits funds with Contractor with which to make
payments, in which case the cash discounts shall accrue to City. All trade discounts, rebates and refunds,
and all returns from sale of surplus materials and equipment shall accrue to City and Contractor shall make
provisions so that they may be obtained. Rentals of all construction equipment and machinery and the
parts thereof whether rented from Contractor or others in accordance with rental agreements approved by
City with the advice of Consultant and the costs of transportation, loading, unloading, installation,
dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any
such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work.
If required by the City, Contractor shall obtain competitive bids for the Change Order Work. Contractor
and shall deliver such competitive bids to the City who will determine which bids will be accepted. If the
Subcontractor is to be paid on the basis of cost of the Work plus a fee, the Subcontractor's cost of the
Work shall be determined in the same manner as Contractor's cost of the Work. All Subcontractors shall
be subject to the other provisions of the Contract Documents insofar as applicable.
The term "Cost of the Work" shall include any of the following:
• Cost of special Consultants, including, but not limited to, Consultants, architects, testing
laboratories, and surveyors employed for services specifically related to the performance of the
Work described in the Change Order.
• Supplemental costs including the following:
• The proportion of necessary transportation, travel, and subsistence expenses of Contractor's
employees incurred in discharge of duties connected with the Work except for local travel to
and from the site of the Work.
• Cost, including transportation and maintenance, of all materials, supplies, equipment,
machinery, appliances, office and temporary facilities at the site and hand tools not owned by
the workmen, which are consumed in the performance of the Work, and less market value of
such items used but not consumed which remains the property of Contractor.
• Sales, use, or similar taxes related to the Work, and for which Contractor is liable, imposed by
any governmental authority.
• Deposits lost for causes other than Contractor's negligence, royalty payments, and fees for
permits and licenses.
• The cost of utilities, fuel, and sanitary facilities at the site.
• Receipted minor expenses such as telegrams, long distance telephone calls, telephone service
at the site, expressage, and similar petty cash items in connection with the Work.
• Cost of premiums for additional bonds and insurance required because of changes in the Work.
The term "Cost of Work" shall not include any of the following:
Dinner Key North Mooring Facility 39 ITB No. 18-19-009
Payroll costs and other compensation of Contractor's officers, executives, principals (of
partnership and sole proprietorships), general managers, consultants, architects, estimators,
lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers,
clerks, and other personnel employed by Contractor whether at the site or in its principal or a
branch office, for general administration of the Work and not specifically included in the agreed -
upon schedule of job classifications, all of which are to be considered administrative costs
covered by Contractor's fee.
■ Expenses of Contractor's principal and branch offices other than Contractor's office at the site.
• Any part of Contractor's capital expenses, including interest on Contractor's capital employed
for the Work and charges against Contractor for delinquent payments.
• Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by
the Contract Documents to purchase and maintain the same, except for additional bonds and
insurance required because of changes in the Work.
• Costs due to the negligence or neglect of Contractor, any Subcontractors, or anyone directly or
indirectly employed by any of them or for whose acts any of them may be liable, including but
not limited to, the correction of defective Work, disposal of materials or equipment wrongly
supplied and making good any damage to property, or soft costs such as consultant costs, or
any costs not directly attributable to the work.
• Other overhead or general expense costs of any kind and the cost of any item not specifically
and expressly included in this Article.
Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows:
■ A mutually acceptable fixed fee or if none can be agreed upon;
• A fee based on the following percentages of the various portions of the cost of the Work;
• Where the Contractor self -performs the Work, Contractor's fee shall not exceed ten percent
(10%);
■ Where a Subcontractor performs the Work, Contractor's fee shall not exceed seven and one-
half percent (7.5%); and if a subcontract is on the basis of cost of the Work plus a fee, the
maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten
percent (10%);
• No fee shall be payable for special Consultants or supplemental costs; and
• No other markup or charge shall be allowed except as expressly provided above.
The amount of credit to be allowed by Contractor to City for any such change, which results in a net
decrease in cost, will be the amount of the actual net decrease. When both additions and credits are
involved in any one change, the combined overhead and profit shall be figured on the basis of the net
increase, if any, however, Contractor shall not be entitled to claim lost profits for any Work not performed.
Whenever the cost of any Work is to be determined pursuant to this Article, Contractor will submit in a form
acceptable to the City an itemized cost breakdown together with the supporting data.
Whenever a change in the Work is based on mutual acceptance of a lump sum, whether the amount is an
addition, credit or no change -in -cost, Contractor shall submit an initial cost estimate acceptable to the City.
• Breakdown shall list the quantities and unit prices for materials, labor, equipment and other
items of cost.
■ Whenever a change involves Contractor and one (1) or more Subcontractors, and the change
is an increase in the Contract Price, overhead and profit percentage for Contractor and each
Subcontractor shall be itemized separately.
• Each Change Order must state within the body of the Change Proposal Request whether it is
based upon unit price, negotiated lump sum, or "Cost of Work."
59. Extra Work Directive
If the parties fail to reach agreement with respect to the proposed Extra Work, or in case or extenuating
circumstances, the City may nevertheless issue a directive to the Contractor to do the proposed Extra
Work. Immediately upon receipt of the Extra Work Directive, the Contractor shall be obligated to proceed
with the Work set forth in that directive.
Dinner Key North Mooring Facility 40 ITB No. 18-19-009
Except as provided below, the Contractor shall be entitled to initiate a dispute pursuant to the Article 90,
"Resolution of Disputes," by furnishing a written statement to the Construction Manager within five (5)
calendar days of the Extra Work Directive, based upon any aspect, of such Extra Work which the
Contractor disputes. Such dispute must relate to specific matters raised or specific matters reserved by
the Contractor in its bid and have not been resolved prior to the issuance of the Extra Work Directive. The
written statement must set forth all details of the Contractor's claim including the manner that the disputed
item was specified in the Contractor's bid. During the pendency of any dispute hereunder, the Contractor
must proceed with Work as set forth in the Extra Work Directive unless otherwise advised by the Project
Manager's written instructions. In the event there is a dispute as to price, the Contractor will be paid in
accordance with the following paragraph. This payment(s) will be in full satisfaction of the Contractor's
claim for an adjustment to the value of the Contract.
Compensation for Extra Work in the event of the parties' inability to agree upon a mutually satisfactory
price shall be as follows:
■ No payment will be made to the Contractor for Extra Work in excess of "Actual and Necessary
Cost" which is to say time and materials plus a mark-up not to exceed ten percent (10%). This
will not vary, whether the Extra Work is performed by the Contractor or his Subcontractor. The
Project Manager must approve any exceptions.
"Actual and Necessary Net Cost" shall be deemed to include the actual and necessary cost of the Extra
Work for (i) labor, which includes wages, payroll deductions, if any, made by the Contractor as employer
pursuant to bona fide collective bargaining labor agreements applicable to the Work; (ii) contributions to
the State Unemployment Insurance Law, (Hi) excise taxes pursuant to Federal Social Security Act; (iv) any
increases in public liability and property damage insurance or performance and payment bonds occasioned
solely by the Extra Work, (v) the actual and necessary operating expenses (except the expense of supplies
and small tools not operated by mechanical or electrical power), power for such plant and a reasonable
rental for the same (including small power tools), as determined by the Construction Manager; and (vi) any
additional materials necessary for the performance of the Extra Work.
In case any Work or materials shall be required to be done or furnished under the provisions of this Article,
the Contractor shall at the end of each day furnish to the City such documentation as the City may require
supporting all the costs of the Extra Work. If payments on account are desired as the Extra Work
progresses, the Contractor shall render an itemized statement showing the total amount expended for
each class of labor and for each kind of material on account of each item of Work as a condition precedent
to the inclusion of such payment in a partial estimate. Upon the request of the City, the Contractor shall
produce for audit by the City, books, vouchers, collective bargaining labor agreements, records or other
documents showing the actual cost for labor and materials. Such documents shall not be binding on the
City. The Project Manager shall determine any questions or dispute as to the correct cost of such labor,
materials, or plant.
In case the Contractor is ordered to perform Work under this Article, which in the opinion of the Project
Manager, it is impracticable to have performed by the Contractor's own employees, the Contractor will,
subject to the approval of the Project Manager, be paid the actual cost to Contractor of such Work, and in
addition thereto five percent (5%) to cover the Contractor's superintendence, administration and other
overhead expenses.
Payment of any amount under this Article shall be subject to subsequent audit and approval, disapproval,
modification or revision by representatives of the City.
60. As -Built Drawings
During the Work, Contractor shall maintain records of all deviations from the Drawings and Specifications
as approved by the Project Manager and prepare two copies of As -Built Record Drawings showing
correctly and accurately all changes and deviations made during construction to reflect the Work as it was
actually constructed. It is the responsibility of the Contractor to check the As -Built Drawings for errors and
omissions prior to submittal to the City and certify in writing that the As -Built Drawings are correct and
accurate, including the actual location of all internal piping, electrical/signal conduits in or below the
concrete floor. Indicate the size, depth, and voltage in each conduit.
Dinner Key North Mooring Facility 41 ITB No. 18-19-009
Legibly mark to record actual construction: On -site structures and site Work as follows:
• Depths of various elements of foundation in relation to finish first floor datum.
• All underground piping and ductwork with elevations and dimensions and locations of valves,
pull boxes, etc.
• Changes in location: Horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements. Actual installed pipe material,
class, etc.
• Location of internal utilities and appurtenances concealed in the construction, referenced to
visible and accessible features of the structure. Air conditioning ducts with locations of
dampers, access doors, fans and other items needing periodic maintenance.
• Field changes in dimensions and details.
• Changes made by Project Manager's or Consultant's written instructions or by Change Order.
• Details not on original Contract Drawings.
• Equipment, conduit, and/or electrical panel locations.
• Project Manager's or Consultant's schedule changes according to Contractor's records and
shop drawings.
Specifications and Addenda, Legibly mark each section to record:
• Manufacturer, trade name, catalog number, and Supplier of each product and item of
equipment actually installed.
• Changes made by Project Manager's or Consultant's written instructions or by Change Order.
Approved Shop Drawings: Provide record copies for each process equipment, piping, electrical system
and instrumentation system. As -built documents shall be updated monthly as a condition precedent to
payment. For construction of new building, or building additions, field improvements, and or roadway
improvements as -built drawings signed and sealed by a Florida licensed Registered Land Surveyor.
In addition, for Projects that involve roadwork and drainage, Contractor shall provide complete as -built
information relative to location, size, and depth of new pipes, manholes, inlets, etc. Identify grading; include
locations of fittings, valves, fire hydrants, changing in pipe materials, water sampling points, thrust blocks,
benchmarks, etc. The information shall be accurately recorded by the Contractor and submitted (signed
and sealed by a Florida Certified P.L.S.) to the City of Miami prior final acceptance of the Work. All
recorded information on existing utility crossing encountered during construction, included but not limited
to pipes, inlets, manholes, etc., shall be recorded by a Florida Registered Surveyor and shown on the
record drawings.
The Project's as -built set of drawings shall Include GPS coordinates (X, Y, and Z) for all new and/or existing
vacuum cleaned drainage system openings (i.e., catch basins, inlets, manholes, etc.)
61. Worker's Identification
The Contractor's employees, who include any Subcontractor, shall wear an identification card provided by
the Contractor. The identification card shall bear the employee's picture, name, title, and name of the
employer. Failure by a Contractor's employee to wear such identification may result in his removal from
the Work until such time as the identification card is obtained and worn. Such removal shall not act as a
basis for the Contractor to submit a claim for an extension of time.
62. Removal of Unsatisfactory Personnel
The City may make written request to the Contractor for the prompt removal and replacement of any
personnel employed or retained by the Contractor, or any or Subcontractor engaged by the Contractor to
provide and perform services or Work pursuant to the requirements of the Contract Documents. The
Contractor shall respond to the City within seven (7) calendar days of receipt of such request with either
the removal and replacement of such personnel or written justification as to why that may not occur. The
City shall make the final determination as to the removal of unsatisfactory personnel from Work assigned
by City. The Contractor agrees that the removal of any of its employees does not require the termination
or demotion of employee(s).
Dinner Key North Mooring Facility 42 ITB No. 18-19-009
63. Substantial Completion, Punch List, and Final Completion
The Work shall be substantially complete when the City, in the reasonable exercise of their discretion
determines that the Work is complete, there are no material and/or substantial variations from the Contract
Documents, and the Work is fit for its intended purpose. Upon Substantial Completion, the City and the
Contractor shall sign the Substantial Completion Inspection Form. The signing of this form shall not relieve
the Contractor from its obligation to complete the Project.
When the Contractor believes that the Work is substantially complete, the Contractor shall request in
writing that the City inspect the Work to determine if Substantial Completion has been achieved. No
request for Substantial Completion inspection is to be submitted until the Contractor has obtained a
Certificate(s) of Occupancy, Certificate of Completion or Completion or a Temporary Certificate of
Occupancy or any other approvals from agencies having jurisdiction over the Work. The City shall
schedule the date, time for any inspection, and notify the Contractor and any other parties deemed
necessary. During this inspection, the Project Substantial Completion Inspection Form will be completed
as necessary. Any remaining Construction Work shall be identified on this form and shall be known as
Punch List Work. The Punch List shall be signed by the City and the Contractor, confirming that the Punch
List contains the item(s) necessary to complete the Work. The failure or refusal of the Contractor to sign
the Project Substantial Completion Inspection Form or Punch List shall not relieve the Contractor from
complying with the findings of the Project Substantial Completion Inspection and completing the Project to
the satisfaction of the City.
Where the Punch List is limited to minor omissions and defects, the City shall indicate that the Work is
substantially complete subject to completion of the Punch List. Where the City determines, on the
appropriate form that the Work is not substantially complete, the City shall provide a list of all open items
necessary to achieve Substantial Completion. Upon completion of such Work, the Contractor shall request
another Substantial Completion inspection.
The City and the Contractor shall agree on the time reasonably required to complete all remaining Work
included in the Punch List. Upon the receipt of all documentation, resolution of any outstanding issues
and issuance of final payment, the City shall notify the Contractor in writing of the closeout of the Project.
The City will prepare a Certificate of Substantial Completion in the form that shall establish the Date of
Substantial Completion. Once substantial completion is achieved, the City shall be responsible for
security, maintenance, heat, utilities, damage to the Project site, and insurance; and shall list all Work yet
to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure
to include any items of corrective Work on such list does not alter the responsibility of Contractor to
complete all of the Work in accordance with the Contract Documents. Warranties required by the Contract
Documents shall commence on the date of Final Acceptance completion of the Work or designated portion
thereof unless otherwise provided in the Contract Documents.
64. Acceptance and Final Payment
Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance,
the City shall, within ten (10) calendar days, make an inspection thereof. If the City finds the Work
acceptable, the requisite documents have been submitted and the requirements of the Contract
Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final
Certificate for Payment shall be issued by the City. Said Certificate shall state that the requirements of
the Contract Documents have been performed and the Work is ready for acceptance under the terms and
conditions thereof.
Before issuance of the Final Certificate for Payment, Contractor shall deliver to the City a final release of
all liens arising out of the Contract Documents, receipts in full in lieu thereof; an affidavit certifying that all
suppliers and Subcontractors have been paid in full and that all other indebtedness connected with the
Work has been paid, and a consent of the surety to final payment; the final corrected as -built drawings;
operations and maintenance data, and the final bill of materials, if required, and payment application.
Contractor shall deliver the written Contractor's and all Manufacturer's warranties prior to issuance of the
Final Certificate for Payment.
Dinner Key North Mooring Facility 43 ITB No. 18-19-009
If, after the Work has been substantially completed, full completion thereof is materially delayed through
no fault of Contractor, and the Project Manager so certifies, City shall, upon such certification of Consultant,
and without terminating the Contract Documents, make payment of the balance due for that portion of the
Work fully completed and accepted. Such payment shall be made under the terms and conditions
governing final payment, except that it shall not constitute a waiver of claims. The acceptance of final
payment shall constitute a waiver of all claims by Contractor, except those previously made in strict
accordance with the provisions of the Contract and identified by Contractor as unsettled at the time of the
application for final payment.
