20-006-14 RAM Marine Services, Inc 1-7-2022CONTRACT NO. 20-006-14
City of Miami Beach,1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139,
www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490, Fax: 786-394-4235
SENT VIA E-MAIL TO:dave@rammarine.com
January 6, 2022
RAM Marine Services, Inc.
Dave Lowell
346 Center Court
Venice, Florida 34285
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO.
2020-006-JC FOR POOL OF PREQUALIFIED CONTRACTORS FOR THE REMOVAL
AND DISPOSAL OF DERELICT OR ABANDONED VESSELS FROM PUBLIC
WATERS ON AN AS-NEEDED BASIS
Dear Mr. Lowell:
RAM Marine Services, Inc. (the “Contractor”) submitted to the City of Miami Beach, Florida (the
“City”) a request to be prequalified for future projects in response to the above-referenced ITB.
This letter shall serve as official notice that on December 1, 2021, the City Manager approved
the Contractor to be prequalified for the removal and disposal services of derelict or abandoned
vessels.
The ITB stipulates and this letter shall confirm that the City Manager shall constitute a binding
contract between the City and the Contractor. It is important to note that no services may be
performed until such time as insurance has been received pursuant to the ITB and the City has
issued a Purchase Order.
If you have any questions regarding this letter of notification of award, you may contact Valerie
Velez, Contract Analyst, Procurement Department, at valerievelez@miamibeachfl.gov or at 305-
673-7490. Otherwise, all other questions should be addressed to the Contract Manager for this
contract, Sgt. Luis Sanchez, Police Department, at luissanchez@miamibeachfl.gov or 305- 673-
7776 ext. 5089.
Sincerely,
Alex Denis
Director Procurement Department
AD/ME/AG
ATTACHMENT A
RESOLUTION & COMMISSION AWARD MEMO
PROCUREMENT DEPARTMENT
REQUEST FOR CITY MANAGER
APPROVAL
2022-118-DF
Requested Action
Piggyback Approval Award of ITQ
Contract Execution Request for Contract Term Renewal
Change Order Approval XXX Other: Approval
Request approval from the City Manager to add, pursuant to the authority established in Resolution 2020 -31258,
derelict vessels removal and disposal contractors to the existing pool for derelict vessels removal and disposal
contractors.
Why is requested action necessary?
Invitation to Bid (ITB) 2020-006-JC
marine
salvage contractors. On May 13, 2020, the Mayor and City Commission adopted Resolution No. 2029-31258 ,
pursuant to Invitation to Bid (ITB) No. 2020-006-JC, authorizing the Administration to keep the ITB active for the
purpose of receiving additional prequalification applications from contractors, and further, authorizes the City
Manager to add contractors deemed qualified to the pool, provided the additional contractors meet the requirements
of the ITB.
The Procurement Department has received an additional four (4) responsive and responsible applications pursuant
to the ITB from: 1) Mainstream Commercial Divers, Inc d/b/a MER Commercial Diving Division, and 2) Kearns
Construction Company, and 3) Fast Response Marine Towing & Salvage LLC, and 4) Ram Marine Services , Inc.
The Procurement Department has determined that the additional four (4) contractors are qualified and meet the
requirements established in the ITB.
0-31258, to add
the aforementioned firms to the pool of prequalified contractors for marine salvage contractors.
Previous Action(s)
N/A
Authority
In accordance with Resolution 2020-31258, which authorizes the City Manager to keep the ITB active for the
purpose of prequalifying additional contractors; and to add new (or remove for non-performance) contractors to
the pool, provided such added contractors meet the requirements of the ITB.
