Loading...
HomeMy WebLinkAboutCRA-R-25-0019 Exhibit ACity of Miami Invitation for Quotation (IFQ) Procurement Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: www.miamigov.com/procurement IFQNumber: Title: Issue Date/Time: IFQClosing Date/Time: Pre-Bid/Pre-Proposal Conference: Pre-Bid/Pre-Proposal Date/Time: Pre-Bid/Pre-Proposal Location: Deadline for Request for Clarification: Contracting Officer: Hard Copy Submittal Location: Contracting Officer E-Mail Address: Contracting Officer Facsimile: 1874386 Furnish & Install Grease Trap 07-JUN-2024 Voluntary Virtual via Microsoft TEAMS, +1 786-598-2961 ID: Soto, Teresa City of Miami - Procurement 444 SW 2 Ave, 6th Floor Miami FL 33130 US TSoto@miamigov.com (305)400-5024 Page 1 of 16 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name. PROPOSER NAME ADDRESS• PHONE: FAX EMAIL: CELL(Optional) • SIGNED BY• TITLE: DATE - FAILURE TO COMPLETE. SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. Page 2 of 16 Certifications Will Subcontractor(s) be used? (Yes or No) If Subcontractor(s) will be used, please indicate name and the extend of the work they will be performing under this contract If Subcontractor(s) will be used, copies of their license(s) must be attached to your bid response. Have you attached copies of their license(s)? Yes or No Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 01/01/2024). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Does Bidder have any pending lawsuits with or against the City of Miami, any of its agencies and/or instrumentalities? (Yes or No). If Yes, please list. Does Bidder have any record of criminal activities? (Yes or No). If Yes, please list. Has Bidder declared bankruptcy within the past seven (7) years? (Yes or No). If Yes, when? Does Bidder have any prior or pending litigation, either civil or criminal, involving a governmental agency, or which may affect the performance of the services to be rendered herein, in which the Bidder, any of its employees, or subcontractors is or has been involved in within the last five (5) years? (Yes or No). If Yes, please list. Page 3of16 Line: 1 Description: Total Price, Inclusive of Parts, Equipment, Materials, Labor, and All Permits, to Furnish and Install a Grease Trap, Pursuant to Section 3.1, Specifications/Scope of Work. Category: 21075-00 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: $ Page 4 of 16 Invitation for Quotation (IFQ) 1874386 Table of Contents Terms and Conditions 6 1. General Conditions 6 1.1. GENERAL TERMS AND CONDITIONS 6 2. Special Conditions 7 2.1. Building/Specialty Trades Contract Provision 7 2.2. PRE -BID CONFERENCE 7 2.3. VOLUNTARY SITE VISIT 7 2.4. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 7 2.5. BIDDER'S MINIMUM QUALIFICATION REQUIREMENTS 7 2.6. METHOD OF AWARD 8 2.7. INSURANCE REQUIREMENTS 8 2.8. NONDISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITH DISABILITIES ACT 10 2.9. LOCAL OFFICE PREFERENCE 11 2.10. PUBLIC ENTIRY CRIMES 11 2.11. E-VERIFY EMPLOYMENT VERIFICATION 11 2.12. TIE BIDS 11 2.13. SUBCONTRACTOR SHALL BE IDENTIFIED 12 2.14. NOTICE REGARDING "CURES" 12 2.15. PROJECT MANAGER 13 2.16. LIQUIDATED DAMAGES 13 2.17. ADDITION/DELETION OF FACILITIES/PRODUCTS/ITEMS/SERVICES/SUPPLIERS 13 2.18. SAFETY MEASURES 13 2.19. PUBLIC SAFETY 14 2.20. PRIMARY CLIENT 14 2.21. TERMINATION 14 3. Specifications 16 3.1. SPECIFICATIONS/SCOPE OF WORK 16 Page 5 of 16 Invitation for Quotation (IFQ) 1874386 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS 1.2. Please quote on the Invitation for Quotation, your best price, terms, and delivery for the items specified therein. Substitute offers will be considered if differences in specifications are explained, unless "No Substitution" is specified. 1.3. All quotations are to be F.O.B. Destination unless otherwise indicated. 1.4. If submitting a hardcopy format, this form must be completed in full, signed and returned, in order to be valid. 1.5. A copy of current City of Miami Occupational License must be submitted, in order to qualify for the City's Local Preference Ordinance 1.6. Prices shall be firm for a minimum of 180 days after receipt of Quotation. 1.7. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. Page 6 of 16 Invitation for Quotation (IFQ) 1874386 2. Special Conditions 2.1. Building/Specialty Trades Contract Provision This Request for Price Quotation is issued pursuant to Section 2.24 of the Building/Specialty Trades Contract, RFQ 184144. Prices quoted under this solicitation shall be in accordance with the terms and conditions of RFQ 184144, in addition to those specified herein. 2.2. PRE -BID CONFERENCE Potential Bidders are not required to attend the Voluntary Pre -Bid Conference, which will occur on , at Virtual via Microsoft TEAMS, +1 786-598-2961 ID:. A discussion of the requirements of the Solicitation will occur at that time. Each potential Bidder is required, prior to submitting a Bid, to acquaint itself thoroughly with any and all conditions and/or requirements that may in any manner affect the work to be performed. No allowances will be made because of lack of knowledge of these conditions. Bidders are encouraged to visit the site. The purpose of the Pre -Bid Conference is to allow potential Bidders an opportunity to present questions to City staff and obtain clarification of the requirements of the Solicitation documents. Attendance is Voluntary. 