65. NPDES Requirements
Contractor shall comply with the State of Florida rules and regulations for the National Pollutant Discharge
Elimination System (NPDES) including but not limited to all permitting, Notices of Intent, and the Storm
Water Pollution Prevention Plan (SWPPP). All costs for NPDES and SWPPP shall be included in the bid
prices. For further information on compliance requirements for NPDES and SWPPP contact the City of
Miami Public Works Department at (305) 416-1200 or visit the State of Florida website at
http://www.dep.state.fl.us/water/stormwater/npdes/. Contractor is responsible for obtaining, completing,
and paying for any required NPDES application or permits that may be required.
66. Force Majeure
Should any failure to perform on the part of Contractor be due to a condition of force majeure as that term
is interpreted under Florida law, and then the City may allow an extension of time reasonably
commensurate with the cause of such failure to perform or cure.
If the Contractor is delayed in performing any obligation under the Contract Documents due to a force
majeure condition, the Contractor shall request a time extension from the City within two (2) business days
of said force majeure occurrence. Any time extension shall be subject to mutual agreement and shall not
be cause for any claim by the Contractor for extra compensation unless additional services are required.
Does Not Include inclement weather, except as permitted by Florida law, and may not include the acts or
omissions of Subcontractors.
67. Extension of Time
Any reference in this section to the Contractor shall be deemed to include suppliers, and permitted
Subcontractors, whether or not in privity of Contract with the Contractor for the purpose of this Article.
If the Contractor is delayed at any time during the progress of the Work beyond the Contract Time and/or
Notice to Proceed (NTP) by the neglect or failure of the City or by a Force Majeure, then the Contract Time
set forth in the Contract shall be extended by the City subject to the following conditions:
• The cause of the delay arises after issuance of the NTP and could not have been anticipated
by the Contractor by reasonable investigation before proceeding with the Work;
■ The Contractor demonstrates that the completion of the Work will be actually and necessarily
delayed; and
• The effect of such cause cannot be avoided or mitigated by the exercise of all reasonable
precautions, efforts and measures whether before or after the occurrence of the cause of delay.
Note: A delay meeting all the conditions of the above, shall be deemed an Excusable Delay.
The City reserves the right to rescind or shorten any extension previously granted if subsequently, the City
determines that any information provided by the Contractor in support of a request for an extension of time
was erroneous; provided however, that such information or facts, if known, would have resulted in a denial
of the request for an Excusable Delay. Notwithstanding the above, the City will not rescind or shorten any
extension previously granted if the Contractor acted in reliance upon the granting of such extension and
such extension was based on information which, although later found to have been erroneous, was
submitted in good faith by the Contractor.
The request for an Excusable Delay shall be made within ten (10) calendar days, except for Force Majeure
which must be requested within two (2) business days, after the time when the Contractor knows or should
have known of any cause for which it may claim an extension of time and shall provide any actual or
potential basis for an extension of time, identifying such causes and describing, as fully as practicable at
Dinner Key North Mooring Facility 44 ITB No. 18-19-009
that time, the nature and expected duration of the delay and its effect on the completion of that part of the
Work identified in the request. The City may require the Contractor to furnish such additional information
or documentation, as the Project Manager shall reasonably deem necessary or helpful in considering the
requested extension.
The Contractor shall not be entitled to an extension of time unless the Contractor affirmatively
demonstrates that it is entitled to such extension.
The Project Manager shall endeavor to review and respond to the Contractor's request for Excusable
Delays in a reasonable period of time; however, the Contractor shall be obligated to continue to perform
the Work required regardless of whether the Project Manager has issued a decision or whether the
Contractor agrees or disagrees with that decision.
With regard to an injunction, strike, or interference of public origin, which may delay the Project, the
Contractor shall promptly give the City a copy of the injunction or other orders and copies of the papers
upon which the same shall have been granted. The City shall be afforded the right to intervene and
become a party to any suit or proceeding in which any such injunction shall be obtained and move to
dissolve the same or otherwise, as the City may deem proper.
The permitting of the Contractor to proceed with the Work subsequent to the date specified in the Contract
(as such date may have been extended by a change order), the making of any payment to the Contractor,
the issuance of any Change Order, shall not waiver the City's rights under the Contract, including but not
limited to the assessment of liquidated damages or declaring Contractor in default.
68. Notification of Claim
Any claim for a change in the Contract Time or Contract Price shall be made by written notice by Contractor
to the City within ten (10) calendar days of the commencement of the event giving rise to the claim and
stating the general nature and cause of the claim. Thereafter, within twenty (20) calendar days of the
termination of the event giving rise to the claim, written notice of the extent of the claim with supporting
information and documentation shall be provided unless the City allows an additional period of time to
ascertain more accurate data in support of the claim and such notice shall be accompanied by Contractor's
written notarized statement that the adjustment claimed is the entire adjustment to which the Contractor
has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the
Contract Time or Contract Price shall be determined by the City in accordance with Article 70, "No
Damages for Delay," if City and Contractor cannot otherwise agree. It is expressly and specifically agreed
that any and all claims for changes to the Contract time or Contract price shall be waived if not submitted
in strict accordance with the requirements of this Article.
The Contract time will be extended in an amount equal to time lost on critical Work items due to delays
beyond the control of and through no fault or negligence of Contractor if a claim is made therefore as
provided in this Article. Such delays shall include, but not be limited to, acts or neglect by any separate
Contractor employed by City, fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts
of God.
69. Extension of Time not Cumulative
In case the Contractor shall be delayed for any period of time by two or more of the causes mentioned in
Article 71, "Excusable Delay, Non-Compensable," the Contractor shall not be entitled to a separate
extension for each one of the causes; only one (1) period of extension shall be granted for the delay.
70. No Damages for Delav
No claim for damages or any claim, other than for an extension of time, shall be made or asserted against
City by reason of any delays except as provided herein. Contractor shall not be entitled to an increase in
the Contract price or payment or compensation of any kind from City for direct, indirect, consequential,
impact or other costs, expenses or damages, including but not limited to costs of acceleration or
inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever,
whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or
unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude
recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference
Dinner Key North Mooring Facility 45 ITB No. 18-19-009
on the part of City. Otherwise, Contractor shall be entitled only to extensions of the Contract Time for
completion of the Work as the sole and exclusive remedy for such resulting delay, in accordance with and
to the extent specifically provided above. THERE WILL BE NO EXCEPTIONS.
Except as may be otherwise specifically provided for in the Contract Documents, the Contractor agrees to
make no claim for damages for delay of any kind in the performance of the Contract Documents whether
occasioned by any act or omission of the City or any of its representatives (whether it is an Excusable
Delay or otherwise) and the Contractor agrees that any such claim shall be compensated solely by an
extension of time to complete performance of the Work. In this regard, the Contractor alone hereby
specifically assumes the risk of such delays, including without limitation: delays in processing or approving
shop drawings, samples or other submittals or the failure to render determinations, approvals, replies,
inspections or tests of the Work, in a timely manner. Contractor shall not receive monetary compensation
for City delay. Time extensions may be authorized, in writing, by the City in certain situations.
71. Excusable Delay, Non-Compensable
Excusable Delay is (i) caused by circumstances beyond the control of Contractor, its Subcontractors,
suppliers and vendors, agents and representatives, and is also caused by circumstances beyond the
control of the City or Consultant, or (ii) is caused jointly or concurrently by Contractor or its Subcontractors,
suppliers or vendors or agents and representatives and by the City or Consultant. Then Contractor shall
be entitled only to a time extension and no compensation for the delay.
Contractor is entitled to a time extension of the Contract time for each day the Work is delayed due to
Excusable Delay. Contractor shall document its claim for any time extension as provided in Article 68,
"Notification of Claim," hereof.
Failure of Contractor to comply with Article 68, "Notification of Claim" hereof as to any particular event of
delay shall be deemed conclusively to constitute a waiver, abandonment, or relinquishment of any and all
claims resulting from that particular event of delay.
72. Lines and Grades
The Contractor shall, at its own expense, establish all working and construction lines and grades as
required from the Project control points set by the City, and shall be solely responsible for the accuracy
thereof. All Work along the entire Project shall be located and constructed using the roadway base/center
line as reference. All elevations shown therein are in feet.
73. Defective Work
Project Manager shall have the authority to reject or disapprove Work that Project Manager finds to be
defective. If required by the City, Contractor shall promptly either correct all defective Work or remove
such defective Work and replace it with Work in conformity with the Contract Documents. Contractor shall
bear all direct, indirect, and consequential costs of such removal or corrections including cost of testing
laboratories and personnel.
Should Contractor fail or refuse to remove or correct any defective Work or to make any necessary repairs
in accordance with the requirements of the Contract Documents within the time indicated in writing by the
City, City shall have the authority to cause the defective Work to be removed or corrected, or make such
repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such
removals, corrections or repairs, shall be paid for out of any monies due or which may become due to
Contractor, or may be charged against the Performance Bond. In the event of failure of Contractor to make
all necessary repairs promptly and fully, City may declare Contractor in default.
If, within one (1) year after the date of Substantial Completion or such longer period of time as may be
prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any
specific provision of the Contract, any of the Work is found to be defective or not in accordance with the
Contract Documents, Contractor, after receipt of written notice from City, shall promptly correct such
defective or nonconforming Work within the time specified by City without cost to City, to do so. Nothing
contained herein shall be construed to establish a period of limitation with respect to any other obligation
that Contractor might have under the Contract Documents including but not limited to any claim regarding
latent defects.
Dinner Key North Mooring Facility 46 ITB No. 18-19-009
Failure to reject any defective Work or material shall not in any way prevent later rejection when such
defect is discovered, or obligate City to final acceptance.
74. Acceptance of Defective or Non -Conforming Work
The City, in its sole discretion, may elect in writing to accept defective or non -conforming Work instead of
requiring its removal and correction. In such instances, a Change Order will be issued to reflect an
appropriate reduction in the Contract sum, or, if the amount is determined after final payment, any
difference in the amount shall be paid to the City by the Contractor.
75. Uncovering Finished Work
The Project Manager's, Inspector's, and/or Consultant's right to make inspections shall include the right to
order the Contractor to uncover or take down portions of finished Work. The City shall notify the Contractor
in writing concerning all uncovered finished Work. Should the Work prove to be in accordance with the
Contract Documents, the uncovering, taking down, replacement, and/or restoration of the parts removed
will be treated as Extra Work for the purpose of computing additional compensation and an extension of
time. Should the Work examined prove unsatisfactory, such uncovering, taking down, replacing and
restoration shall be at the expense of the Contractor. Such expenses shall also include repayment to the
City for any and all expenses or costs incurred by it, including employee salaries or related cost, in
connection with such uncovering, taking down, replacing, and restoration at the Project site.
76. Correction of Work
The Contractor shall promptly correct all Work rejected by the Project Manager as defective or as failing
to conform to the Contract Documents, whether observed before or after Substantial Completion and
whether or not fabricated, installed or completed. The Contractor shall bear all cost of correcting such
rejected Work, including the cost of the City's additional services thereby made necessary.
The Contractor further agrees that after being notified in writing by the Project Manager of any Work not in
accordance with the requirements of the Contract Documents or any defects in the Work, the Contractor
will commence and prosecute with due diligence all Work necessary to fulfill the terms of the Contract and
to complete the Work within a reasonable period of time, as determined by the City, and in the event of
failure to so comply, the Contractor does hereby authorize the City to proceed to have such Work done at
the Contractor's expense and that the Contractor will pay the cost thereof upon demand. The City shall
be entitled to all costs, including reasonable attorneys' fees, necessarily incurred upon the Contractor's
refusal to pay the above costs. Notwithstanding the foregoing paragraph, in the event of an emergency
constituting an immediate hazard to the health or safety of personnel, property, or licensees, the City may
undertake, at the Contractor's expense, without prior notice, all Work necessary to correct such hazardous
condition when it was caused by Work of the Contractor not being in accordance with the requirements of
the Contract.
If, within one (1) year after the date of final completion of the Project or within such longer period(s) of time
as may be prescribed by law, by the Contract Documents, or by the terms of any applicable special
warranty required by the Contract Documents, any of the Work is found to be defective or not in accordance
with the Contract Documents, the Contractor shall correct it promptly after receipt of a written notice from
the City to do so. The City shall give such notice promptly after discovery of the condition.
All such defective or non -conforming Work shall be removed from the site if necessary and the Work shall
be corrected to comply with the Contract Documents without cost to the City.
77. Maintenance of Traffic and Public Streets
Scope of Work
The Contractor shall be responsible for the maintenance of public streets and traffic control necessary to
perform the Work under the Contract Documents. The cost of traffic control shall be included in the
Contractor's bid.
Regulations
As used herein, any reference to Miami -Dade County, its departments, or its published regulations, permits
and data, shall be synonymous and interchangeable with other recognized governing bodies over
Dinner Key North Mooring Facility 47 ITB No. 18-19-009
particular areas or streets, or their departments, published regulations (i.e., Manual of Uniform Traffic
Control Devices (MUTCD), Federal Department of Transportation (FDOT), Roadway and Bridge Standard
Index Drawing Book, permits or data. The Contractor shall abide by all applicable laws, regulations, and
codes thereof pertaining to Maintenance of Traffic (MOT) on public streets, detour of traffic, traffic control
and other provisions as may be required for this Project.
Maintenance of Traffic (MOT)
The Contractor shall be fully responsible for the MOT on public streets, detour of traffic (including furnishing
and maintaining regulatory and informative signs along the detour route), traffic control, and other
provisions, throughout the Project, as required by the Manual of Uniform Traffic Control Devices (MUTCD),
and FDOT Roadway and Bridge Standard Index drawing Book. Traffic shall be maintained according to
corresponding typical traffic control details as outlined in the previous noted standards. No Street shall be
completely blocked, nor blocked more than one-half at any time, keeping the other one-half open for traffic,
without specific approval.
If required by the Project Manager, Traffic Division, or FDOT or as otherwise authorized by the City, the
Contractor shall make arrangements for the employment of uniformed off -duty police officers to maintain
and regulate the flow of traffic through the Work area. The number of men required and the number of
hours on duty necessary for the maintenance and regulation of traffic flow shall be provided by the City of
Miami Police Department.
The Contractor shall provide all barricades with warning lights, necessary arrow boards, and signs, to warn
motorists of the Work throughout the Project. Adequate approved devices shall be erected and maintained
by the Contractor to detour traffic.
Excavated or other material stored adjacent to or partially upon a roadway pavement shall be adequately
marked for traffic safety at all times. The Contractor shall provide necessary access to all adjacent property
during construction.
The Contractor shall be responsible for the provision, installation, and maintenance of all MOT and safety
devices, in accordance with the Manual of Uniform Traffic Control Devices (MUTCD) and FDOT Roadway
and Bridge Standards index -drawing book. In addition, the Contractor shall be responsible for providing
the City with MOT plans for lane closures and/or detours for approval. These plans (sketches) shall be
produced, signed and sealed by a professional engineer registered in the State of Florida, employed by
the Contractor and certified under FDOT Procedure NPIL No. 625-010-010.
Where excavations are to be made in the vicinity of signalized intersections, attention is directed to the
fact that vehicle loop detectors may have been embedded in the pavement. Verify these locations by
inspecting the site of the Work and by contacting the Sunshine State One -Call Center (1-800-432-4770),
forty-eight (48) hours prior to any excavation. Any loop detector that is damaged, whether shown on the
Plans or not, shall be repaired or replaced to the satisfaction of the Miami Dade County Signs and Signal
Division (305) 592-3470.
Where applicable, the Contractor shall notify the Traffic Division twenty-four (24) hours in advance of the
construction date or forty-eight (48) hours in advance of construction within any signalized intersection.
Temporary pavement will be required over all cuts in pavement areas, and also where traffic is to be routed
over swale or median areas. When the temporary pavement for routing traffic is no longer necessary, it
shall be removed, and the swale or median areas restored to their previous condition.
Pavement markings damaged during construction shall be remarked, as required by the Traffic Division.
Maintenance of Traffic for Bypass Pumping
The Contractor shall take appropriate steps to ensure that all temporary pumps, piping and hoses are
protected from vehicular traffic and pedestrian traffic.
Lane Closures
Where construction of the Project shall involve lane closures public streets, the following shall apply:
Dinner Key North Mooring Facility 48 ITB No. 18-19-009
Lane closures require a Lane Closure Permit, obtained two (2) weeks prior to planned construction, with a
minimum forty-eight (48) hour prior notice to local police and emergency departments (some police
jurisdictions may require considerably more notice). Lane closures of a one day or less duration will
generally not be approved for major collector streets or for arterial streets during the hours of 7:00 A.M. to
9:00 A.M. and 4:00 P.M. to 6:00 P.M. weekdays.