Fiscal Impact
N/A
Term
5/13/2020 - 5/12/2023
Attachments
Attachment A; Resolution 2020-31258
Approval
Dept. Head: Procurement: ACM(s): City Manager:
Date: Date:
Date: Date:
ATTACHMENT B
ITB SOLICITATION
TABLE OF CONTENTS
SECTIONS:
APPENDICES:
DEFINITIONS:
means
means
SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK
1. PURPOSE. The City of Miami Beach is seeking applications from marine salvage contractors who
wish to participate in a pre-qualification pool that will be used to solicit removal and disposal of derelict
or abandoned vessels from public waters, on -neede as specified herein. Services may
include but are not limited to the following: 1) removal and disposal of derelict vessels as the result of
damage caused by accidents, storms, and/or owner neglect/abandonment, which may include sunken
and partially sunken vessels, and/or other debris that may impede navigation and affect the safety of
public waters; 2) removal and disposal of damaged vessels by a major natural disaster event, which
may include sunken and partially sunken vessels and other debris that may impede the navigation of
public waters, wherein Code of Federal Regulations (CFR ) and FEMA Recovery Policy shall apply.
Coordination shall take place, as applicable, between the United States Coast Guard, State and local
Marine Patrol, local government agencies, marine salvage contractors, commercial divers, and certified
surveyors to ensure that navigation hazards are removed safely and efficiently. Removals initiated by
the City of Miami Beach, and subsequently, contractor(s) pursuant to award of this ITB, must meet all
applicable FEMA, DERM, and Coast Guard rules, regulations and standards, as well as local, state,
and federal regulations. Interested contractor(s) may submit an application indicating its intent to
become prequalified. Additional information related to FEMA policies and procedures can be found
herein under Appendix D, FEMA Recovery Policy.
All contractors which meet or exceed the criteria established in this solicitation shall be placed on a pre-
qualification list that may be accessed by various City departments to obtain price quotations for the
services required by way of this ITB. The specific scope of work shall be determined in advance and in
writing between the City and the awarded vendor. The City may provide a general scope; however the
awarded vendor shall provide a written scope of work to the City as part of its proposal. Once the
scope of the project is agreed to, the City will issue a purchase order with the estimate referenced as
an attachment along with bond and any other special provisions agreed to. If special terms and
conditions other than those covered within this solicitation and awarded contract are required, they will
included in the specific scope of work, and will be attached to the purchase order; and further, the
purchase order shall take precedence over those in the base contract. CFR shall apply only to those
projects meeting the specific federal requirements, as noted herein under Appendix C, 2CFR Appendix
II to Part 200. The City will endeavor to advise the Contractor(s) of any applicable CFR requirements at
the time the specific scope of work is determined.
The City-issued purchase order shall serve as a notice to proceed. The period for the completion of
services will include the mobilization, planning, weather, location, removal and disposal. No additional
claims may be made for delays as a result of these items. When the tasks have been completed the
awarded vendor shall notify the City and have an authorized City representative inspect the work for
acceptance under the scope and terms in the Purchase Order. The City will issue in writing any
corrective actions that are required. Upon completion of these items, the City will issue a completion
notice and final payment will be issued.
The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and
document fulfillment. Any prospective bidder who has received this ITB by any means other than
through BidSync is solely responsible for registering immediately with BidSync to assure it receives any
addendum issued to this ITB. Additionally, prior to submittal of the bid, bidder shall verify that it has
received and complied with all addenda issued. Failure to receive an addendum, or comply with an
addendum requirement, may result in disqualification of bid submitted.
To be considered for the pool of pre-qualified contractors, interested parties must submit a
complete Bidder Pre-Qualification Application (Appendix A).
2. OVERVIEW OF PREQUALIFICATION PROCESS.The figure below is a general overview of the
process that the City will utilize to award work pursuant to the prequalification process.
3. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be
submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all
correspondence.
Procurement Contact:Telephone:Email:
Jason Crouch 305-673-7000 x26694 jasoncrouch@miamibeachfl.gov
The City Clerk is to be copied on all communications via e-mail at: RafaelGranado@miamibeachfl.gov ;
or via facsimile: 786-394-4188.
4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive,
responsible bidder(s) meeting all terms and conditions of the ITB will be recommended for award, as
deemed in the best interest of the City, to the City Manager for his consideration. After considering the
staff recommendation for award, the City Manager shall exercise his due diligence and recommend to
the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the
ove or
reject recommendation(s). The City Commission may also reject all bids
received. In addition to the criteria established in the application, pursuant to Section 2-369 of the City
Code, the City may consider the following:
The ability, capacity and skill of the bidder to perform the Contract.