2.3. VOLUNTARY SITE VISIT Prior to submitting the Bid, the Bidder is encouraged to visit the site of the proposed work and to become familiar with any conditions, which may in any manner, affect the work to be done or affect the equipment, materials and labor required. The Bidder should examine carefully the specifications and be thoroughly informed regarding any and all conditions and requirements that may in any manner affect the work to be performed under the contract. No additional allowances will be made because of lack of knowledge of these conditions. For a site visitation appointment, contact Frances Llop-Noy, at 305-679-6868, or via email at FLlop-Noy@miamigov.com. At the site visit, the Project Manager or designee will not be able to answer any questions. Please submit your questions via email to Teresa Soto, tsoto@miamigov.com, by the Deadline for Receipt of Request for Additional Information/Clarification as stated in Section 2.4. 2.4. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the Procurement Department, Attn: Teresa Soto; fax: (305) 400-5024 or email: tsoto@miamigov.com. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than All responses to questions will be sent to all prospective bidders/proposers in the form on an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.5. BIDDER'S MINIMUM QUALIFICATION REQUIREMENTS Bids will only be considered from firms that are regularly engaged in the business of providing goods and/or services described herein for three (3) years. The Bidder shall: 1. Have and submit a Plumbing Contractor's License or a General Contractor's License as issued by the State of Florida Department of Business and Professional Regulation (DPBR), and be able to pull permits as Page 7of16 Invitation for Quotation (IFQ) 1874386 required by the City of Miami, Miami -Dade County, and DERM, necessary to perform the proposed work; 2. Have the same Federal Employee Identification Number (FEIN) for the last three (3) consecutive years; 3. Submit three (3) references, for your firm, for projects of similar type within the past three (3) consecutive years, using the Reference Sheet located in the Header/Notes and Attachment Section of this solicitation, evidencing the minimum three (3) consecutive years' experience in the proposed work. The Bidder may only use one (1) department as a reference from each entity. This is reflected in the Certification Section of this solicitation; 4. Have never filed for bankruptcy, be in sound fmancial condition, have no record of civil litigation or pending lawsuits involving criminal activities of a moral turpitude, and shall not have conflicts of interest with the City; and 5. Not have any member, principal, officer, or stockholder who is in arrears or in default of any debt or contract involving the City, is a defaulter or surety upon any obligation to the City, and/or has failed to perform faithfully any contract with the City. Notes: 1. Copies of the license and Reference Sheet, as listed above, for your firm, shall be provided with your quote submittal; and 2. Failure to submit license and Reference Sheet, as listed above, with your quote submittal, shall render your quote non -responsive. 2.6. METHOD OF AWARD Award of this contract will be made to the lowest responsive and responsible bidder who meets Specifications, herein. 2.7. INSURANCE REQUIREMENTS INDEMNIFICATION Successful Bidder shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, 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 Successful Bidder and persons employed or utilized by Successful Bidder in the performance of this Contract. Successful Bidder 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 or similar claims, injuries or damages arising or resulting from the permitted 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 claim or demand, the Successful Bidder shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Successful Bidder expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Successful Bidder to defend, at its own expense, to and through trial, administrative, appellate, supplemental 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 against the City, whether performed by the Successful Bidder, or persons employed or utilized by Page 8 of 16 Invitation for Quotation (IFQ) 1874386 Successful Bidder. 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. Successful Bidder shall require all sub -contractor agreements to include a provision that each sub -contractor will indemnify the City in substantially the same language as this Section. The Successful Bidder 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 Successful Bidder in which the City participated either through review or concurrence of the Successful Bidder's actions. In reviewing, approving or rejecting any submissions by the Successful Bidder or other acts of the Successful Bidder, the City, in no way, assumes or shares any responsibility or liability of the Successful Bidder 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 Successful Bidder. Please see Insurance Addendum for insurance definitions, requirements, and conditions. The Successful Bidder shall furnish to City of Miami, c/o Procurement Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: (1) Worker's Compensation A. Limits of Liability - Statutory - State of Florida (2) Commercial General 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 Personal and Adv. Injury. Products and Completed Operations and Fire Damage: $1,000,000. B. Endorsements Required: City of Miami included as an Additional insured. Employees included as insured. Contractual Liability. (3) Business Automobile Liability A. Limits of Liability Bodily injury and property damage liability combined single limits Any Auto, including hired, borrowed or owned, or non -owned autos used in connection with the work - $1,000,000 B. Endorsements Required: City of Miami included as an Additional Insured BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the Successful Bidder. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than "A" as to management, and no less than "Class V" as to fmancial strength, Page 9of16 Invitation for Quotation (IFQ) 1874386 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. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the Bidder of his liability and obligation under this section or under any other section of this Agreement. --If insurance certificates are scheduled to expire during the contractual period, the Successful Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: (4) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation for Quotation. (5) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the Successful Bidder in conjunction with the General and Special Terms and Conditions of the Bid. The Successful Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Successful Bidder. 2.8. NONDISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITH DISABILITIES ACT Successful Bidder/Proposer/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. Successful Bidder/Proposer/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, Successful Bidder/Proposer/Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Successful Bidder/Proposer/Contractor affirms that it shall not discriminate as to race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used in connection with its performance under the Formal Solicitation. Furthermore, Successful Bidder/Proposer/Contractor affirms that no otherwise qualified individual shall solely by reason of their race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used, be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Successful Bidder/Proposer/Contractor shall not discriminate against any person on the basis of race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used. All persons having appropriate qualifications shall be afforded equal opportunity for employment. Page 10 of 16 Invitation for Quotation (IFQ) 1874386 2.9. LOCAL OFFICE PREFERENCE Proposers/Bidders wishing to apply for the local office preference shall comply with the General Terms and Conditions, Section 1.50 Local Preference of RFQ 184144 Request for Pre -Qualification of General Bldg./Eng. & Specialty Trade Contractor, and with Section 18-73 of the City of Miami Procurement Code, titled "Defmitions", and shall submit with the Proposal or Bid at the time of the Proposal/Bid due date the following: • Completion and submission of the attached City of Miami Local Office Certification Form; • Submission of a copy of the Proposer's lease documents at the location being deemed a City of Miami Local Office; • Submission of a City of Miami Business Tax Receipt; • Submission of a Miami Dade County Business Tax Receipt; and • Submission of a copy of the license, certificate of competency, and certificate of use that authorizes the performance of the Proposer/Bidder. 2.10. PUBLIC ENTIRY CRIMES To be eligible for award of a contract, firms wishing to do business with the City must comply with Section 287.133(2)(a) of the Florida Statutes, which provides that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal on a contract to provide any goods or services to a public entity, may not submit a Proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit Proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO, as defined by Section 287.017(2) of the Florida Statutes, for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 2.11. E-VERIFY EMPLOYMENT VERIFICATION Successful Bidder shall E-Verify the employment status of all employees and subcontractors to the extent required by federal, state, and local laws, rules, and regulations. The City shall consider the employment by any Successful Bidder of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the Successful Bidder knowingly employs unauthorized aliens, such violation shall be cause for termination of the Contract. Furthermore, the Successful Bidder agrees to utilize the U.S. Agency of Homeland Security's E-Verify System, https://e-verify.uscis.gov/emp , to verify the employment eligibility of all employees during the term of this Contract. The Successful Bidder shall also include a requirement in subcontracts that the subcontractor shall also utilize the E-Verify System to verify the employment eligibility of all employees of the subcontractor during the term of this Contract. 2.12. TIE BIDS Whenever two or more Bids which are equal with respect to price, quality and service are received by the City for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to Page 11 of 16 Invitation for Quotation (IFQ) 1874386 have a drug -free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the action that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. 