78. Location and Damage to Existing Facilities, Equipment, or Utilities
As far as possible, all existing utility lines in the Project area(s) will be shown on the plans. However, City
does not guarantee that all lines are shown, or that the ones indicated are in their true location. It shall be
the Contractor's responsibility to field verify all underground and overhead utility lines or equipment
affecting or affected by the Project. No additional payment will be made to the Contractor because of
discrepancies in actual and plan location of utilities, and damages suffered as a result thereof.
The Contractor shall notify each utility company involved at least fourteen (14) calendar days prior to the
start of construction to arrange for positive underground location, relocation, or support of its utility where
that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains
or other utilities for the convenience of the Contractor shall be paid by the Contractor. All charges by utility
companies for temporary support of its utilities shall be paid for by the Contractor. All costs of permanent
utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional
payment will be made to the Contractor for utility relocations, whether or not said relocation is necessary
to avoid conflict with other lines.
The Contractor shall schedule the Work in such a manner that the Work is not delayed by the utility
providers relocating or supporting their utilities. The Contractor shall coordinate its activities with any and
all public and private utility providers occupying the right-of-way. No compensation will be paid to the
Contractor for any loss of time or delay.
All overhead, surface, or underground structures and utilities encountered are to be carefully protected
from injury or displacement. All damage to such structures is to be completely repaired within a reasonable
time; needless delay will not be tolerated. The City reserves the right to remedy such damage by ordering
outside parties to make such repairs at the expense of the Contractor. All such repairs made by the
Contractor are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced
or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling
79. Stop Work Order
The City may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part,
of the Work for a period of up to ninety (90) calendar days (or any lesser period), commencing no sooner
than the date the order is delivered to the Contractor, or the Stop Work Order may commence on a later
date as the parties may agree. Any such order shall be specifically identified as a "Stop Work Order"
issued pursuant to this paragraph. Within the period of ninety (90) calendar days (or the lesser period
specified) after a Stop Work Order is delivered to the Contractor, or within any extension to which the
parties have agreed, the City shall either:
• Cancel the Stop Work Order; or
• Terminate the Work covered by such order as provided in Article 89, "Termination for
Convenience."
If a Stop Work Order issued under this Article is canceled or the period of the order or any extension thereof
expires, the Contractor shall resume the Work without compensation to the Contractor for such suspension
other than extending the time for Substantial Completion to the extent that, in the opinion of the City, the
Contractor may have been delayed by such suspension. In the event the City determines that the
suspension of Work was necessary due to Contractor's defective or incorrect Work, unsafe Work
conditions caused by the Contractor or any other reason caused by Contractor's fault or omission, the
Contractor shall not be entitled to an extension of time as a result of the issuance of a Stop Work Order.
Dinner Key North Mooring Facility 49 ITB No. 18-19-009
80. Hurricane Preparedness
During such periods of time as are designated by the United States Weather Bureau as being a hurricane
warning, the Contractor, at no cost to the City, shall take all precautions necessary to secure the Project
site in response to all threatened storm events, regardless of whether the City has given notice of same.
Compliance with any specific hurricane warning or alert precautions will not constitute additional Work.
Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has
directed such suspension, will entitle the Contractor to additional Contract time as non-compensable,
excusable delay, and shall not give rise to a claim for compensable delay.
81. Use of Completed Portions
City shall have the right, at its sole option, to take possession of and use any completed or partially
completed portions of the Project. Such possession and use shall not be deemed an acceptance or
beneficial use or occupancy of any of the Work not completed in accordance with the Contract Documents.
If such possession and use increases the cost of or delays the Work, Contractor shall be entitled to
reasonable extra compensation, or reasonable extension of time or both, as determined by the City.
In the event City takes possession of any completed or partially completed portions of the Project, the
following shall occur:
• City shall give notice to Contractor in writing at least thirty (30) calendar days prior to City's
intended occupancy of a designated area.
■ Contractor shall complete to the point of Substantial Completion the designated area and
request inspection and issuance of a Certificate of Substantial Completion from the City.
• Upon the City's issuance of a Certificate of Substantial Completion, City will assume full
responsibility for maintenance, utilities, subsequent damages of City and public, adjustment of
insurance coverage, and start of warranty for the occupied area.
• Contractor shall complete all items noted on the Certificate of Substantial Completion within the
time specified by the City on the Certificate of Substantial Completion, as specified in the Punch
List and request final inspection and final acceptance of the portion of the Work occupied. Upon
completion of final inspection and receipt of an application for final payment, City shall issue a
Certificate of Final Payment relative to the occupied area.
■ If City finds it necessary to occupy or use a portion or portions of the Work prior to Substantial
Completion thereof, such occupancy or use shall not commence prior to a time mutually agreed
upon by City and Contractor and to which the insurance company or companies providing the
property insurance have consented by endorsement to the policy or policies. Insurance on the
unoccupied or unused portion or portions shall not be canceled or lapsed on account of such
partial occupancy or use. Consent of Contractor and of the insurance company or companies
to such occupancy or use shall not be unreasonably withheld.
82. Cleaning Up; City's Right to Clean Up
Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused
by its operations. No fill or clearing stockpiles to remain on site for more than twenty-four (24) hours. At
the completion of a Project, Contractor shall remove all its waste materials and rubbish from and about the
Project as well as its tools, construction equipment, machinery and surplus materials. If Contractor fails to
clean up during the prosecution of the Work or at the completion of the Work, City may do so, and the cost
thereof shall be charged to Contractor. If a dispute arises between Contractor and separate contractors
as to their responsibility for cleaning up, City may clean up and charge the cost thereof to the contractors
responsible therefore as the City shall determine to be just. All combustible waste materials shall be
removed from the Project at the end of each day. Cleaning operations should be controlled to limit dust
and other particles adhering to existing surfaces.
Dinner Key North Mooring Facility 50 ITB No. 18-19-009
83. Removal of Equipment
In case of termination of this Contract before completion for any cause whatsoever, Contractor, if notified
to do so by the City, shall promptly remove any part or all of Contractor's equipment and supplies from the
property of City. If the Contractor does not comply with City's order, the City shall have the right to remove
such equipment and supplies at the expense of Contractor.
84. Set -offs, Withholdings, and Deductions
The City may set-off, deduct, or withhold from any payment due the Contractor, such sums as may be
specifically allowed in the Contract or by applicable law including, without limitation, the following:
• Any amount of any claim by a third party;
• Any Liquidated Damages; and/or
• Any unpaid legally enforceable debt owed by the Contractor to the City.
The City shall notify the Contractor in writing of any such withholdings. Any withholding, which is ultimately
held to have been wrongful, shall be paid to the Contractor in accordance with the Local Government
Prompt Payment Act.
85. Event of Default
An event of default shall mean a breach of the Contract or by the Contractor. Without limiting the generality
of the foregoing and in addition to those instances referred to herein as a breach, an Event of Default, shall
include but not limited to, any one (1) or more of the following:
• The Contractor has not performed the Work in a timely manner;
• The Contractor has refused or failed, except in case for which an extension of time is provided,
to supply properly skilled staff or provided sufficient quantities of staff to perform the Work;
• The Contractor has failed to make prompt payment to Subcontractors or suppliers for any
services or materials they have provided;
• The Contractor has become insolvent or has assigned the proceeds received for the benefit of
the Contractor's creditors, or the Contractor has taken advantage of any insolvency statute or
debtor/creditor law or if the Contractor's affairs have been put in the hands of a receiver;
• The Contractor has failed to obtain the approval of the City where required by the Contract;
• The Contractor has failed in the representation of any warranties stated herein;
• The Contractor has been debarred in the State of Florida or been placed on the convicted
vendors list under Section 287.133, Florida Statutes;
• The Contractor has breached a material term or provision of the Contractor Documents and
has not timely cured the breach;
• When, in the opinion of the City, reasonable grounds for uncertainty exist with respect to the
Contractor's ability to perform the Work, the City shall notify the Contractor in writing that it
must, within the time frame set forth in the City's request, provide adequate assurances and a
plan of action to the City, in writing, of the Contractor's ability to perform in accordance with the
terms of the Contract Documents. In the event that the Contractor fails to provide to the City
the requested assurances within the prescribed time frame, the City may:
•: Treat such failure as a repudiation of the Contract and/or;
• Resort to any remedy for breach provided herein or by law, including but not limited to,
taking over the performance of the Work or any part thereof either by itself or through
others.
• In the event the City may, at its sole discretion, terminate the Contract for default, the City or its
designated representatives may immediately take possession of all applicable documentation
and data.
Where the City erroneously terminates the Contract or for default, the terminations shall be
converted to a Termination for Convenience, and the Contractor shall have no further recourse
of any nature for wrongful termination.
Dinner Key North Mooring Facility 51 ITB No. 18-19-009
86. Notice of Default -Opportunity to Cure
In the event that the City determines that the Contractor is in default of their obligations under the Contract,
the City may at its sole discretion notify the Contractor in writing, specifying the basis for such default, and
advising the Contractor that such default must be cured within a specified time frame or the Contract with
the City may be terminated. The City should issue such Notification; however, the City is under no
obligation to issue such notification in the event the City lacks actual knowledge of the default.
The City may grant an extension to the cure period if the City deems it appropriate and in the best interest
of the City, without waiver of any of the City's rights hereunder. The City, at its sole discretion, may have
a default corrected by its own forces or another Contractor and any such costs incurred will be deducted
from any sums due the Contractor under any Contract with the City.
87. Termination for Default
If Contractor fails to comply with any term or condition of the Contract Documents, or fails to perform any
of its obligations hereunder, then Contractor shall be in default. Upon the occurrence of a default
hereunder which is not cured within the time specified to cure the default if one has been granted by the
City, the Director in addition to all remedies available to it by law, may immediately, upon written notice to
Contractor, terminate this Contract whereupon any advances for which Work has not been performed, paid
by the City to Contractor while Contractor was in default shall be immediately returned to the City. The
Director may also suspend any payment or part thereof or order a Work stoppage until such time as the
issues concerning compliance are resolved. Contractor understands and agrees that termination of this
Contract under this Article shall not release Contractor from any obligation accruing prior to the effective
date of termination.
A finding of default and subsequent termination for cause may include, without limitation, any of the
following:
■ Contractor fails to obtain the insurance or bonding herein required by the Contract.
• Contractor fails to comply with any of its duties under the Contract Documents, with any terms
or conditions set forth in this Contract Documents, beyond any specified period allowed to cure
such default.
• Contractor fails to commence the Work within the timeframes provided or contemplated herein,
or fails to complete the Work in a timely manner as required by the Contract.
If this Contract is terminated for default and the City has satisfied its obligations under the Contract
Documents the City is granted by the Contractor full use of the Work and any Work Product in connection
with the City's completion and occupancy of the Project.
Where it has been determined that the Contractor has been erroneously terminated under this Article, such
termination shall be deemed to have been under Article 89, "Termination for Convenience." The City in its
sole discretion may terminate the Contract without providing the Contractor a written Notice to Cure.
88. Remedies in the Event of Termination for Default
If a Termination for Default occurs, the Contractor and the bond provider, if applicable, shall be notified of
the effective date of the termination and shall be liable for all damages resulting from the default, including
but not limited to re -procurement costs and other direct damages
The Contractor shall stop Work as of the date of notification of the termination and immediately remove all
labor, equipment, and materials (not owned or paid for by the City) from the Work site. The City assumes
no liability for the Contractor's failure to remove such items from the Project site(s) as required.
The Contractor shall also remain liable for any liabilities and claims related to the Contractor's default. As
an alternative to termination, the City may bring suit or proceedings for specific performance or for an
injunction
89. Termination for Convenience
In addition to cancellation or termination as otherwise provided for in the Contract, the City may at any
time, in its sole discretion, with or without cause, terminate the Contract by written notice to the Contractor.
Dinner Key North Mooring Facility 52 ITB No. 18-19-009
Such Written Notice shall state the date upon which Contractor shall cease all Work under the Contract
and vacate the Project site(s).
The Contractor shall, upon receipt of such notice, unless otherwise directed by the City:
• Stop all Work on the Project on the date specified in the notice (the "Effective Date");
• Take such action as may be necessary for the protection and preservation of the City's
materials and property;
• Cancel all cancelable orders for materials and equipment;
• Assign to the City and deliver to the site, or any other location specified by the Project Manager,
any non -cancelable orders for materials and equipment that can not otherwise be used except
for Work under the Contract and have been specifically fabricated for the sole purpose of the
Work and not incorporated in the Work;
• Take no action that shall increase the amounts payable by the City under the Contract
Documents; and
• Take reasonable measures to mitigate the City's liability under the Contract Documents.
• All charts, sketches, studies, drawings, reports and other documents, including electronic
documents, related to Work authorized under the Contract, whether finished or not, must be
turned over to the City. Failure to timely deliver the documentation shall be cause to withhold
any payments due without recourse by Contractor until all documentation is delivered to the
City.
In the event that the City exercises its right to terminate the Contract pursuant to the Contract Documents,
the City will pay the Contractor:
• For the actual cost or the fair and reasonable value, whichever is less, of (1) the portion of the
Project completed in accordance with the Contract through the completion date, and (2) non -
cancelable material(s) and equipment that is not of any use to the City except in the
performance of the Contract, and has been specifically fabricated for the sole purpose of the
Contract but not incorporated in the Work. To the extent practical, the fair and reasonable value
shall be based on the price established because of the Contract. In no event, shall any
payments under this Paragraph exceed the maximum cost set forth in the Contract.
• The amount due hereunder may be offset by all payments made to the Contractor.
• All payments pursuant to this Article shall be accepted by the Contractor in full satisfaction of
all claims against the City arising out of the termination. Further, the City may deduct or set off
against any sums due and payable under this Article any claims it may have against the
Contractor.
• Contractor shall not be entitled to lost profits, overhead or consequential damages as a result
of a Termination for Convenience.
• All payments made under the Contract are subject to audit.
Upon the City's payment in full of the amounts due the Contractor under this Article the Contractor grants
the City full use of the Work and any Work Product to complete the Project and subsequently occupy the
Project.
90. Resolution of Disputes
Contractor understands and agrees that all disputes between the Contractor and the City based upon an
alleged violation of the terms of this Agreement by the City shall be submitted for resolution in the following
manner.
The initial step shall be for the Contractor to notify the Project Manager in writing of the claim or dispute
and submit a copy to the City of Miami personnel identified in Section 2, Article 4, "Notices."
Should the Contractor and the Project Manager fail to resolve the dispute, the Contractor shall submit their
dispute in writing, with all supporting documentation, to the Assistant Director of OCI, as identified in
Section 2, Article 4, "Notices." Upon receipt of said notification, the Assistant Director of OCI shall review
the issues relative to the claim or dispute and issue a written finding.
Dinner Key North Mooring Facility 53 ITB No. 18-19-009
Should the Contractor and the Assistant Director of OCI fail to resolve the dispute, the Contractor shall
submit their dispute in writing within five (5) calendar days to the Director of OCI. Failure to submit such
appeal of the written finding shall constitute acceptance of the finding by the Contractor. Upon receipt of
said notification, the Director of OCI shall review the issues relative to the claim or dispute and issue a
written finding.
Contractor must submit any further appeal in writing within five (5) calendar days to the City Manager.
Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the
Contractor. Appeal to the City Manager for the resolution, is required prior to Contractor being entitled to
seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed one
hundred thousand dollars ($100,000), the City Manager's decision shall be approved or disapproved by
the City Commission. Contractor shall not be entitled to seek judicial relief unless:
(i) it has first received City Manager's written decision, approved by the City Commission if
applicable; or
(ii) a period of sixty (60) calendar days has expired after submitting to the City Manager a detailed
statement of the dispute, accompanied by all supporting documentation, or a period of ninety
(90) calendar days has expired where City Manager's decision is subject to City Commission
for approval; or
(iii) City has waived compliance with the procedure set forth in this Article by written instrument(s)
signed by the City Manager.
In the event the determination of a dispute under this Article is unacceptable to either party hereto, the
party objecting to the determination must notify the other party in writing within fourteen (14) calendar days
of receipt of the written determination. The notice must state the basis of the objection and must be
accompanied by a statement that any Contract price or Contract time adjustment claimed is the entire
adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination.
Within sixty (60) calendar days after Final Completion of the Work, the parties shall participate in mediation
to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator
shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the
parties retain all their legal rights and remedies provided under State law. If a party fails to timely take the
written objection, as provided, in fourteen (14) calendar days, then such party objecting to a determination
specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if
said party fails to comply in strict accordance with the requirements of this Article.