Whether the bidder can perform the Contract within the time specified, without delay or
interference.
The character, integrity, reputation, judgment, experience and efficiency of the bidder.
The quality of performance of previous contracts.
The previous and existing compliance by the bidder with laws and ordinances relating
to the Contract.
PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF
PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY
MANAGER.
4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2),
one (1) year renewal terms, providing that the required certification is still valid.
5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through the
approval of the City Manager, may accept applications and add additional firms to the list of
prequalified firms.
6. AWARDING WORK. When the need for services arises all prequalified contractors that are in good
standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote
(ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the
work to be performed (with specific and timed deliverables) and the related costs by deliverable. The
City will select the prequalified contractor that offers the best combination of services and cost, solely at
the discretion of the City.
7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service
delivery and expects the prequalified bidder to provide the best possible customer service to any and
all awarded projects throughout the term of the contract. The project manager is
responsible for monitoring the customer service provided to City by prequalified bi s staff, sales
and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified
bidder will provide and maintain the highest quality of customer service possible during completion of
the project(s). Project-specific deliverables and expectations shall be defined on a project-by-project
basis, as specified in each ITQ.
8. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be
understood, as a result of a pre-qualification. The City reserves the right to purchase any goods
and/or services awarded from any resulting agreement, or another governmental contract, or on an as-
needed basis through the Ci rchase provisions.
9. STANDARD TERMS AND CONDITIONS. The City s Standard Terms and Conditions for Service
Contracts (available at https://www.miamibeachfl.gov/city- hall/procurement/standard-terms-and-
conditions/) are referenced and incorporated herein.
10. INSURANCE REQUIREMENT. The vendor shall maintain the below required insurance in effect
prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance
coverage is a material element of the contract and failure to maintain or renew coverage may be
treated as a material breach of the contract, which could result in withholding of payments or
termination of the contract.
A. n Insurance for all employees of the vendor as required by
Florida Statute 440, and Employer Liability Insurance for bodily injury or disease.
B. Commercial General Liability Insurance on an occurrence basis, including products
and completed operations, property damage, bodily injury and personal & advertising injury
with limits no less than $100,000 per occurrence.
C. Automobile Liability Insurance covering any automobile, if vendor has no owned
automobiles, then coverage for hired and non-owned automobiles, with limit no less than
$100,000 combined per accident for bodily injury and property damage.
Additional Insured - City of Miami Beach must be included by endorsement as an additional insured
with respect to all liability policies (except Professional Liability and Work ation) arising out
of work or operations performed on behalf of the contractor including materials, parts, or equipment
furnished in connection with such work or operations and automobiles owned, leased, hired or
borrowed in the form of an endorsement to t .
Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be
cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services.
Waiver of Subrogation Vendor agrees to obtain any endorsement that may be necessary to affect
the waiver of subrogation on the coverages required. However, this provision applies regardless of
whether the City has received a waiver of subrogation endorsement from the insurer.
Acceptability of Insurers Insurance must be placed with insurers with a current A.M. Best rating of
A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e.
FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do
insurance business in the State of Florida.
Verification of Coverage Contractor shall furnish the City with original certificates and amendatory
endorsements, or copies of the applicable insurance language, effecting coverage required by this
contract. All certificates and endorsements are to be received and approved by the City before work
commences. However, failure to obtain the required documents prior to the work beginning shall not
waive the s obligation to provide them. The City reserves the right to require complete,
certified copies of all required insurance policies, including endorsements, required by these
specifications, at any time.
CERTIFICATE HOLDER MUST READ:
CITY OF MIAMI BEACH
c/o EXIGIS Insurance Compliance Services
P.O. Box 4668 ECM #35050
New York, NY 10163-4668
Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent,
EXIGIS, at:
Certificates-miamibeach@riskworks.com
Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these
requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or
other special circumstances.
Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation
under this section or under any other section of this agreement.