2.13. SUBCONTRACTOR SHALL BE IDENTIFIED As part of this Quote, the Bidders are required to identify any and all Subcontractors that will be used in the performance of this proposed Contract, their capabilities, and experience. Failure to identify any and all Subcontractors in the Quote shall render the Quote non -responsive, unless, the Successful Bidder submits this documentation to the City within five (5) days after the quote opening. The Successful Bidder shall not, at any time during the tenure of the Contract, subcontract any part of his operations or assign any portion or part of the Contract, to the Subcontractor(s) not originally mentioned in their Quote, except under and by virtue of permission granted by the City through the proper officials. Nothing contained in this specification shall be construed as establishing any contractual relationship between any Subcontractor(s) and the City. The Successful Bidder shall be fully responsible to the City for the acts and omissions of the Subcontractor(s) and their employees, as for acts and omissions of persons employed by the Successful Bidder. 2.14. NOTICE REGARDING "CURES" NOTICE REGARDING "CURES" PLEASE BE ADVISED THAT PROPOSALS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS AND SUBMISSION REQUIREMENTS OF REQUEST FOR QUALIFICATIONS (RFQ), REQUEST FOR PROPOSALS (RFP), INVITATION TO BID (ITB), INVITATION FOR BIDS (IFB), INVITATION FOR QUOTE (IFQ), REQUESTS FOR LETTERS OF INTEREST (RFLI) AND REQUEST FOR SPONSORSHIPS (RFS) SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. ANY SOLICITATION ISSUED AFTER MAY 6, 2019 SHALL COMPLY WITH APM 2-19. APM 2-19 IS ATTACHED HERETO. ONLY MINOR IRREGULARITIES, DEFICIENCIES, AND TECHNICALITIES MAY BE ALLOWED TO BE TIMELY CURED Page 12 of 16 Invitation for Quotation (IFQ) 1874386 BY THE PROPOSER AT THE SOLE DISCRETION OF THE CITY. MATERIAL IRREGULARITIES, DEFICIENCIES, AND TECHNICALITIES CANNOT BE CURED BY THE PROPOSER, AND ARE NOT WAIVABLE BY THE CITY. BIDS SUBMITTED WITH IRREGULARITIES. DEFICIENCIES. AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS AND SUBMISSION REQUIREMENTS OF THIS IFQ SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not give consideration to the curing of any Bids that fail to meet the minimum qualifications and submission requirements of this IFQ. Proposer understands that non -responsive Bids will not be evaluated. 2.15. PROJECT MANAGER Upon award, Successful Bidder shall report and work directly with Frances Llop-Noy or designee, who shall be designated as the Project Manager for the City. 2.16. LIQUIDATED DAMAGES Failure to complete the project in accordance with the specifications and to the satisfaction of the City within the time stated, shall result in liquidated damages being assessed. The Successful Bidder shall be subject to an assessment of liquidated damages in the amount of $100.00 for each and every calendar day the work remains incomplete (not to exceed the total amount of the contract), as compensation due to the City for loss of use and for additional costs incurred by the City due to such noncompletion of the work. The City shall have the right to deduct said liquidated damages from any amount due or that may become due to the Successful Bidder under this agreement or to invoice the Successful Bidder for such damages if the costs incurred exceed the amount due to the Successful Bidder. 2.17. ADDITION/DELETION OF FACILITIES/PRODUCTS/ITEMS/SERVICES/SUPPLIERS Although this Solicitation identifies specific facilities/products/items/services/suppliers, it is hereby agreed and understood that any facility/product/item/service/supplier may be added/deleted to/from this Contract at the option of the City. When an additional facility/product/item/service to the Contract is required, the supplier shall be invited to submit price quotes for these new product(s). If prices are not competitive or not carried, the City maintains the right to add additional suppliers to the Contract to carry those items required. If these quotes are comparable with market prices offered for similar facilities/products/items/services, they shall be added to the Contract, whichever is in the best interest of the City, and an amendment and a separate purchase order shall be issued by the City. 2.18. SAFETY MEASURES Successful Bidder shall take all necessary precautions for the safety of employees, and shall erect and properly maintain at all times all necessary safeguards for the protection of the employees and the public. Danger signs warning against hazards created by their operation and work in progress must be posted. Successful Bidder shall provide adequate barriers, flag person, traffic cones, signs and/or warning devices during the performance of the contract. All employees of Successful Bidder shall be expected to wear safety glasses or goggles, appropriate clothing, and hearing protection when and wherever applicable. The Successful Bidder shall use only equipment that is fully Page 13 of 16 Invitation for Quotation (IFQ) 1874386 operational and in safe operating order. Equipment remaining on site shall be locked and secure. All hand tools shall be removed daily from the site. Successful Bidder shall be especially careful when servicing property when pedestrians and/or vehicles are in close proximity - work shall cease until it is safe to proceed. Any damage to public or private property as the result of operations of the Successful Bidder, shall be the sole responsibility of the Successful Bidder and shall be repaired by the Successful Bidder, their forces, or their selected personnel. 