91. Mediation -Waiver of Jury Trial
In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the
construction of a Project, and/or following the completion of the Project, the parties to this Contract agree
all unresolved disputes between them shall be submitted to non -binding mediation prior to the initiation of
litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who the parties find
mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State of Florida. The
parties will share the costs of a certified Mediator on a 50/50 basis. The Contractor agrees to include such
similar Contract provisions with all Sub -Contractors retained for the Work, thereby providing for non-
binding mediation as the primary mechanism for dispute resolution.
In an effort to expedite the conclusion of any litigation, the parties voluntarily waive their right to jury trial
or to file permissive counterclaims in any action arising under this Contract.
In any mediation or litigation between the Parties, each Party shall bear their own attorney's fees
except that Contractor shall pay all attorney's fees of all attorneys it has engaged to defend the
City pursuant the Contractor's duty to indemnify, hold harmless and defend the City pursuant to
Section 2, Article 6, "Indemnification."
92. City May Avail Itself of All Remedies
The City may avail itself of each and every remedy herein specifically given to it now or existing at law or
in equity, and each and every such remedy shall be in addition to every other remedy so specifically given
or otherwise so existing and may be exercised from time to time and as often and in such order as may be
deemed expedient by the City. The exercise or the beginning of the exercise, of one remedy shall not be
Dinner Key North Mooring Facility 54 ITB No. 18-19-009
deemed a waiver of the right to exercise, at the same time or thereafter, of any other remedy. The City's
rights and remedies as set forth in the Contract Documents are not exclusive and are in addition to any
other rights and remedies in law or in equity.
93. Permits, Licenses, and Impact Fees
All applicable permit fees, including those assessed by the City, are the responsibility of the Contractor.
That includes also any other permit fees not directly related to the actual construction of the Project,
including but not limited to, licenses, permits and fees, such as Permits for dumpsters, job trailers, etc.,
which may be required by Miami -Dade County, the State of Florida, or other governmental entities.
Except as otherwise provided within the Contract Documents, all permits, and licenses required by federal,
state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by
Contractor pursuant to the Contract Documents shall be secured and paid for by Contractor. It is
Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the
Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons
working on the Project for whom a Certificate of Competency is required.
Contractor shall pay impact or similar fees levied by the City and/or Miami -Dade County. Contractor shall
be reimbursed only for the actual amount of the impact fee levied by the public entity as evidenced by an
invoice or other acceptable documentation issued by the public entity.
Fees for Permits REQUIRED BY THE CITY AND PAYABLE TO THE CITY (e.g., Building Department's
Fees such as, Master Permit, Major Trades, Mechanical, Electrical, and Plumbing Fees; Public Works
Fees, such as Line and Grade, Excavation, Dewatering and NPDES Fees, and Zoning Department's Fees)
by virtue of this construction as part of the Contract shall be reimbursed to the Contractor by the City
through an Allowance Account set for herein, evidenced by an invoice or other acceptable documentation
issued by the public entity.
Permit Fees reimbursement to Contractor shall be for the actual amount and in no event shall include profit
or overhead of Contractor. Permit fees related the Contractor's operations (e.g., permits for dumpsters,
job trailers, canteens, portable commodes, etc., et.al.) are not reimbursable.
94. Compliance with Applicable Laws
All Work shall be constructed in accordance with the latest edition of the City of Miami's Contract
documents and specifications, the City of Miami's Standards for Design and Construction as well as the
Miami -Dade County's Standard Details, and the 2007 Edition of the Florida Department of Transportation
Specifications Road and Bridge Construction.
The Contractor shall comply with the most recent editions and requirements of all applicable laws, rules,
regulations, and building and construction codes of the Federal government, the State of Florida, the
County, and the City. The attention of the Contractor is directed to the requirements of the Florida Building
Code and the Codes of Miami -Dade County and the City of Miami, Florida, governing the qualifications for
Contractor and Subcontractor doing business anywhere in the City.
95. Independent Contractor
The Contractor is engaged as an independent business and agrees to perform Work as an Independent
Contractor. In accordance with the status of an Independent Contractor, the Contractor covenants and
agrees that the Contractor will conduct business in a manner consistent with that status, that the Contractor
will not claim to be an officer or employee of the City for any right or privilege applicable to an officer or
employee of the City, including, but not limited to: worker's compensation coverage; unemployment
insurance benefits; social security coverage; retirement membership, or credit.
The Contractor's staff shall not be employees of the City, and the Contractor alone shall be responsible for
their Work, the direction thereof, and their compensation and benefits of any kind. Nothing in the Contract
shall impose any liability or duty on the City on account of the Contractor's acts, omissions, liabilities or
obligations of those of any person, firm, company, agency association, corporation, or organization
engaged by the Contractor as a Subcontractor, expert, consultant, Independent Contractors, specialist,
trainee, employee, servant or agent or for taxes of any nature, including, but not limited to: unemployment
insurance; worker's compensation and anti -discrimination, or workplace legislation of any kind. The
Dinner Key North Mooring Facility 55 ITB No. 18-19-009
Contractor hereby agrees to defend, indemnify, hold and save harmless the City against any such
liabilities, even if they arise from actions directed or taken by the City.
96. Third Party Beneficiaries
Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract.
Therefore, the parties agree that there are no third -party beneficiaries to this Contract and that no third
party shall be entitled to assert a claim against either of them based upon this Contract. The parties
expressly acknowledge that it is not their intent to create any rights or obligations in any third person or
entity under this Contract
97. Successors and Assigns
Subject to Section 2, Article 111, "Consent of City Required for Subletting or Assignment," the performance
of this Contract shall not be transferred pledged, sold, delegated, or assigned, in whole or in part, by the
Contractor without the written consent of the City. It is understood that a sale of the majority of the stock
or partnership shares of the Contractor, a merger or bulk sale, an assignment for the benefit of creditors
shall each be deemed transactions that would constitute an assignment or sale hereunder requiring prior
City approval.
Any transference without City approval shall be cause for the City to terminate this Contract. Any
assignment without the City's consent shall be null and void. The Contractor shall have no recourse from
such cancellation. The City may require bonding, other security, certified financial statements, and tax
returns from any proposed assignee and the execution of an assignment/ assumption agreement in a form
satisfactory to the City Attorney as a condition precedent to considering approval of an assignment.
The Contractor and the City each binds one another, their partners, successors, legal representatives and
authorized assigns to the other party of this Contract and to the partners, successors, legal representatives,
and assigns of such party in respect to all covenants of this Agreement.
98. Materiality and Waiver of Breach
City and Contractor agree that each requirement, duty, and obligation set forth in this Contract Documents
is substantial and important to the formation of the Contract Documents and, therefore, is a material term
hereof. City's failure to enforce any provision of the Contract Documents shall not be deemed a waiver of
such provision or modification of the Contract Documents. A waiver of any breach of a provision of the
Contract Documents shall not be deemed a waiver of any subsequent breach and shall not be construed
to be a modification of the terms of the Contract Documents.
99. Severability
In the event any provision of the Contract Documents, or any Section or Article or provision in these
Contract Documents, is determined by a Court of competent jurisdiction to be illegal or unenforceable, then
such unenforceable or unlawful provision shall be excised from this Contract, and the remainder of the
Contract Documents shall continue in full force and effect. Notwithstanding the foregoing, if the result of
the deletion of such provision will materially and adversely affect the rights of either party, such party may
elect, at its option, to terminate the Contract in its entirety. An election to terminate the Contract based
upon this provision shall be made within seven (7) calendar days after the finding by the court becomes
final.
100. Applicable Law and Venue of Litigation; Attorney's Fees
This Contract will be interpreted under the laws of the State of Florida, which will apply regardless of choice
of law principles. This Contract shall be enforceable in Miami -Dade County, Florida, and if legal action or
other proceeding or claim is necessary by either party with respect to the enforcement of any or all of the
terms or conditions, herein exclusive venue for the enforcement of same shall lie in Miami -Dade County,
Florida. The parties waive any objections to venue. All parties shall bear their own attorney's fees.
101. Amendments
No modification, amendment, or alteration in the terms or conditions contained herein shall be effective
unless contained in a written document prepared with the same or similar formality as this Contract and
executed by the City Manager, Director, or designee.
Dinner Key North Mooring Facility 56 ITB No. 18-19-009
102. Entire Agreement
The Contract Documents, as they may be amended from time to time, represent the entire and integrated
Contract between the City and the Contractor and supersede all prior negotiations, representations, or
agreements, written or oral. This Contract may not be amended, changed, modified, or otherwise altered
in any respect, at any time after the execution hereof, except by a written document executed with the
same formality and equal dignity herewith. Waiver by either party of a breach of any provision of the
Contract Documents shall not be deemed to be a waiver of any other breach of any provision of the
Contract Documents.
103. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act
Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use
or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively
comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing
any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis
of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take
affirmative steps to ensure nondiscrimination in employment against disabled persons.
Contractor's decisions regarding the delivery of services under the Contract Documents shall be made
without regard to or consideration of 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 service delivery.
104. Evaluation
Contractor acknowledges that upon completion of the Work under the Contract Documents and/or at any
other time deemed appropriate by the City, a performance evaluation report will be completed by the City.
A copy of each performance evaluation shall also be forwarded to the Contractor. The performance
evaluations will be kept in City files for evaluation on future solicitations.
105. Commodities Manufactured, Grown or Produced in the City of Miami, Miami -Dade County
and the State of Florida
Whenever two or more competitive sealed bids are received, one or more of which relates to commodities
manufactured, grown, or produced within the City of Miami, Miami -Dade County and the State of Florida,
and whenever all things stated in such received bids are equal with respect to price, quality, and service,
the commodities manufactured, grown, or produced within the City of Miami, Miami -Dade County and the
State of Florida shall be given preference.
106. Royalties and Patents
All fees, royalties, and claims for any invention, or pretended inventions, or patent of any Article, material,
arrangement, appliance, or method that may be used upon or in any manner be connected with the
construction of the Work or appurtenances, are hereby included in the prices stipulated in the Contract for
said Work.
107. Continuation of the Work
Any Work that commences prior to and will extend beyond the expiration date of the current Contract
period shall, unless terminated by mutual written agreement between the City and the involved Contractor,
continue until completion at the same prices, terms and conditions.
108. Review of Records
City shall have the right to inspect and copy, at City's expense, the books and records and accounts of
Contractor which relate in any way to the Project, and to any claim for additional compensation made by
Contractor, and to conduct an audit of the financial and accounting records of Contractor which relate to a
Project and to any claim for additional compensation made by Contractor including but not limited to all
payroll records, invoices for materials, and books of accounts. Such records shall conform to Generally
Accepted Accounting Principles requirements (GAAP), and shall only address those transactions related
to the Contract.
Dinner Key North Mooring Facility 57 ITB No. 18-19-009
Records subject to the provisions of Public Record Law, Florida Statutes Chapter 119, shall be kept in
accordance with such statute. Otherwise Contractor shall retain and make available to City all such books
and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period
of five (5) years following Final Completion of the Project.
Contractor shall additionally comply with Section 119.0701, Florida Statutes, including without limitation:
(1) Keep and maintain public records required by the City to perform the service; (2) upon request from
the City's custodian of public records, provide the public agency with a copy of the requested records or
allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the
cost provided in this chapter or as otherwise provided by law; (3) ensure that public records that are exempt
or confidential and exempt from public records disclosure requirements are not disclosed except as
authorized by law for the duration of the Contract term and following completion of the Contract if the
Contractor does not transfer the records to the City; (4) upon completion of the Contract, transfer, at no
cost, to the City all public records in possession of the Contractor or keep and maintain public records
required by the City to perform the service. If the Contractor transfers all public records to the City upon
completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or
confidential and exempt from public records disclosure requirements. If the Contractor keeps and
maintains public records upon completion of the Contract, the Contractor shall meet all applicable
requirements for retaining public records. All records stored electronically must be provided to the City,
upon request from the City's custodian of public records, in a format that is compatible with the information
technology systems of the City.
The Contractor agrees to maintain an accounting system that provides for accounting records that are
supported with adequate documentation and adequate procedures for determining allowable costs.
Contractors shall develop the proper forms and reports acceptable to the City for the administration and
management of the Contract Documents.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT
PUBLICRECORDS(a,MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI
OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL
33130. THE CONTRACTOR MAY ALSO CONTACT THE RECORDS
CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT THAT IS ADMINISTERING
THIS CONTRACT.
109. No Interest
Any monies not paid by City when claimed to be due to Contractor under the Contract Documents,
including, but not limited to, any and all claims for damages of any type, shall not be subject to interest
including, but not limited to prejudgment interest. However, the provisions of Section 218.74(4), Florida
Statutes as such relates to the payment of interest, shall apply to valid and proper invoices.
110. Payments Related to Guaranteed Obligations
The City may withhold from any payments to be made such sums as may reasonably be necessary to
ensure completion of the Project with respect to defective Work, equipment, or materials that may be
identified by the Project Manager.
The City may deduct from any payment due the Contractor an amount equal to its cost incurred on account
of the Contractor's failure to fully perform its obligations under the Contract. The Project Manager, prior to
withholding or deducting any monies hereunder, shall give the Contractor notice of the defective Work,
equipment or material and the basis for the withholding or deduction.
Dinner Key North Mooring Facility 58 ITB No. 18-19-009
Upon the Project Manager's determination that the Contractor has fulfilled its obligations, the City will pay
the Contractor any monies owed, subject to Contractor's submission of, or compliance with, any remaining
documentation or obligation, as the case may be, in accordance with the Contract Documents
111. Consent of City Required for Subletting or Assignment
If the Contractor assigns, transfers, sublets, conveys, or otherwise disposes of the Contract or its right, title
or interest in or to the same, in whole or in part, or any part thereof without the previous consent in writing
of the City, such action shall be an Event of Default. Nothing herein shall either restrict the right of the
Contractor to assign monies due to, or to become due or be construed to hinder, prevent, or affect any
assignment by the Contractor for the benefit of its creditors, made pursuant to and in compliance with
applicable general laws of the State of Florida.
112. Agreement Limiting Time in Which to Bring Action against the City
In the event the Contractor may be deemed to have a cause of action against the City, no action shall lie
or be maintained by the Contractor against the City upon any claim arising out of or based upon the
Contract Documents by reason of any act or omission or requirement of the City or its agents, unless such
action shall be commenced within six (6) months after the date of issuance of a final payment under the
Contract, or if final payment has not been issued within six (6) months of substantial completion of the
Work or upon any claim relating to monies required to be retained for any period after the issuance of the
said certificate, unless such action is commenced within six (6) months after such monies become due
and payable under the terms of the Contract Documents, or if the Contract is terminated or declared
abandoned under the provisions of the Contract unless such action is commenced within six (6) months
after the date of such termination or declaration of abandonment by the City. In the event this Article is
found to be unenforceable, the shortest limitations period applicable to the action under Chapter 95, Florida
Statutes shall apply.
113. Defense of Claims
Should any claim be made, or any legal action brought in any way relating hereto or to the Work hereunder,
except as is covered by the provisions of the General Terms and Conditions, Section 2, Article 6,
"Indemnification," the Contractor shall diligently render to the City, after additional compensation is mutually
agreed upon, any and all assistance which the City may require of the Contractor. Additional compensation
will only be furnished relative to the costs of any corrective Work as defined in Section 2, Article 6,
"Indemnification," which is not the fault of the Contractor; the Contractor will be responsible for payment of
attorney's fees and costs incurred in defense of the Contractor and of the City. This Section shall survive
the cancellation or expiration of this Contract.
114. Contingency Clause
Funding for this Contract is contingent on the availability of funds and continued authorization for program
activities and the Contract is subject to amendment or termination due to lack of funds, reduction of funds
and/or change in programs or regulations, upon thirty (30) calendar days' notice.
115. Mutual Obligations
This document, change order, field directive, and written clarifications issued under the Contract, and the
Contractor's submittals, shall constitute the Contract Documents between the parties with respect hereto
and supersedes all previous communications and representations or agreements, whether written or oral,
with respect to the subject matter hereto unless acknowledged in writing by their duly authorized
representatives.