11. BINDING AGREEMENT. By virtue of submitting an application for eration, the
bidder agrees that the application shall be considered an offer on the part of the bidder, which offer
shall be deemed accepted upon approval of bidder ualification status by City Manager or City
Commission. Further, bidder agrees that, upon approval o cation by the City Manager
or City Commission, a binding Agreement shall be established between the City and the approved
contractor. The Agreement shall be comprised of the following documents, and in the following order:
First, the Purchase Order issued by the City; then,
Second, the signed Contractor Service Order; then,
Third, the Invitation to Quote (ITQ) awarded to the vendor; then,
Fourth the ITB, including all documents released in connection with the ITB, including
all appendixes, whether included herein or released under separate cover.
In case of default on the part of the Successful Bidder, after said award, the City may take such action
as it deems appropriate, including legal action, for damages or specific performance.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
APPENDIX A
________________________________________________________________________
Prequalification
Application
________________________________________________________________________
2020-006-JC
Derelict Vessels Removal and Disposal
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Prequalification Application Instructions
Section 1, SUBMITTAL INSTRUCTIONS. The Prequalification Application will not be considered
until it has been submitted completed and executed by a principal of the bidder. Incomplete
applications cannot be processed. If requested information is not applicable, please indicate ''N/A'' or
''None. '' If answers to questions are lengthier than the spaces that are provided in the application,
the answers may be provided on additional pages, which must be attached to the application. All
requested documents must also be attached to the application. Failure to attach all requested
documents will delay review and approval of the application.
Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the
applications to:
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3 rd Floor
Miami Beach, Florida 33139
The City reserves the right to request clarifications or additional information as deemed necessary to
evaluate a bidder n clarifications or additional information is requested by the
City, bidder will have three (3) business days to provide, in full, all the requested information. Failure
to provide the information within the prescribed time will delay the review process and may result in
denial of prequalification.
Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications.
However, the initial review of applications shall take place 21 days after issuance of this ITB.
Applications submitted after this date will be reviewed periodically on an on-going basis. The City will
endeavor to complete the review of each application within 60 days of receipt.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
Part A General Bidder Information.
FIRM NAME:
NO. OF YEARS IN BUSINESS:
NO. OF YEARS IN BUSINESS
LOCALLY:
NO. OF EMPLOYEES:
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE:
ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE:
ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
BIDDER IS:
_____CORPORATION / _____PARTNERSHIP / _____SOLE PROPRIETORSHIP / _____OTHER (If other, specify:________________________)
Part B Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
company, below. Submit additional names on a separate sheet if required.
Owner Ownership percentage Directorship/Office type
2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5)
years.
Project Description of Work Project Reference
Name:
Email:
Telephone:
Name:
Email:
Telephone:
Name:
Email:
Telephone:
3. Is the bidder currently barred by a governmental agency, from bidding as a prime or subcontractor?
YES NO
If yes, state debarment period and the reason(s) for debarment?
4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a
claim that was filed in a court and mediated or arbitrated during the last five (5) years?
11.YES NO
If yes, why?
5. Is an affiliate of the bidder prequalified by the City of Miami Beach for any work?
YES NO
If yes, state the name of the affiliate?
6. Is the bidder a parent, subsidiary, or holding company for another company?
YES NO
If the answer is "yes," identify the company and type of relationship(s), below:
Company Type of affiliation (parent or subsidiary) Period of affiliation
7. Is an owner, director, officer, or agent of the bidder affiliated with another company?
12.YES NO
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual´s name Affiliated company´s name Period of
affiliation
Type of affiliation (e.g.
officer, director, owner or
employee)
8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years?
11.YES NO
If yes, explain and attach, as applicable, the relevant case and court documents, including (but not
limited to): the original petition, including the case number and the date that the petition was filed; a
copy of the bankruptcy court's discharge order, and any other document that ended the case, if no
discharge order was issued.
9. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any
such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the
past five (5) years?
11.YES NO
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate
Chapter 7 case, a copy of the notice of commencement.
10. Has any owner, director, officer, or agent of the bidder owned or managed a company under any other
name in the last five (5) years?
11.YES NO
If yes, explain.
11. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the
project waspublicly or privately owned?
11.YES NO
If yes, explain.