2.19. PUBLIC SAFETY The Successful Bidder shall conduct their work so as to interfere as little as possible with private business or public travel. The Successful Bidder shall, at their own expense, whenever necessary or required, maintain barricades, maintain lights, and take such other precautions as may be necessary to protect life and property, and they shall be liable for all damages occasioned in any way by their actions or neglect or that of their agents or employees. The Successful Bidder shall meet the following noise abatement performance standards for all construction equipment: Between the hours of 7:00 A.M. and 10:00 P.M. noise levels shall not exceed 65 dBA at the nearest residential or commercial property line. Operation of equipment should be avoided between the hours of 10:00 P.M. and 7:00 A.M., but if required, the noise level shall not exceed 65 dBA. 2.20. PRIMARY CLIENT The Successful Bidder agrees upon award of this contract that the City of Miami shall be its primary client and shall be serviced first during a schedule conflict arising between this contract and any other contract Successful Bidder may have with any other cities and/or counties to perform similar services as a result of any catastrophic events such as tornadoes, hurricanes, severe storms or any other public emergency impacting various areas during or approximately the same time. 2.21. TERMINATION A. FOR DEFAULT If Successful Bidder defaults in its performance under this Contract and does not cure the default within thirty (30) days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Successful Bidder shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Successful Bidder was not in default or (2) the Successful Bidder's failure to perform is without his or his Subcontractor's control, fault, or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami. B. FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon thirty (30) days prior written notice when it is in the best interests of the City of Miami. If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Miami, the Successful Bidder will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, for the City of Page 14 of 16 Invitation for Quotation (IFQ) 1874386 Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. Page 15 of 16 Invitation for Quotation (IFQ) 1874386 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK Successful Bidder shall provide all labor, parts, materials, equipment, and all permits, necessary to furnish and install a grease trap at the Omni Community Redevelopment Agency (CRA), located at 1401 North Miami Avenue, Miami, FL 33136. Successful Bidder shall: 1. Provide protection of worksite, inclusive of surrounding areas (i.e., barricades, caution tape, etc.); 2. Provide the construction and removal of any temporary access to site if necessary; 3. Be responsible to open and close all applicable permits; 4. Provide signed and sealed plumbing plans that comply with requirements established in Section 2441.6(8) and (9) of the code of Miami -Dade County; 5. Design, furnish and install approved grease trap of appropriate size, floor sink, drains, and associated piping as required. Installed grease interceptor shall facilitate the pump out of grease. The design shall be done by an approved architect and engineer; 6. Set up dust control measures during any concrete cutting or other dust generating activities; 7. Dispose of all debris off site; and 8. Leave site in ready for use conditions. REFER TO ATTACHMENT A-B LOCATED IN THE HEADER/NO l'ES AND ATTACHMENT SECTION OF THE SOLICITATION, FOR DERM PERMIT APPLICATIONS AND DERM REVIEW CHECKLIST. Notes: 1. Grease Trap installation shall comply with Attachment A- DERM 2.5 FOG Plan Review Checklist; 2. The Successful Bidder shall submit a timeline and schedule of values prior to the commencement of project; 3. Final walkthrough shall be done by the Project Manager or designee prior to the closing out of project; 4. Additional repairs outside the scope of work must be reported to the Project Manager prior to the commencement of repair. No work shall be completed without the written approval of the Project Manager or Designee. ***General Building/Engineering and Specialty Trades Contract No 184144*** **Note: Pursuant to section 2.31. LICENSES AND PERMITS of the General Building/Engineering and Specialty Trades Contract No 184144, Services performed for the City will require licenses and permits in the same manner as private construction projects within the City. The Successful Bidder shall secure, at their expense, all licenses and permits and shall fully comply with all applicable laws, regulations and codes as required by the State of Florida, county, or local ordinances. The Successful Bidder must fully comply with all federal and state laws, county and municipal ordinances, and regulations in any manner affecting the prosecution of the work. Any fines or penalties to the Successful Bidder shall be paid at the Successful Bidder's expense. Page 16 of 16