Nothing in the Contract shall be construed for the benefit, intended or otherwise, of any third party that is
not a parent or subsidiary of a party or otherwise related (by virtue of ownership control or statutory control)
to a party. In those situations where the Contract Documents imposes an indemnity obligation on the
Contractor, the City may, at its expense, elect to participate in the defense of the claim if the City should
so choose. Furthermore, the City may, at its own expense, defend or settle any such claim if the Contractor
fails to diligently defend such claim, and thereafter seek indemnity for such cost from the Contractor.
Dinner Key North Mooring Facility 59 ITB No. 18-19-009
116. Contract Extension
The City reserves the right to exercise its option to extend the Contract for up to ninety (90) calendar days
beyond the original Contract period. In such event, the City will notify the Contractors in writing of such
extensions.
117. Non -Exclusivity
It is the intent of the City to enter into a Contract with all successful Bidders that will satisfy its needs as
described herein. However, the City reserves the right, as deemed in its best interest, to perform, or cause
to be performed, the Work and services, or any portion thereof, herein described in any manner it sees fit,
including but not limited to: award of other Contracts, use of any Contractor, or perform the Work with its
own employees.
118. Nature of the Agreement
The Contractor shall provide the services set forth in the Contract Documents. The Contractor shall provide
full and prompt cooperation with the City in all aspects of the Work to be performed.
The Contractor acknowledges that the Contract Documents require the performance of all things
necessary for or incidental to the effective management and performance of a Project. All things not
expressly mentioned in the Contract Documents, but necessary to carrying out its intent are required by
the Contract Documents, and the Contractor shall perform the same as though they were specifically
mentioned, described, and delineated.
The Contractor shall furnish all labor, materials, tools, supplies, and other items required for the completion
of the Contract. All Work shall be accomplished at the direction of and to the satisfaction of the Project
Manager.
119. Contract Documents Contain All Terms
The Contract Documents and all documents incorporated herein by reference contain all the terms and
conditions agreed upon by the parties hereto, and no other agreement, oral or otherwise, regarding the
subject matter of the Contract Documents shall be deemed to exist or to bind any of the parties hereto, or
to vary any of the terms contained herein.
120. Survival
The parties acknowledge that any of the obligations in the Contract Documents will survive the term,
termination and cancellation hereof. Accordingly, the respective obligations of the Contractor and the City
under the Contract, which by nature would continue beyond the termination, cancellation or expiration
thereof, should survive termination, cancellation or expiration thereof.
Provisions of this Contract that shall survive termination, cancellation, or expiration thereof, include without
limitation: Section 2, Article 6, "Indemnification," Section 2, Article 89, "Termination for Convenience,"
Section 2, Article 3, "Contract Price & Guaranteed Maximum Cost."
121. Disclosure of State Funding, if applicable.
If State funds are being used by the City to pay for this work, the City document whether payment will
come from funds appropriated by the state and, if known, the amount of such funds or the percentage of
such funds as compared to the anticipated total cost of the personal property or construction services.
Dinner Key North Mooring Facility 60 ITB No. 18-19-009
SECTION 3
ITB SUPPLEMENTAL TERMS AND CONDITIONS
1. Contract Time and Hours
The Contractor shall furnish all labor, materials, equipment, tools, services, and incidentals to complete all
Work at a rate of progress that will ensure completion of the Work within the Contract Time.
Contractor shall have one hundred eighty (180) calendar days to achieve Final Completion of the Contract.
The Contractor shall maintain strict adherence to the mandated Contract time and schedule due to the
time sensitive nature of the Project's funding sources.
Work shall be performed Monday through Friday from 8:00 a.m. to 6:00 p.m. Any Work to be performed
outside of these times must be requested in writing to the Project Manager forty-eight (48) hours prior to
the requested change. The Project Manager will notify the Contractor in writing of any changes in approved
Work hours.
2. Progress Payments
Mobilization Partial Payments:
When the bid includes a separate pay item for Mobilization and the Notice to Proceed has been issued,
partial payments will be made in accordance with the following:
For Contracts of one hundred twenty (120) calendar days duration or less, partial payment will be made at
fifty percent (50%) of the bid price per month for the first two (2) months. For Contracts in excess of one
hundred -twenty (120) calendar day's duration, partial payment will be made at twenty-five percent (25%)
of the bid price per month for the first four (4) months. In no event shall more than fifty percent (50%) of
the bid price be paid prior to commencing construction on the Project site.
Total partial payments for Mobilization on any Project, including when more than one Project or job is
included in the Contract, will be limited to ten percent (10%) of the original Contract amount for that Project.
Any remaining amount will be paid upon completion of all Work on the Contract.
Retainage will be applied to all partial payments.
Partial payments made on Mobilization will in no way act to preclude or limit any of the provisions for partial
payments otherwise provided for by the Contract.
Contractor may make application for payment for Work completed during the Project at intervals of not
more than once a month or upon completion and Final Acceptance of the Work. Contractor will be paid
based on the line item breakdown, contained in the Bid Form, with payments based on actual Work
performed. All applications shall be submitted in triplicate and the Contractor shall only use the City's
Contractor Payment Application Form. Where the time frame for completion of the Work is less than or
equal to one month or a Schedule of Values is not required, the Contractor shall submit the appropriate
documentation as defined below. Supporting evidence to be included with any application for payment
shall include, but is not limited to, an updated progress schedule as required by Section 3, Article 6,
"Release of Liens/Subcontractor's Statement of Satisfaction," and a partial or final release of liens or
consent of Surety relative to the Work, which is the subject of the application for payment and any other
information required by the City. Each application for payment shall be submitted in triplicate for approval.
City shall make payment to Contractor within thirty (30) calendar days after approval of Contractor's
application for payment.
Ten percent (10%) of all monies earned by Contractor shall be retained by City until Final Acceptance by
the City. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage
reduction shall be in writing in a separate stand-alone document.
City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from
loss on account of:
• Defective Work not remedied.
Dinner Key North Mooring Facility 61 ITB No. 18-19-009
• Claims filed or reasonable evidence indicating probable filing of claims by other parties against
Contractor or City because of Contractor's performance.
• Failure of Contractor to make payments properly to Subcontractors or for material or labor.
• Damage to another Contractor not remedied.
• Liquidated damages and costs incurred by City and/or Consultant for extended construction
administration.
• Failure of Contractor to provide any and all documents required by the Contract Documents
and/or Federal Requirements relating to the CDBG funding.
In instances where multiple Projects are awarded, the Contractor shall submit separate applications for
Payment for each Project.
When the above grounds are removed or resolved satisfactorily to the Project Manager, payment shall be
made in whole or in part.
The City will pay, and the Contractor shall accept as full compensation for the Work, the sums specified in
the Contractor's submittal to the Contract Documents, as accepted by the City.
Contractor may be paid for materials or equipment purchased and stored at the Project site(s) or another
location. Where a payment request is made for materials or equipment not incorporated in the Project, but
delivered and suitably stored at the site or at some other location agreed upon in writing, the written
documentation must be submitted at the time of request for payment. Payment shall be conditioned upon
submission by the Contractor of paid invoices and an executed Material Purchased/Stored On -Premises
form to establish the City's title to such materials or equipment, or otherwise protect the City's interest,
including applicable insurance in the name of City and transportation to the site.
Contractor retains sole liability to replace such stored materials or equipment as a result of damage or loss
for any reason.
3. Liquidated Damages
The Contractor is obligated and guarantees to complete the Project in the time set forth in the Contract
Documents or any approved extension of time the Contractor shall pay to the City liquidated damages as
follows. In the event of a delay in completion beyond the timeframe set forth in the Contract Documents
for Substantial Completion, the Contractor shall pay to the City for each and every calendar day of
unexcused delay, the sum of one thousand six hundred sixty-five dollars ($1,665) per calendar day,
which is hereby agreed upon not as a penalty but as liquidated damages. In the event of a delay in
completion beyond the timeframe set forth in the Contract Documents for Final Completion the Contractor
shall pay to the City for each and every calendar day of unexcused delay, the additional sum of eight
hundred thirty-two dollars ($832) per calendar day, which is hereby agreed upon not as a penalty but
as liquidated damages. The Contractor will be notified of any approved exceptions or extensions. The
total amount of liquidated damages shall not exceed the value of the applicable Contract Documents.
The City shall have the right to deduct liquidated damages assessments from any payment due or which
may thereafter become due to the Contractor under any Contract the Contractor has with the City. In case
the amount, which may become due hereunder, shall be less than the amount of liquidated damages due
the City, the Contractor shall pay the difference upon demand by the City. Should the Contractor fail to
compensate the City for any liquidated damages, the City shall consider this as a form of indebtedness
and may deny any future Work under the Contract or any other City Contract until such indebtedness is
paid in full to the City.
The City shall notify the Contractor in writing that it is incurring liquidated damages.
4. Schedule of Values
The Contractor must submit three copies of a Schedule of Values, which must be submitted within ten (10)
calendar days of the issuance of the Notice to Proceed. The Schedule of Values shall indicate a complete
breakdown of labor and material of all categories of Work on the Project. Contractor's overhead and profit
should be as separate line items. Each line item shall be identified with the number and title of the major
specification section or major components of the items. The City may require further breakdown after
review of the Contractor's submittal. The City reserves the right to require such information from the
Dinner Key North Mooring Facility 62 ITB No. 18-19-009
Contractor as may be necessary to determine the accuracy of the Schedule of Values. The combined total
value for mobilization under the Schedules of Values shall not exceed five percent (5%) of the value of the
Contract.
The approved schedule of values shall be updated through the submittal of the City's Contractor Payment
Application Form.
5. Project Schedules
Contractor shall submit a proposed Project schedule as follows:
■ Schedule identifying all tasks within the critical path. The proposed Project schedule shall be
submitted within ten (10) calendar days of the Notice of Award and such submittal shall be
subject to the City's review. Subsequent to such review of said schedule, the Contractor shall
establish said schedule as the baseline schedule.
• All updates of schedules shall be tracked against the baseline schedule and shall be at a
minimum submitted with each pay application. An updated schedule against the baseline shall
also be submitted upon execution of each change order that impacts the Contract Documents
Time for completion. Failure to submit such schedules shall result in the rejection of any
submitted payment application.
• All Project Schedules shall be prepared in Microsoft Project 2003 or later unless otherwise
approved by the Project Manager. At the time of submission of schedules, Contractor shall
submit a hard copy as well as an electronic version. Such electronic version shall not be
submitted in a .pdf format and shall be capable of being incorporated in to the City's baseline
schedules.
• Subsequent to review of the initial schedule submission, the Contractor shall establish the
reviewed schedule as the "baseline schedule." Contractor shall then prepare and submit all
updates to the schedules utilizing the tracking mode within Microsoft Project.
6. Release of Liens/Subcontractor's Statement of Satisfaction
The Contractor warrants and guarantees that title to all Work, materials and equipment covered by an
application for payment, whether incorporated in the Project or not, will pass to the City upon the receipt
of such payment by the Contractor, free and clear of all liens, claims, security interests or encumbrances
and that no Work, materials or equipment will have been acquired by the Contractor or by any other person
performing Work at the site or furnishing materials and equipment for the Project, subject to an agreement
under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed
by the Contractor or such other person.
The Contractor shall, beginning with the second request for payment, attach a Partial Release of
Lien/Subcontractor's Statement of Satisfaction for each application for payment. Failure to submit such
documentation may delay payments. The City may, in its sole discretion withhold payments for Work
performed by Subcontractor where no release of lien has been submitted. The Contractor shall submit
with the final payment request, for any Project where Subcontractors have performed Work, a Final
Release of Lien/Subcontractor's Statement of Satisfaction for each Subcontractor marked as a final.
Failure to submit such documentation will result in delay in payment or the City withholding from the final
payment such funds as necessary to satisfy any Subcontractor claims.
Where the Contractor has submitted a Performance/Payment Bond the Contractor may, in lieu of the
Release of Lien/Subcontractor's Statement of Satisfaction, submit Consent of Surety to Requisition
Payment. Contractor must use City Release of Lien, Affidavit and Consent of Surety forms or the
Application for Payment will be rejected.
7. Progress Meetings
The City shall conduct a pre -construction conference prior to the commencement of the Work. Contractor
shall hold progress and coordination meetings as required by the City, to provide for the timely completion
of the Work.
Contractor shall arrange and conduct regular bi-weekly job site Project status meetings with the City.
Contractor shall use the job site meetings as a tool for the pre -planning of Work and enforcing schedules,
Dinner Key North Mooring Facility 63 ITB No. 18-19-009
and for establishing procedures, responsibilities, and identification of authority for all parties to clearly
understand. During these meetings, Contractor shall identify the party or parties responsible for following
up on any problems, delay items, or questions, and Contractor shall note the action to be taken by such
party or parties. Contractor shall revisit each pending item at each subsequent meeting until resolution is
achieved. Contractor shall attempt to obtain from all present any potential problem or delaying event
known to them for appropriate attention and resolution. Contractor shall be responsible for keeping
minutes of the meeting and distribution of the minutes to all parties in attendance.
The Contractor shall arrange for the participation of its Subcontractors and/or vendors when the Project
Manager requires their presence. The Contractor shall maintain minutes of the meeting and distribute
copies of the minutes to all parties in attendance. The Contractor shall prepare and distribute to the City
an updated two -week look -ahead schedule of construction activities and submittals.
8. Request for Information
The Contractor shall submit a Request for Information (RFI) where the Contractor believes that the
Contract Document's specifications or drawings are unclear or conflict. All requests must be submitted in
a manner that clearly identifies the drawing and/or specification section where clarification or interpretation
is being requested. As part of the RFI, Contractor shall include its recommendation for resolution. The
City shall respond in writing.
9. Project Site Facilities
The Contractor shall arrange for all Project site facilities as maybe necessary to enable the Project
Manager or Consultant to perform their respective duties and to accommodate any representatives of the
City which the City may choose to have present at the Project.
Contractor's, Subcontractor's, supplier's, material persons personnel shall not use the City restrooms that
may be available at the Project site without the prior consent of the manager of the facility or the Project
Manager, where there is no manager of a facility. The Contractor shall provide and maintain at his own
expense, in a sanitary condition, such accommodations for the use of his employees as is necessary to
comply with the requirements including Chapter 46 of the Building Code and regulations of the State of
Florida Department of Health and Rehabilitative Services or Dade County Health Department. The
Contractor, his employees or his Subcontractors shall commit no public nuisance or use any facilities that
have not been specifically provided for use by the Contractor.
The Contractor shall furnish an adequate supply of drinking water for its and its Subcontractors' employees.
There shall be adequate provisions made by the Contractor to ensure all disposable materials are properly
disposed of and do not create a nuisance to the City or the public. The location of the temporary facilities
shall be subject to the approval of the City.
Contractor is required to provide any necessary temporary utilities to the site, such as electric, water, and
sanitary services to the site for new construction or additions to a facility. The City may authorize the use
of existing utilities. Such decision will be made at the sole discretion of the City.
The Contractor shall be required to obtain all necessary permits required for any Project site facilities.
Contractor shall also be responsible to maintain such facilities in a safe and working condition.
All such facilities remain the property of the Contractor and the Contractor shall be responsible for removal
and disposal of such facilities prior to Final Acceptance.
10. Inspection of Work — Intentionally Omitted
11. Security
The site where the Work is to be performed may not be a secure site and the public may have access to
the site. The Contractor shall have sole responsibility for the security of all Work materials, tools,
equipment, and Work at the Project site. The City shall not be liable for any damage or loss to such
materials, tools, equipment and Work and the Contractor shall be responsible for the repair or replacement
of all Work such materials, tools, and equipment.
Dinner Key North Mooring Facility 64 ITB No. 18-19-009
12. Construction Signage
Where required by the Contract Documents the Contractor shall provide construction signage. The City
shall provide the Contractor the wording and layout for the signs at the pre -construction conference. The
Contractor shall furnish the two City signs at the Project site(s) as follows:
• The first sign shall be 4 feet wide and 8 feet high and constructed of pressure sensitive 2-mil
cast vinyl over mounted with 3-mil Mylar and mounted to 1 MDO with painted back. The sign
shall be mounted on 4-inch square wood or perforated "U" channel metal posts painted white,
and be readable at eye level. The colors to be used on the sign are as follows: the background
shall be white with blue lettering; the seal shall be white and gold with blue lettering form.
• The second sign shall reflect other funding sources for the Project and shall reflect the Project
information. The sign shall be 4 feet wide by 8 feet high by 3/4-inch (thick) exterior plywood,
suitably mounted and readable at eye level. The colors shall be blue and white. The
background shall be white, and all lettering shall be blue Helvetica. All paint shall be rated
outdoor enamel. The City will provide the City Seal in decal form.