12. Are there currently any liens, suits, or judgments of record pending against any owner, director,
officer, or agent for the company that is related to the business activities of a business organization?
11.YES NO
If yes, explain.
13. Has the bidder or any of its owners, officers, or partners ever been convicted (criminal) or found liable
(civil) for making either a false claim or material misrepresentation to any public agency or entity?
11.YES NO
If yes, explain.
14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or
state crime?
12.YES NO
If yes, explain.
15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of
any officer, director, employee or agent, an employee of the City of Miami Beach?
YES NO
If yes, state name, title and share of ownership
Name Title Share (%) of Ownership
16. Has the bidder, or any officer, director, employee or agent, contributed to the campaign either directly or
indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City
of Miami Beach?
YES NO
If yes, provide details.
17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases
hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that
requires bidders with more than 51 employees and City volume greater than $100,000 to pr Equal
Benefits s with domestic partners, as they provide to employees with spouses. The Ordinance
applies to all employees of a bidder who works within the City limits of the City of Miami Beach, Florida; and the
Contracto mployees located in the United States, but outside of the City of Miami Beach limits, who are
directly performing work on the contract within the City of Miami Beach.
A.Does your company provide or offer access to any benefits to employees with spouses or to spouses of
employees?
YES NO
B.Does your company provide or offer access to any benefits to employees with (same or opposite sex)
domestic partners* or to domestic partners of employees?
YES NO
C.Please check all benefits that apply to your answers above and list in itional benefits not
already specified. Note: some benefits are provided to employees because they have a spouse or domestic
partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such
as medical insurance.
BENEFIT Company Provides
for Employees with
Spouses
Company Provides
for Employees with
Domestic Partners
Company does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
18. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant
to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced
in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified
sourced in North Carolina or Mississippi?
YES NO
If yes, which brands.
BIDDER AFFIDAVIT
The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing
Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true,
and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting
documents include all of the material information necessary to validate the status of the company for
prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a
notarized statement whenever a change occurs in the ownership, management, or financial condition of
the company. Further, any prequalified contractor, including its principal(s), director(s), and any affiliate, who
is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be
declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any
other penalties prescribed by law.
The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and
conditions of this document, inclusive of attachments, exhibits and appendices; 2) that it has not colluded, nor
will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined
by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained
in the bid are true and accurate.
Name:
Title (must be a principal of the bidder):
Signature:
Date:
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
APPENDIX B
________________________________________________________________________
Special Conditions
________________________________________________________________________
2020-006-JC
Derelict Vessels Removal and Disposal
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
SPECIAL CONDITIONS.
1. LICENSE/CERTIFICATION. Prospective bidder shall maintain in current status the adequate
license or certification, to pull all permits necessary to successfully complete the work. Awarded
vendor(s) shall remain fully informed of and in compliance with all ordinances and regulations
pertaining to the lawful provision of services under the contract.
2. METHOD OF PAYMENT. The City shall provide periodic payments for services rendered by the
Contractor. In order for the City to provide payment, the Contractor shall submit a fully documented
invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that
such invoices shall not be submitted for payment until such time as the service has been completed
and a City representative has reviewed and approved the service.
3. GUARANTEE AGAINST DEFECTS. The Contractor(s) shall, in addition to all other guarantees, be
responsible for faulty labor and defective material within a period of one (1) year after the date of
acceptance of labor and material by the City. Under this guarantee, the Contractor agrees to make
good without delay, at its own expense, any failure of any part of the work after the City notifies the
Contractor of such deficiencies in writing Payment in full for the work does not constitute a waiver of
guarantee.
4. CLEAN-UP. All unusable materials and debris shall be removed from the site at the end of each
workday and disposed of in an appropriate manner. Upon final completion, the Contractor(s) shall
thoroughly clean up all areas, as mutually agreed with the City, where work was performed.