• The Contractor shall also post appropriate construction site warning signs at the Work site.
Such signs shall be posted to warn pedestrian and vehicle traffic. Signage shall also be placed
waterside to alert boater to the construction zone, requiring idle speed and a minimum
clearance distance. Contractor shall provide drawings for the signage, which shall be subject
to approval by the Consultant.
• The Project Manager and the City shall approve the locations for all signage.
• Signage must be permitted and approved as required by City and County Sign Codes.
13. Construction Photographs
Contractor shall submit with each application for payment photographs that accurately reflect the progress
of the Work. Contractor shall submit once copy of each photograph in print and digitally. The photographs
shall be printed on 8" X 10" high -resolution glossy single weight color print paper. Each photograph will
also reflect the date and time the picture was taken. Aerial photographs will be taken on a bi-monthly
basis.
14. City Furnished Property
Contractor shall preserve all street signs, parking meters, benches, traffic control signs, etc., when directed
to by the City and shall reinstall or provide to the City as directed.
15. Geotechnical Testing — Intentionally Omitted
16. Field Layout of the Work and Record Drawings for Drainage Projects
The Contractor, through the services of a State of Florida Registered Professional Surveyor and Mapper
(P.S.M.), shall establish the line and benchmarks and other reference points for the installation of the
pipeline or structure.
For pipelines, this will consist of establishing all points of bend (but not necessarily bevel pipe unless in
close proximity to other facilities), valves, tees, crosses and other stations not more than one hundred feet
(100') apart along the proposed centerline of the pipe, or along a stationed offset line as shown on the
Plans, marked by a nail in a metal cap if in pavement, with the station painted nearby or by a nail in the
top of a wooden stake driven flush with the ground with the station marked on a flag stake nearby, if not in
pavement.
For structures, this will consist of base lines, stakes at corners, centers and centerlines, auxiliary lines and
a benchmark from which to establish the elevations.
The Contractor shall make his equipment and men available to the Inspector for spot-checking the
accuracy of the Work. The City shall require the Work to be brought within the tolerances specified
elsewhere before backfilling is placed, or the construction is otherwise hidden.
The entire responsibility for establishing and maintaining line and grade in the field lies with Contractor.
Contractor shall maintain an accurate and precise record of the location and elevation of all pipe lines,
Dinner Key North Mooring Facility 65 !TB No. 18-19-009
conduits, structures, maintenance access structures, hand holes, fittings and other Work and shall prepare
record or "as -built" drawings of the same which are signed and sealed by a State of Florida Registered
Professional Surveyor and Mapper (P.S.M.). Contractor shall deliver these records in good order to the
City as the Work is completed. The Contractor shall supply the Consultant with a copy of the Registered
Land Surveyor's layout of the Work immediately upon its availability to his own forces. The cost of all such
field layout and recording Work is included in the prices bid for the appropriate items. All record drawings
shall be made on reproducible paper and shall be delivered to the City prior to, and as a condition of, final
payment.
During the entire construction operation, the Contractor shall retain the services of a State of Florida
Registered Professional Surveyor and Mapper (P.S.M.) who shall maintain records of the installation,
including all deviations from the plans and specifications by obtaining "As -built" dimensions and elevations.
The surveyor shall prepare record as -built drawings showing correctly and accurately all changes and
deviations made during construction, including approved construction variances to reflect the Work as it
was actually constructed. "As -Built" drawings shall be submitted to the City on a monthly basis.
Recording of Project Record:
• Record all information for pipeline Projects and on -site Projects concurrently with
construction progress.
• Do not conceal any Work until the Contractor and the City record as -built information.
• All locations for future connections or tie-ins shall be left unburied and uncovered until
the City's surveying forces obtain and record the as -built information. This is in addition
to the Contractor's recorded information.
• Restrained pipe, end line valves, thrust blocks need to be left uncovered for the last
complete length. Inline valves and tees shall be left exposed for one (1) length on both
sides plus the face end. Record the elevation, deviation from horizontal and vertical
alignment and the inclination for these items.
Maintain records of all pipeline Project and on -site Project deviations from Drawings and
Specifications by a Florida Registered Professional Surveyor and Mapper (P.S.M.).
• For Pipe Installation in All Pipeline Projects and On -site Projects: During entire
construction operation retain the services of a State of Florida Registered Land
Surveyor (FRLS) who shall maintain records of the installation, including all deviations
from Drawings and Specifications.
• FRLS shall record as -built dimensions and elevations every twenty-five feet (25') or
portion thereof along pipeline and at every abrupt change in direction of the new line.
• FRLS shall record locations and elevations for each valve, fitting, service line, fire
hydrant, water sampling point, and also for above ground piping and other
appurtenances along the pipeline. Specific locations and elevation of equipment,
buildings, and miscellaneous items installed inside them shall be recorded as
applicable.
• Contractor's FRLS shall prepare as -built record drawings showing correctly and
accurately the installation, embracing all changes and deviations made during
construction, including all approved construction variances, to reflect the Work as it was
constructed.
• Record Drawings shall be prepared on 4-mil Mylar as specified hereinafter. Record
Drawings and three (3) blue line copies shall be signed and sealed by the Surveyor and
shall be submitted to the City for review within ten (10) calendar days following the
completion date of successful pressure testing of all mains and appurtenances under
the Contract Documents.
• If the Consultant determines that the Drawings are not acceptable, they will be returned
to the Contractor with a cover letter noting the deficiencies and/or reasons for the
disapproval. Contractor shall have ten (10) calendar days to correct all exceptions taken
by the City and resubmit as -built record drawings to the Consultant for final acceptance.
Dinner Key North Mooring Facility 66 ITB No. 18-19-009
Prior to, and as a condition precedent to Final Payment, Contractor shall submit to City, Contractor's record
drawings or as -built drawings acceptable to Project Manager.
17. Survey Work for Drainage Protects
The Contractor shall retain or employ a FRLS to lay out all storm sewer construction and provide final
measurements.
At the Project pre -construction meeting, to be attended by the Contractor's FRLS, the Contractor will be
provided a packet of information, from the City, showing the format to be utilized. The Contractor is advised
that the survey Work, including required final measurements, shall be according to City Standards and are
an integral part of the Project. The Project shall not be considered complete until the final measurements
are approved by the City.
18. E-Verify - Mandatory Use
Contractor 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 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.
Dinner Key North Mooring Facility 67 ITB No. 18-19-009
SECTION 4
BID FORMS
Submitted:
City of Miami, Florida
Office of the City Clerk
City Hall, 1st Floor
3500 Pan American Drive
Miami, Florida 33133-5504
Date
The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are
named herein and that no person other than herein mentioned has any interest in this bid or in the Contract
to be entered into; that this bid is made without connection with any other person, firm, or parties making
a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud.
The Bidder further declares that it has examined the site of the Work and informed itself fully of all
conditions pertaining to the place where the Work is to be done; that it has examined the Contract
Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and
that it has satisfied itself about the Work to be performed; and that it has submitted the required bid
Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily and
willingly.
The Bidder agrees, if this bid is accepted, to Contract with the City, a political subdivision of the State of
Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary
materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to
construct and complete within the time limits, the specified Work covered by the Contract Documents for
the Project entitled:
Bid No: 18-19-009
Title: DINNER KEY NORTH MOORING FACILITY
The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form
of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, and to
furnish the required Certificate(s) of Insurance.
The undersigned further agrees that the Bid Guaranty accompanying the bid shall be forfeited if Bidder
fails to execute said Contract and fails to furnish the required Performance Bond and Payment Bond as
well as the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the
award of the Contract.
In the event of arithmetical errors, the Bidder agrees that these errors are errors that may be corrected by
the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price
in words shall govern. Bidder agrees that any unit price listed in the bid is to be multiplied by the stated
quantity requirements in order to arrive at the total.
Note: Bidders are bidding on estimated quantities for the purpose of determining the lowest responsive
and responsible Bidder. Payments will be made based on unit prices of actual quantities installed. Where
a discrepancy exists between the unit price and the extended price the unit price will prevail. Where there
is a discrepancy between the numerical and written bid amount, the written bid amount will prevail.
Dinner Key North Mooring Facility 68 ITB No. 18-19-009
Form SU must be submitted with Bidder's Bid. The SU Form can be found posted on the webpage
with the bid documents.
SCOPE OF WORK: The Work consists of furnishing all materials, labor, and equipment necessary for the
construction of a twenty-five (25) vessel mooring field offshore from Dinner Key Marina.
The full Scope of Work is detailed in the Contract Documents.
ITB No.: 18-19-009 — DINNER KEY NORTH MOORING FACILITY
(The Following MUST be filled in)
LUMP SUM TOTAL BID CONSTRUCTION COST $
WRITTEN LUMP SUM TOTAL BID CONSTRUCTION COST (GUARANTEED MAXIMUM
PRICE/COST:
(Total Bid)
http://archive.miamigov.com/MiamiCapital/NewBidsandProposals.html
Failure to submit the spread -sheet may result in the bid being determined to be non responsive.
NOT APPLICABLE
Line
No.
Pay Item No.
Pay Item Description
Unit
Quantity
Unit Cost
Cost
1
1
2
2
3
3
4
4
5
5
6
6
TOTAL
Dinner Key North Mooring Facility
69
ITB No. 18-19-009
DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PARTS III AND IV (If
applicable)
Part I: Listed below are the dates of issue for each Addendum received in connection with this bid:
Addendum No. 1, Dated
Addendum No. 2, Dated
Addendum No. 3, Dated
Addendum No. 4, Dated
Addendum No. 5, Dated
Part II: No Addendum was received in connection with this bid.
Part III: Certifications
The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall
comply with all the stated requirements.
1. Small Business Enterprise ("SBE") Requirement,
requirement. Evaluation of Bidder's responsiveness is Ordinance Section 13331 shall be a consideration
in the award of a Contract.
2. Non -Collusion
Bidder certifies that the only persons interested in this bid are named herein; that no other person has any
interest in this bid or in the Contract to which this bid pertains; that this bid is made without connection or
arrangement with any other person. Bidder certifies that the selected independent third -party verifier will
verify and certify compliance data and reports honestly and accurately.
3. Drug Free Workplace
The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by:
(1) Publishing a statement notifying its employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace,
and specifying the actions that will be taken against employees for violations of such prohibition.
(2) Establishing a continuing drug -free awareness program to inform its employees about:
(i) The dangers of drug abuse in the workplace;
(ii) The Bidder's policy of maintaining a drug -free workplace;
(iii) Any available drug counseling, rehabilitation, and employee assistance programs; and
(iv) The penalties that may be imposed upon employees for drug abuse violations occurring
in the workplace.
Giving all employees engaged in performance of the Contract a copy of the statement required by
subparagraph (1).
(3)
(4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a
condition of employment on a covered Contract, the employee shall:
(i) Abide by the terms of the statement; and
(ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for
a violation occurring in the workplace no later than five (5) calendar days after such
conviction.
Dinner Key North Mooring Facility 70 ITB No. 18-19-009
(5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision
(4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice
shall include the position title of the employee.
(6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking
one of the following actions with respect to an employee who is convicted of a drug abuse violation
occurring in the workplace:
(i) Taking appropriate personnel action against such employee, up to and including
termination; or
(ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or
rehabilitation program approved for such purposes by a federal, state, or local health, law
enforcement, or other appropriate agency.
(7) Making a good faith effort to maintain a drug -free workplace program through implementation of
subparagraphs (1) through (6).
4. Lobbying
The undersigned certifies to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned,
to any person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with the awarding of any Federal Contract, the making of any Federal
grant, the making of any Federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any Federal Contract, grant, loan,
or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid 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) This undersigned shall require that the language of this certification be included in the award
documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and Contracts under
grants, loans, and cooperative agreements) and that all sub -recipients 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 pre -requisite for making or
entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to
file the required certification shall be subject to a civil penalty of not less than ten thousand dollars
($10,000) and not more than one hundred thousand dollars ($100,000) for each such failure.
* Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies to
covered Contract/grant transactions over one hundred thousand dollars ($100,000) (per QMB).
5. Debarment, Suspension and Other Responsibility Matters
The Bidder certifies to the best of its knowledge and belief, that it and its principals:
(a) Are not presently debarred, suspended, proposed for debarment, and declared ineligible or
voluntarily excluded from covered transactions by any Federal department or agency;
(b) Have not within a three (3) year period preceding this bid been convicted of or had a civil
judgment rendered against them for commission of fraud or a criminal offense in connection
with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction
or Contract under a public transaction; violation of Federal or State antitrust statutes or
falsification or destruction of records, making false statements, or receiving stolen property;
Dinner Key North Mooring Facility 71 ITB No. 18-19-009
(c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity
(Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.B
of this certification; and
(d) Have not, within a three (3) year period preceding this application, had one (1) or more public
transactions (Federal, State, or local) terminated for cause or default.
(e) In addition, factors to be considered in determining responsibility of prospective contractual
parties shall include but not be limited to:
(1) Bidder does have availability of appropriate financial, material, equipment, facility, and
personnel resources, and expertise, or the ability to obtain them, to meet all contractual
requirements;
(2) Bidder does have a satisfactory record of performance;
(3) Bidder does have a satisfactory record of integrity;
(4) Bidder does possess qualified legal standing to Contract with the City; and
(5) Bidder will comply in supplying all requested information connected with the inquiry
concerning responsibility.
(f) Bidder has not had a termination, suspension, or cancellation of a City Contract, in whole or in
part, for cause, due to a default by the Bidder or Offeror, within the past five (5) years, which
has not been reversed on appeal by a court of competent jurisdiction; or
(g) Bidder has not withheld a payment or nonpayment of moneys due the City from the Bidder or
Offeror, within the past five (5) years, unless the full amount of such moneys due the City.
(h) Have been deposited with a court of competent jurisdiction in Miami -Dade County, Florida,
pursuant to the provisions of Fla. R. Civ. P. 1.600 titled "Deposits in Court," as amended, or
other applicable Federal, State or Local Rules of Court, and are subject to distribution to the
City or withdrawal by the City by order of the court.
The Bidder shall provide any information requested by the Chief Procurement Officer or
Procurement Officer concerning responsibility. If such contractual party fails to provide the
requested information, the determination of responsibility may be made upon available
information or the prospective contractual party may be found non -responsible. The
prospective contractual party may demonstrate the availability of necessary financial,
equipment, facility, and personnel resources by submitting:
(1) Bidder will, upon request, furbish evidence that the contractual party possesses such
necessary resources;
(2) Bidder affirms it has acceptable plans to subcontract for such necessary resources; or
(3) Bidder will, upon request, submit a documented commitment for, or explicit arrangement
with, satisfactory sources to provide such necessary resources.
Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder
shall submit an explanation to the City of Miami in writing.
6. Local Workforce Participation Requirements
The Bidder certifies to the best of its knowledge and belief, that it and its principals:
quarterly basis;
(b) Have identified in City Perms S bcontractor Utilization ("SU") a third party independent who
not with the Contractor; and
(i)
Dinner Key North Mooring Facility 72 ITB No. 18-19-009
(c) The selected third party, who independently verifies compliance with this section, must have a
minimum of two (2) years of experience as required in Ordinance No. 13332, codified as Section
18 80 of the City Code.
Part IV: Certification — Trench Safety Act
The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of Section 553.60, et. seq.,
Florida Statutes, the Trench Safety Act, and will comply with all applicable trench safety standards. Such
assurance shall be legally binding on all persons employed by the Bidder and Subcontractors.
The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable
trench safety standards.
Bidder acknowledges that included in the various items of the bid and in the total bid price are costs for
complying with the Florida Trench Safety Act. These items are a breakout of the respective items involving
trenching and will not be paid separately. They are not to be confused with bid items in the schedule of
prices, nor be considered additional Work.
The Bidder further identifies the costs and methods summarized below:
Description
Total $
Unit Price
Quantity
Price
Extended Method
Attached is a Bid Bond [ ], Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ],
Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ]
No. Bank of
for the sum of Dollars
The Bidder hereby acknowledges and affirms to the contents of this Bid Form and its' response(s) thereto
including without limitations Part I through IV have been, read, understood, and agree to by signing and
completing the spaces provided below.
Bidder Name:
Signature:
Printed
Name/Title:
City/State/Zip:
Email:
Telephone No.: Fax No.:
Social Security No.
or Federal I.D. No.
Dun &
Bradstreet No.
(If applicable)
Dinner Key North Mooring Facility 73 ITB No. 18-19-009
If a partnership, names and addresses of partners:
CERTIFICATE OF AUTHORITY
(IF CORPORATION)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
a corporation organized and existing under the laws of the State
of , held on the day of , a resolution was duly passed and adopted
authorizing (Name) as (Title) of the corporation to execute
bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the
corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full
force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20
Secretary:
Print:
CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
, a partnership organized and existing under the laws of the State
of , held on the day of , a resolution was duly passed and adopted authorizing
(Name) as (Title) of the to execute bids on behalf of the
partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the
partnership.
I further certify that said partnership agreement remains in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20
Partner:
Print:
CERTIFICATE OF AUTHORITY
(IF JOINT VENTURE)
Joint ventures must submit a joint venture agreement indicating that the person signing this bid is
authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement,
each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority
(corporate, partnership, or individual).
Dinner Key North Mooring Facility 74 ITB No. 18-19-009
CERTIFICATE OF AUTHORITY
(IF INDIVIDUAL)
I HEREBY CERTIFY that, I (Name) , individually and doing
business as (d/b/a) (If Applicable) have executed and am
bound by the terms of the bid to which this attestation is attached.
Signed:
Print:
IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20
NOTARIZATION
STATE OF )
COUNTY OF )
The foregoing instrument was acknowledged before me this day of , 20
by , who is personally known to me or who has produced
as identification and who (did / did not) take an oath.
SIGNATURE OF NOTARY PUBLIC
STATE OF FLORIDA
PRINTED, STAMPED OR TYPED
NAME OF NOTARY PUBLIC
Dinner Key North Mooring Facility 75 ITB No. 18-19-009
BID BOND FORM (Page 1 of 3)
State of
County of
City of
)
)
KNOWN ALL PERSONS BY THESE PRESENTS, that as Principal,
as Surety, are held and firmly bound unto the City of Miami, in the
penal sum of dollars ($ ) lawful money
of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the
accompanying bid, dated , 20_, for:
ITB No.: 18-19-009 — DINNER KEY NORTH MOORING FACILITY
NOW THEREFORE:
(a) If the Principal shall not withdraw said bid within one hundred eighty (180) calendar days after date
of opening the same, and shall within ten (10) calendar days after the prescribed forms are
presented to him for signature, enter into a written Contract with the City, in accordance with the
bid as accepted, and give bond with good and sufficient Surety or Sureties, as may be required, for
the faithful performance and proper fulfillment of such Contract; or
(b) In the event if the withdrawal of said bid within the period specified, or the failure to enter into such
Contract and give such bond within the time specified, if the Principal shall pay the City the
difference between the amount specified in said bid and the amount for which the City may procure
the required Work and supplies, if the latter amount be in excess of the former, then the above
obligation shall be void and of no effect, otherwise to remain in full force and virtue.
Dinner Key North Mooring Facility 76 ITB No. 18-19-009
BID BOND FORM (Page 2 of 3)
IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several
seals, this day of 20, the name and corporate seal of each party
being hereto affixed, and these presents duly signed by its undersigned representative, pursuant to
authority of its governing body.
WITNESS: (If Sole Ownership,
Partnership, or Joint Venture,
two (2) Witnesses are required.
If Corporation, Secretary
only will attest and affix seal)
(Signature of authorized officer)
PRINCIPAL:
(Name of Firm)
Affix
Seal
(Title)
(Business Address)
(City/State/Zip Code)
SURETY:
(Corporate Surety)
Affix
Seal
(Surety Secretary) (Signature of Authorized Officer)
(Title)
(Business Address)
(City/State/Zip Code)
Dinner Key North Mooring Facility 77 ITB No. 18-19-009
BID BOND FORM (Page 3 of 3)
CERTIFICATE AS TO CORPORATE PRINCIPAL
, certify that I am the
Secretary of the Corporation named as Principal in the within bond; that
of said corporation; that I know his
signature, and the signature hereto is genuine; and that said bond was duly signed, sealed and attested
for and in behalf of said corporation by authority of its governing body.
(Corporate Seal)
STATE OF
COUNTY OF
CITY OF
Before me, a Notary Public duly commissioned, and qualified, personally
appeared to me well known, who being by me first duly sworn
upon oath, says that he/she is the attorney -in -fact, for the
and that he/she has been authorized by to execute the foregoing bond on
behalf of the Contractor named therein in favor of The City of Miami, Florida.
Subscribed and sworn to before me this day of , 20
INSTRUCTIONS:
Bid Bonds must be
accompanied by a
Power of Attorney, in
compliance with
Instructions to Bidders.
Notary Public, State of Florida at Large
My Commission Expires:
Dinner Key North Mooring Facility 78 ITB No. 18-19-009
QUESTIONNAIRE
This completed form must be submitted with the bid. The City may, at its sole discretion, require
that the Bidder submit additional information not included in the submitted form. Such information
must be submitted within seven (7) calendar days of the City's request. Failure to submit the form,
or additional information upon request by the City, shall result in the rejection of the bid as non-
responsive. Additional pages may be used following the same format and numbering.
By submitting its bid, the Bidder certifies the truth and accuracy of all information contained herein.
A. Business Information
1. a) How many years has Bidder been in business under its current name and ownership?
Professional Licenses/Certifications (include name and number)* Issuance Date
(*include active certifications of small business enterprise and name of certifying entity)
b) Date Bidder licensed by Dept. of Professional Regulation:
c) Qualified Business License: Yes ❑ No ❑ If Yes, Date Issued
d) What is Bidder's business?
(This answer should be specific. For example: paving, drainage, schools, interior renovations, etc.)
e) Name of Qualifier, license number, and relationship to Bidder:
f) Names of previous Qualifiers during the past five (5) years including, license numbers,
relationship to Bidder and years as qualifier for the Bidder.
2. Name and Licenses of any prior companies:
Name of Company
License No. Issuance Date
3. Type of Business Entity:
❑ Corporation ❑ "S" Corporation ❑ LLC ❑ Sole Proprietorship El Other:
(Corporations will be required to provide a copy of their corporate resolution prior to executing a Contract)
Dinner Key North Mooring Facility 79 ITB No. 18-19-009
4. Business Entity Ownership:
a) Identify all owners of the Business Entity.
Name Title
of ownership
b) Is any owner identified above an owner in another company? ❑ Yes ❑ No
If yes, identify the name of the owner, other company names, and % ownership
c) Identify all individuals authorized to sign for the Business Entity, indicating the level of their
authority (check applicable boxes and for other provide specific levels of authority)
Name Title Signatory Authority
All Cost No -Cost Other
❑ ❑ ❑ ❑
0 El
❑ ❑ ❑ ❑
Explanation for Other:
(Note: "All" refers to any type of document including but not limited to Contracts, amendment, change proposal requests
(CPR), change orders (CO), notices, claims. disputes, etc. "Cost" refers to CPRs, COs. No -cost refers to RFIs, Notices,
and other similar documents)
5. Employee Information:
Total No. of Employees: Number of Managerial/Admin. Employees:
Number of Trades Personnel and total number per classification:
(Apprentices must be listed separately for each classification)
How many employees are working under H2B visas?
6. Has any owner or employee of the Bidder been convicted of a federal offense or moral turpitude?
If yes, please explain:
7 Insurance and Bond Information:
a) Insurance Carrier name and address:
b) Insurance Contact Name, telephone, and e-mail:
Dinner Key North Mooring Facility 80 ITB No. 18-19-009
c) Insurance Experience Modification Rating (EMR):
(If no EMR rating please explain why)
d) Number of Insurance Claims paid out in last five (5) years and their corresponding value:
e) Bond Carrier name and address:
f) Bond Carrier Contact Name, telephone, and e-mail:
g) Number of Bond Claims paid out in last five (5) years and their corresponding value:
8. Have any claims lawsuits been file against the Bidder in the past five (5) years? If yes, identify all
Bidder has either settled or an adverse judgment has been issued against Bidder. Identify the
year, basis for the claim or judgment, and settlement; unless the value of the settlement is
covered by a written confidentiality agreement.
9. To the best of Bidder's knowledge, is Bidder or any of Bidder's officers currently under
investigation by any law enforcement agency or public entity? If yes, provide details:
10. Has Bidder been assessed liquidated damages or defaulted on a Project in the past five (5) years?
Yes ❑ No ❑ If yes, provide an attachment that provides an explanation of the Project.
11. Has Bidder been cited for any OSHA violations in the past five (5) years? If yes, please provide an
attachment including all details on each citation.
12. Provide an attachment listing all of the equipment, with a value of five thousand dollars ($5,000) or
greater, owned by the Bidder.
B. Project Management and Subcontract Details
1. Bidder's Project Manager for this Project:
a) Name:
b) Years employed by Bidder:
c) Licenses/Certifications:
d) Last three (3) Projects with the company including role, Scope of Work, and value:
Dinner Key North Mooring Facility 81 ITB No. 18-19-009
2. Subcontractors:
Name
Trade
%ofWork
License No. Certification*
(*active certifications of small business enterprise and name of certifying entity)
3. Scope of Physical Labor Construction Work to be performed by Bidder and the corresponding
percentage of the Work: (This does not include such items as insurance ` bonds, dumpsters, trailers, and other similar non -
construction Work items)
Dinner Key North Mooring Facility 82 ITB No. 18-19-009
« itu of Aliatni
Form: ITB-PRR
To Whom It May Concern
Subject: Reference Letter
Name of Bidder:
The above referenced Bidder is responding to a bid that has been issued by the City of Miami. The City
requires that the Bidder provide written references with their bid submission. By providing you with this
document, the Bidder is requesting that you provide the following reference information. The City would
appreciate you providing the information requested below, as well as any other information you feel is
pertinent:
Name of Referenced Project:
The;Folloidnci Sec6ort to be Cornpletec .bythe f?rject Qwr erj
Scope of Referenced Work:
Did the Scope involve marine and/or overwater marina utility construction? ❑ Yes ❑ No
Value of Project: $ Date Completed:
Percentage of physical construction Work self -performed by Bidder:
Was Project completed on time and within budget:❑ Yes ❑ No
If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No
If yes, please provide details:
Comments:
Name of Project Owner: Date:
Signature of Project Owner's Representative:
Title:
Telephone: E-mail:
Sincerely,
Annie Perez, CPPO, Director
Department of Procurement
Dinner Key North Mooring Facility 83 ITB No. 18-19-009
its 4 [ ami
Form: ITB-GCR
To Whom It May Concern
Subject: Reference Letter
he Fa nning Secfic" to tfe Ccirfl tsc 6y QetheratOtrackg.
Name of General Contractor:
The above referenced General Contractor ("GC") is responding to a bid that has been issued by the City of
Miami. The City requires that the GC provide written references with their bid submission. By providing you
with this document, the GC is requesting that you provide the following reference information. The City would
appreciate you providing the information requested below, as well as any other information you feel is
pertinent:
Name of Referenced Project:
:lFoltciwii�g'Sac6on:to Co npIefed by`teePts sect QwPer_`
Scope of Referenced Work:
Did the Scope involve marine and/or overwater marina utility construction? ❑ Yes ❑ No
Value of Project: $ Date Completed:
Percentage of physical construction Work self -performed by GC: ok
Was Project completed on time and within budget:❑ Yes ❑ No
If no, was the GC at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No
If yes, please provide details:
Comments:
Name of Project Owner: Date:
Signature of Project Owner's Representative:
Title:
Telephone: E-mail:
Sincerely,
Annie Perez, CPPO, Director
Department of Procurement
Dinner Key North Mooring Facility 84 ITB No. 18-19-009
FFICE LOCATION AFFIDAVIT (Page 1 of 3)
PI
IF
DE
e type or print clearly. This Affidavit must be completed in full, signed, and notarized ONLY
MAINTAIN AN OFFICE WITHIN THE CORPORATE LIMITS OF THE CITY OF MIAMI AS
FI • BY CITY CODE SECTION 18-73.
Legal Name o irm:
Entity Type: (C k One) ❑ Partnership ❑ Sole Proprietorship ❑ Corporation
Corporation Docume o:
Occupational License No:
PRESENT Street Address:
City:
PREVIOUS Street 11
Date Established
Date of Issuance
• e Location (Establishment of the Bidder):
State:
How long at this location:
�t
Applicable
City: State:
How long at this location:
According to Section 18-73 of the City of Miami Co
City of Miami "Local Office" means a business within the
as amended:
which meets all of the following criteria:
1) Has had a staffed and fixed office or distribution point, op
verifiable street address that is located within the corporate limit
months immediately preceding to the date bids were received for
purposes of this section, "staffed" shall mean verifiable, full-time, on
a minimum of forty (40) hours per calendar week, whether as a duly au
or owner of the local business. A post office box shall not be sufficien
the City; and
ting within a permanent structure with a
f the City for a minimum of twelve (12)
e purchase or Contract at issue. For
e employment at the local office for
rized employee, officer, principal,
constitute a local office within
2) If the business is located in the permanent structure pursuant to a lease, s
for a term of no less than twelve (12) months, been in effect for no less th
immediately preceding the date bids were received, and be available for review a
Procurement Officer or its designee; for recently -executed leases that have been
less than the twelve (12) months immediately preceding the date bids were received,
lease within the corporate limits of the City that documents, in writing, continuous busin
the corporate limits of the City for a term of no less than twelve (12) months immediat
date bids were received shall be acceptable to satisfy the requirements of this sectio
available for review and approval by the Chief Procurement Officer or its designee; further
historical, cleared rent checks or other rent payment documentation in writing that document
tenancy shall be available for review and approval by the Chief Procurement Officer or its desig
h lease must be in writing,
the twelve (12) months
approval by the Chief
effect for any period
rior fully -executed
residence within
preceding the
and shall be
quiring that
cal office
e; and
Dinner Key North Mooring Facility
85 ITB No. 18-19-009
FFICE LOCATION AFFIDAVIT (Page 2 of 3)
3) :s had for a minimum of twelve (12) months immediately preceding the date bids were received for
the p chase or Contract at issue, a current Business Tax Receipt issued by both the City and Miami -Dade
Count .f applicable; and
4) Has ha
the purchas
by either the
for a minimum of twelve (12) months immediately preceding the date bids were received for
r Contract at issue, any license or certificate of competency and certificate of use required
or Miami -Dade County that authorizes the performance of said business operations; and
5) Has certified i riting its compliance with the foregoing at the time of submitting its bid to be eligible for
consideration und- this section; provided, however, that the burden of proof to provide all supporting
documentation in suort of this local office certification be borne by the business applicant submitting a
bid.
According to Section 18
of the City of Miami Code, as amended:
"When a responsive, respons e non -local Bidder submits the lowest bid price, and the bid submitted by
one or more responsive, respo ible local Bidders who maintain a local office, as defined in City Code
Section 18-73, is within fifteen pe -nt (15%) of the price submitted by the non -local Bidder, then that non -
local Bidder and each of the af. -mentioned responsive, responsible local Bidders shall have the
opportunity to submit a best and finbid equal to or lower than the amount of the low bid previously
submitted by the non -local Bidder. Co act award shall be made to the lowest responsive, responsible
Bidder submitting the lowest best and fin. bid. In the case of a tie in the best and final bid between a local
Bidder and a non -local Bidder, Contract award shall be made to the local Bidder."
The intention of thi Applicable economic development
within the corporat li t f
•
I (we) certify, under penalty of perjury, that the office ation of our firm has not been established with the
sole purpose of obtaining the advantage granted bona .e local Bidders by this section.
Print Name
Title
Authorized Signature
Print Name
Title
thorized Signature
Dinner Key North Mooring Facility
86
ITB No. 18-19-009
OFFICE LOCATION AFFIDAVIT (Page 3 of 3)
(
the
t be signed by the corporate secretary of a Corporation or one (1) general partner of a partnership or
prietor of a sole proprietorship or all partners of a joint venture.)
NOTARIZATION
STATE OF FLORIDA, • UNTY OF MIAMI-DADE
That: personally appeared before me
and acknowledged the foregg instrument as his/her act and deed.
That he/she has produced
TARY PUBLIC:
as identification.
My Com 4on Expires.
NotApp IcabiPlease submitwith Bid Form co ie ational License,Cityof Miami and Miami -Dade County
p
Business Licenses, professional and/or trade License to verify local office preference. The City of
Miami also reserves the right to request a copy o he corporate charter, corporate income tax filing
return, and any other documents(s) to verify the Is ation of the firm's office.