5. PERMIT COSTS. The City will only reimburse the Contractor(s) for the cost of the permits. Proof of
cost is required. The City will only reimburse for initial review and one resubmission. Costs associated
with additional re-submissions will not be reimbursed. Contractor(s) shall not include permit fees on
Cost Proposal. Permit costs will be charged to the City separately from the unit cost. All licenses
required by municipality, governmental agency, or political subdivision shall be obtained by and paid for
by the Contractor(s). Damages, penalties and/or fines imposed on the City or the Contractor(s) for
failure to obtain required licenses or permits shall be borne by the Contractor(s).
6. BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. The Contractor(s) shall conduct a full
criminal background check at its own expense on each of its employees engaged in providing services
under this ITB or any resulting Agreement prior to the commencement of said services. No Contractor
employee shall be eligible to perform services, pursuant to this ITB or resulting Agreement if he or she:
(1) has been convicted of or was placed in a pre-trial diversion program for any crime involving
dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury;
possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification
of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not
limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats;
kidnapping; assault; battery; and illegal weapon possession, sale or use. The Contractor(s) shall
defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any
and all liability, loss, expense (including reas laims for injury or damages
arising out of its failure to comply with this requirement.
Contractor(s) shall employ personnel competent to perform the work specified herein. The City
reserves the right to request the removal of the from performing maintenance
on the City's grounds where the emplo to the
s personnel must wear photo identification at all times.
7. LIVING WAGE. The living wage requirement, pursuant to Section 2-408 of the City of Miami Beach
Code, is only applicable to routine maintenance services.
8. SAFETY MEASURES. Awarded contractor(s) shall take all precautions for the safety of employees
on the worksite and shall erect and properly maintain all necessary safeguards for protection of
workers and the public. Awarded vendor(s) shall post warning signs against all hazards created by the
operation and work in progress. Proper precautions shall be taken pursuant to state law and standards
practices, to protect workers, general public and existing structures from injury or damage.
9. ENVIRONMENTAL PROTECTION MEASURES. Awarded Contractor(s) must ensure that any
vessels which are to be removed and disposed of at a landfill shall be removed from its present site in
such a manner as to not impact or damage the natural environment ("surrounding the vessel" will limit
to just that area). All debris from the vessel shall be removed and the site left in a reasonable clean
condition. No oil or fuel shall be permitted to be dumped or spilled into or unto the water and land. The
following items must be accomplished:
a)All oil must be removed from tanks, pipes, bilges, etc, to ensure that no pollutants enter the water
(steam cleaning is preferred).
b) All watertight doors/hatches/bottom tank covers, etc. must be removed or welded open.
c) Any items that may float free when the vessel sinks must be removed from the vessel.
d) All deck areas, bilge areas, engine spaces and cargo spaces should be broom swept.
e) Sufficient ballast to maintain location of vessel on ocean bottom must be placed in the vessel shall
consist of clean concrete.
The city also encourages contractors to legally reuse and/or recycle the derelict vessels when feasible.
10. PROOF OF PROPER DISPOSAL AND NOTIFICATION TO MARINE PATROL.
a)The contractor must submit prior to receiving any payment: a receipt for each vessel, including the
date of disposal, disposal site, DV number, telephone number and title, and signature of person at
disposal site.
b) In addition to the above information, the contractor must submit a picture of the vessel
demonstrating its removal and showing its DV numbers.
c)The contractor shall notify and coordinate all work with the City s Marine Patrol project designee.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
APPENDIX C
________________________________________________________________________
2CFR Appendix II to Part
200
_______________________________________________________________________
ITB 2020-006-JC
Derelict Vessels Removal and
Disposal
PROCUREMENT DEPARTMENT
1755 MERIDIAN AVE, 3RD FLOOR
MIAMI BEACH, FLORIDA 33139
APPENDIX II TO PART 200
CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY CONTRACTS UNDER FEDERAL AWARDS
APPENDIX D
________________________________________________________________________
FEMA Recovery Policy
_______________________________________________________________________
ITB 2020-006-JC
Derelict Vessels Removal and
Disposal
PROCUREMENT DEPARTMENT
1755 MERIDIAN AVE, 3RD FLOOR
MIAMI BEACH, FLORIDA 33139
ATTACHMENT C
SUNBIZ & PROPOSAL RESPONSE TO ITB