Dinner Key North Mooring Facility
87
ITB No. 18-19-009
CERTIFICATE OF COMPLIANCE CITY CODE SECTIONS 18-87, 18-89 and 18-120
hereby certify that:
i) am the (President/Secretary or
ipal) of (Bidder's Firm);
ii) I hav- -ad Sections 18-87, 18-89 and 18-120 of the City of Miami Procurement Code;
a. ( • der) hereby acknowledges that
the . arded Contract has an on -site labor component greater than or equal to twenty-five
percen 5%), and therefore agrees to assign a minimum of fifteen percent (15%) of the
Contract ue to firms currently certified by Miami -Dade County as a Small Business
Enterprise (" : E");
OR
b. (Bidder) hereby is certified by Miami -
Dade County as a SBE and will self -perform to meet the minimum fifteen percent (15%)
SBE requirement. An activ opy of the Bidder's SBE certification must be included in the bid
document.
iii) (Bidder) hereby agrees to comply with the Local
Workforce Parti a ' n Re irem s stated in lion 18-89 ■ th City of Miami Procurement
Code.
iv) (Bidder)
not RppllC
Responsible Wages and Benefits Requireme
Procurement Code.
OPTIONAL:
v) (Bidder)
pursuant to Item iii), above, to certified SBE firms who -intain a "Local Office", as defined in
City Code Section 18-73;
a eto comply with the
stated in Section 18-120 of the City of Miami
STATE OF
COUNTY OF
ereby agrees to make assignments
Before me, a Notary Public duly commissioned, qualified and - 'ng personally, appeared
to me well known, who being . me first duly sworn upon
oath says that he/she has been authorized to execute the foregoing Certificate of pliance with Sections
18-87, 18-89 and 18-120 of the City of Miami Procurement Code on behalf of Bi. 'er named therein in
favor of the City.
Subscribed and sworn to before me this day of
My commission expires:
Bonded by
Notary Public, State of •rida at
Large
Dinner Key North Mooring Facility
88 ITB No. 18-19-009
This Secti
THIS FORM MUST BE COMPLETED BY BIDDERS FOR PROJECTS WITH SBE REQUIREMENTS
SCHEDULE OF INTENT AFFIDAVIT (SOI)
SMALL BUSINESS ENTERPRISE PROGRAM ("SBE")
ust be completed by the Bidder/Proposer and the SBE Subcontractor that will be utilized for scopes of work on the project
Name of Bidder:
Address:
Project Name:
Contract Dollar Amount:
Contact Person:
Phone No.:
Project Number:
15% SBE Dollar Amount:
Name of Prime Bidder
Certifica
No. (if
applicable)
Certification
Expiration Date
if applicable)
Type of SBE Work to be
performed by the Bidder (if
applicable)
Bidder's self-
performance
percentage (%)
of Contract Value
Total Dollar ($) Amount of
Bidder's self -performance
The undersigned intends to perform the following Work in conneon with the above Contract:
Name of Subcontractor
Certificati
No.
Cert' icati
on
l
Type • WE Work to
I certify that the representations contained in this form are true and accurate to the best o
with the above listed SBE Subcontractor(s) if awarded this Contract. Copies of the agreemen
Bidder Signature
Date
Bidder Print Name
Subcontractor
entage (%)
ntract Value
Total Dollar ($) Amount of
Subcontractor's SBE
requirement
knowledge. I affirm that I will enter into sub contractual agreement(s)
ill be immediately made available to the City of Miami as required.
Title
The undersigned has reasonable and uncommitted capacity sufficient to provide the required goods or services,
goods or services, ability to obtain bonding that is reasonably required to provide such goods consistent with norma
meet the bid specifications.
Subcontractor Signature
Date
Dinner Key North Mooring Facility
Subcontractor Print Name
89
Title
enses and permits necessary to provide such
ustry practice, and the ability to otherwise
ITB No. 18-19-009
LOCAL
REQUIRED SUBMISSION WITH BIDDER'S BID
ORKFORCE PARTICIPATION BID QUESTION:
List all Contra
Workforce Partici
past three (3) years
consider the Bidder's a
(3) years in making any fut
compliance with these requirem
for the City of Miami in the past th
and address each of the important ite
n requirements. The City will review all Contracts Bidder has performed for the City in the
ccordance with Section 18-89 of the City Code, which requires that "the City shall
ence to the City's Local Workforce Participation requirements within the past three
Contract awards. The solicitation documents will include the Contractor's past
s of the City." As such, the Bidder must list and describe all Work performed
3) years. Please provide factually detailed responses for each Project,
elow.
Bidder has performed for the City of Miami in the past three (3) years, which included Local
(
Contract number, name and brie -scription of Work;
Total dollar value of the Contract;
Dates coveririn tlb2 term of the
Percentage
Breakdown of local workforce used
trade and category);
ntract; is
icable
mkt the reirements (number of persons broken down by
If Bidder's company was unable to meet the Local Worce Participation requirements, explain
the reasons why, and what efforts, if any, were utilized Bidder to attempt to meet these
requirements;
If the Project was over one million dollars ($1,000,000) did Bidder h. a job fair(s), if yes, provide
the date and location of the job fair(s), number of attendees;
Was a third party hired to verify and certify compliance with the Local kforce Participation
requirements, if yes were all requirements met, what was the third party's na nd provide their
current contact information;
Was the five percent (5%) retainage fee released to Bidder by the City upon Project pletion,
and
If Bidder did not meet the goals, did you seek a waiver of the program requirements from any
officials? Please explain in detail.
THIS Contract # made this
day of
in the year 20 in the amount of
$Click here to enter text. by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "CITY,"
and Click here to enter text., hereinafter called the "Contractor."
Dinner Key North Mooring Facility 90 ITB No. 18-19-009
SECTION 5
CONTRACT EXECUTION FORMS
Contract Execution Form
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above
written.
WITNESS/ATTEST ., a Florida corporation
Signature Signature
Print Name, Title Print Name, Title of Authorized Officer or Official
ATTEST: (CORPORATE SEAL)
CONTRACTOR Secretary
(Affirm Contractor Seal, if available)
APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND
REQUIREMENTS: CORRECTNESS:
Ann Marie Sharpe, Director Victoria Mendez, City Attorney
Risk Management Department
ATTEST: CITY OF MIAMI, a municipal corporation of the
State of Florida
Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager
Dinner Key North Mooring Facility 91 ITB No. 18-19-009
CORPORATE RESOLUTION
WHEREAS, , desires to enter into a Contract with the City of Miami
for the purpose of performing the Work described in the Contract to which this resolution is attached; and
WHEREAS, the Board of Directors at a duly held corporate meeting has considered the matter in accordance
with the By -Laws of the corporation;
Now, THEREFORE, BE IT RESOLVED BY THE BOARD OF
DIRECTORS that the
(Type title of officer)
, is hereby authorized
(Type name of officer)
and instructed to enter into a Contract, in the name and on behalf of this corporation, with the City of Miami upon
the terms contained in the proposed Contract to which this resolution is attached and to execute the
corresponding performance bond.
DATED this day of , 20
Corporate Secretary
(Corporate Seal)
Dinner Key North Mooring Facility 92 ITB No. 18-19-009
FORM OF PERFORMANCE BOND (Page 1 of 2)
BY THIS BOND, We , as Principal, hereinafter called Contractor,
and , as Surety, are bound to the City of Miami, Florida, as Obligee,
hereinafter called City, in the amount of Dollars
($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally.
WHEREAS, Contractor has by written agreement entered into a Contract, bid/Contract ITB No: 18-19-009
Dinner Key North Mooring Facility, awarded the day of , 20 , with City
which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include
provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter
referred to as the "Contract";
THE CONDITION OF THIS BOND is that if Contractor:
1. Performs the Contract between Contractor and City for construction of
the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the
Contract; and
2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate
proceedings, that City sustains as a result of default by Contractor under the Contract; and
3. Performs the guarantee of all Work and materials furnished under the Contract for the time specified in the
Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT.
4. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having
performed City obligations hereunder, the Surety may promptly remedy the default, or shall promptly:
4.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or
4.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the
Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City
elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a
Contract between such Bidder and City, and make available as Work progresses (even though there
should be a default or a succession of defaults under the Contract or Contracts of completion
arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the
Contract Price; but not exceeding, including other costs and damages for which the Surety may be
liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract
Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under
the Contract and any amendments thereto, less the amount properly paid by City to Contractor.
Dinner Key North Mooring Facility 93 ITB No. 18-19-009
FORM OF PERFORMANCE BOND (Page 2 of 2)
No right of action shall accrue on this bond to or for the use of any person or corporation other than City named
herein.
The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and
compliance or noncompliance with any formalities connected with the Contract or the changes does not affect
Surety's obligation under this Bond.
Signed and sealed this day of , 20 .
WITNESSES:
(Name of Corporation)
(Secretary) By:
(Signature)
(CORPORATE SEAL)
IN THE PRESENCE OF:
(Print Name and Title)
INSURANCE COMPANY:
By:
(Agent and Attorney -in -Fact)
Address:
(Street)
(City/State/Zip Code)
Telephone No.:
Dinner Key North Mooring Facility 94 ITB No. 18-19-009
FORM OF PAYMENT BOND (Page 1 of 2)
BY THIS BOND, We , as Principal, hereinafter called
Contractor, and , as Surety, are bound to the City of Miami, Florida, as
Obligee, hereinafter called City, in the amount of
Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs,
executors, administrators, successors and assigns, jointly and severally.
WHEREAS, Contractor has by written agreement entered into a Contract, ITB. No. 18-19-009 Dinner
Key North Mooring Facility, awarded the day of , 20 , with City which
Contract Documents are by reference incorporated herein and made a part hereof, and specifically include
provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter
referred to as the "Contract";
THE CONDITION OF THIS BOND is that if Contractor:
1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that
City sustains because of default by Contractor under the Contract; and
2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials, and
supplies used directly or indirectly by Contractor in the performance of the Contract;
THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND
EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS:
2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for
its labor, materials, or supplies shall, within forty-five (45) calendar days after beginning to furnish labor,
materials, or supplies for the prosecution of the Work, furnish to Contractor a notice that he intends to
look to the bond for protection.
2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials,
or supplies shall, within ninety (90) calendar days after performance of the labor or after complete delivery
of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of
the labor or delivery of the materials or supplies and of the nonpayment.
2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless
the notices stated under the preceding conditions (2.1) and (2.2) have been given.
2.4. Any action under this Bond must be instituted in accordance with the longer of the applicable Notice and
Time Limitations provisions prescribed in Section 255.05(2), or Section 95-11, Florida Statutes.
Dinner Key North Mooring Facility 95 ITB No. 18-19-009
FORM OF PAYMENT BOND (Page 2 of 2)
The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and
compliance or noncompliance with any formalities connected with the Contract or the changes does not affect
the Surety's obligation under this Bond.
Signed and sealed this day of , 20
ATTEST:
By:
CONTRACTOR:
(Name of Corporation)
(Secretary) (Signature)
(Corporate Seal) (Print Name and Title)
day of , 20
IN THE PRESENCE OF: INSURANCE COMPANY:
By:
(Agent and Attorney -in -Fact)
Address:
(Street)
(City/State/Zip Code)
Telephone No.:
Dinner Key North Mooring Facility 96 !TB No. 18-19-009
CERTIFICATE AS TO CORPORATE PRINCIPAL
, certify that I am the Secretary of
the corporation named as Principal in the foregoing Performance and Payment Bond
(Performance Bond and Payment Bond); that , who signed the
Bond(s) on behalf of the Principal, was then of said corporation; that I know
his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly
signed, sealed and attested to on behalf of said corporation by authority of its governing body.
Secretary (on behalf of)
Corporation
STATE OF
COUNTY OF
(SEAL)
Before me, a Notary Public duly commissioned, qualified and acting personally, appeared
to me well known, who being by me first duly
sworn upon oath says that he/she has been authorized to execute the foregoing Performance
and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named
therein in favor of City.
Subscribed and sworn to before me this day of
20
My commission expires:
Notary Public, State of Florida at Large
Bonded by
Dinner Key North Mooring Facility 97 ITB No. 18-19-009
QIitu of Aiianti
PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE
LETTER OF CREDIT
(Page 1 of 2)
Date of Issue:
Issuing Bank's No.:
Beneficiary: Applicant:
City of Miami Amount:
444 S.W. 2nd Avenue (in United States Funds)
Miami, Florida 33130
Expiry:
(Date)
Bid/Contract No.:
We hereby authorize you to draw on
(Bank, Issuer name)
at by order
(Branch address)
of and for the account of
(Contractor, applicant, customer)
up to an aggregate amount, in United States Funds, of available by your
drafts at sight, accompanied by:
1. A signed statement from the City Manager or his authorized designee, that the drawing
is due to default in performance of certain obligations on the part of
•(Contractor, applicant, customer) agreed upon by and between the City of Miami, Florida
and (Contractor, applicant, customer), pursuant to Bid/Contract No.
for
(name of Project) and Section 255.05, Florida Statutes.
Drafts must be drawn and negotiated not later than
(Expiration date)
Dinner Key North Mooring Facility 98 ITB No. 18-19-009
fEitg of CTiami
PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE
LETTER OF CREDIT
(Page 2 of 2)
Drafts must bear the clause: "Drawn under Letter of Credit No. (Number),
of (Bank name) dated
This Letter of Credit shall be renewed for successive periods of one (1) year each unless we
provide the City of Miami with written notice of our intent to terminate the credit herein extended,
which notice must be provided at least thirty (30) calendar days prior to the expiration date of the
original term hereof or any renewed one (1) year term. Notification to the City that this Letter of
Credit will expire prior to performance of the Contractor's obligations will be deemed a default.
This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not
in any way be modified, or amplified by reference to any documents, instrument, or agreement
referred to herein or to which this Letter of Credit is referred, or this Letter of Credit relates, and
any such reference shall not be deemed to incorporate herein by reference any document,
instrument, or agreement.
We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under
and in compliance with the terms of this credit that such drafts will be duly honored upon
presentation to the drawee.
Obligations under this Letter of Credit shall be released one (1) year after the Final Completion
of the Project by the
(Contractor, applicant, customer)
This Credit is subject to the "Uniform Customs and Practice for Documentary Credits,"
International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions
of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits
and Florida law should arise, Florida law shall prevail. If a conflict between the law of another
state or country and Florida law should arise, Florida law shall prevail.
Authorized Signature
Dinner Key North Mooring Facility 99 ITB No. 18-19-009
QI t IIf Aiiami
FORM A
INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY
If the Bidder is submitting as a joint venture, please be advised that these two (2) pages MUST
be completed, and the REQUESTED written joint -venture agreement MUST be attached and
submitted with this form.
1. Name of joint venture:
2. Address of joint venture:
3. Phone number of joint venture:
4. Identify the firms that comprise the joint venture:
5. Describe the role of the MBE firm (if applicable) in the joint venture:
6. Provide a copy of the joint venture's written contractual agreement.
7. Control of and participation in this Agreement. Identify by name, race, sex, and "firm" those
individuals (and their titles) who are responsible for day-to-day management and policy
decision -making, including, but not limited to, those with prime responsibility for:
(a) Financial decisions:
(b) Management decisions, such as:
(1) Estimating:
(2) Marketing and sales:
Dinner Key North Mooring Facility 100 ITB No. 18-19-009
L
Titi Aiianti
(3) Hiring and firing of management personnel:
(4) Purchasing of major items or supplies:
(c) Supervision of field operations:
NOTE: If, after filing this form and before the completion of the joint venture's work on the subject
Contract, there is any significant change in the information submitted, the joint venture must
inform the City in writing.
AFFIDAVIT
"The undersigned swear or affirm that the foregoing statements are correct and include all
material information necessary to identify and explain the terms and operation of our joint venture
and the intended participation by each joint venture in the undertaking. Further, the undersigned
covenant and agree to provide to the City current, complete, and accurate information regarding
actual joint venture work and the payment therefore and any proposed changes in any of the
joint venture relevant to the joint venture, by authorized representatives of the City. Any material
misrepresentation will be grounds for terminating any Contract which may be awarded and for
initiating action under Federal or State laws concerning false statements."
Name of Bidder: Name of Bidder:
Signature: Signature:
Name: Name:
Title: Title:
Date: Date:
Dinner Key North Mooring Facility 101 ITB No. 18-19-009