21-050-02 4 Best Business Corp Fully Executed 10-20-2021Contract no. 21-050-02
CONTRACT
THIS CONTRACT ("Contract") is made and entered into as of the __ day of ___ , 2021,
by and between the City of Miami Beach, Florida, a municipal corporation (the "City") and 4 Best
Business Corp. (the "Contractor''):
WHEREAS, on March 15, 2021, the City commission approved the issuance of Invitation to Bid
No. 2021-050-JC for Structured Cabling (the 1TB): and
WHEREAS, the 1TB was intended to establish a contract with qualified bidders to furnish and
install technology cabling required for the city's data, video, and voice infrastructure, often referred
to as structured cabling; and
WHEREAS, on June 23, 2021, the Mayor and City Commission approved the award of a contract
to 4 Best Business Corp. as the Secondary vendor; and
NOW THEREFORE, City and Contractor, in consideration of the mutual covenants and
agreement herein contained, agree as follows:
WITNESSETH, that the Contractor, for and in consideration of the payments hereinafter specified
and agreed to be made by the City, hereby covenants and agrees to furnish and deliver all the
materials required, to do and perform all the work and labor, in a satisfactory and workmanlike
manner, in strict and entire conformity with the 1TB, plans and specifications furnished by the City
on a per project basis, and other Contract Documents, which are hereby incorporated into this
Contract by reference, for:
1TB No. 2021-050-JC
FOR STRUCTURED CABLING
The Contractor agrees to make payment of all proper charges for labor and materials required in
the aforementioned work, and to defend, indemnify and save harmless City, and their respective
officers and employees, from liabilities, damages, losses and costs including, but not limited to,
reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional
wrongful misconduct of Contractor and persons employed or utilized by Contractor in the
performance of this Contract.
The requirements of the Contract Documents, as such term is defined in the 1TB, are hereby
incorporated by reference as if fully set forth herein. This Contract is part of, and incorporated in,
the Contract Documents as defined herein Attachment A, B and D. Accordingly, all the documents
incorporated by the Contract Documents shall govern this Project.
The Contract is a fixed unit price contract for the work and services pursuant to the pricing list
attached hereto as Exhibit A. When services are needed for a specific project, the requesting
department will select the Contractor in order of award (primary, secondary, tertiary).
The Contractor shall perform all work required, necessary, proper for or incidental to
completing the statement of work contained within the solicitation and detailed scope of work
called for in each individual Purchase Order issued pursuant to this Contract for the Fix Unit
Prices set forth in the Pricing List attached hereto as Exhibit A.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
10/20/2021 | 3:05 EDT
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
10/20/2021 | 3:05 EDT
1. GENERAL DISCLAIMERS.
a. The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience.
Any action taken by the City in response to Bids made pursuant to this solicitation, or in making any award, or in failing or refusing to make
any award pursuant to such Bids, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an
award, shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before
or after receiving bids, may accept or reject bids, and may accept bids which deviate from the solicitation, as it deems appropriate and in its
best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Bids in response
to this solicitation.
b. The information contained herein is provided solely for the convenience of prospective Bidders. It is the responsibility of the recipient to
assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any
information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's
own risk. Bidders should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the
City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or
representation is made by the City or its agents that any Bid conforming to these requirements will be selected for consideration, negotiation,
or approval.
c. Bidders are hereby advised that this solicitation is subject to the following ordinances/resolutions (if applicable), which may be found on the
City Of Miami Beach website: https://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/
•CONE OF SILENCE –SECTION 2-486
•PROTEST PROCEDURES –CODE SECTION 2-371
•DEBARMENT PROCEEDINGS –SECTIONS 2-397 THROUGH 2-485.3
•LOBBYIST REGISTRATION AND DISCLOSURE OF FEES – SECTIONS 2-481 THROUGH 2-406
•CAMPAIGN CONTRIBUTIONS BY VENDORS – SECTION 2-487
•CAMPAIGN CONTRIBUTIONS – SECTION 2-488
•EQUAL BENEFITS FOR DOMESTIC PARTNERS – SECTION 2-373
•LIVING WAGE REQUIREMENT – SECTIONS 2-407 THROUGH 2-410
•FALSE CLAIMS ORDINANCE – SECTION 70-300
•ACCEPTANCE OF GIFTS, FAVORS & SERVICES – SECTION 2-449
2. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes
may not submit a bid on a contract to provide any services to a public entity, may not submit a bid on a contract with a public entity for the
construction or repair of a public building or public work, may not submit a bid on leases of real property to public entity, may not be awarded or
perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any
public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being
placed on the convicted vendor list.
3. COMPLIANCE WITH THE CITY’S LOBBYIST LAWS. This solicitation is subject to, and all bidders are expected to be or become familiar
with, all City lobbyist laws. Bidders shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to
any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance.
4. DEBARMENT ORDINANCE: This solicitation is subject to, and all bidders are expected to be or become familiar with, the City’s Debarment
Ordinance as codified in Sections 2-397 through 2-406 of the City Code.
5. COMPLIANCE WITH THE CITY’S CAMPAIGN FINANCE REFORM LAWS. This solicitation is subject to, and all bidders are expected to be
or become familiar with, the City’s Campaign Finance Reform laws, as codified in Sections 2 -487 through 2-490 of the City Code. Bidders shall
be solely responsible for ensuring that all applicable provisions of the City’s Campaign Finance Reform laws are complied with, and shall be
subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of such non-compliance.
6. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-37379, the bidder shall adopt a Code of Business Ethics ("Code") and
submit that Code to the Procurement Division with its response or within five (5) days upon receipt of request. The Code shal l, at a minimum,
require the bidder, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and
ethics provision of the City of Miami Beach and Miami Dade County.
7. AMERICANS WITH DISABILITIES ACT (ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters (five
(5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call
the Public Works Department, at 305-673- 7000, Extension 2984.
8. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline for submittal of bids and will
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective bidders through
BidSync.
9. PROTESTS. Any protest concerning the specifications or award of this solicitation shall be in accordance with City Code Section 2-371.
Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred.
10. JOINT VENTURES / SINGLE PURPOSE ENTITY. Joint Ventures are not allowed. Bids shall be submitted only by the prime contractor. Bids
may, however, identify other sub-contractors or sub-consultants to the prime Bidder who may serve as team members.
11. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a preference to a responsive
and responsible Bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business
enterprise, and which is within five percent (5%) of the lowest responsive, responsible bidder, by providing such bidder an opportunity of providing
said contractual services for the lowest responsive bid amount (or in this solicitation, the highest bid amount). Whenever, as a result of the
foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s)
or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an solicitation or oral or written request for quotation, and
such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the serv ice-
disabled veteran business enterprise.
12. AGREEMENT BY BIDDERS. Any individual that submits a bid in response to this solicitation agrees that any action taken by the City in
response to bids made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Bids, or
in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall b e without any liability or
obligation on the part of the City.
The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this solicitation; postpone or
cancel, at any time, this solicitation process; or waive any irregularities in this solicitation, or in any responses received as a result of this
solicitation.
Reasonable efforts will be made to either award the bidder the contract or reject all bids within one-hundred twenty (120) calendar days after Bid
opening date. In accordance with Section 47 below, a bidder may withdraw its bid after expiration of one hundred twenty (120) calendar days
from the date of bid opening, by delivering written notice of withdrawal to the Procurement Department.
13. COSTS INCURRED BY BIDDERS. All expenses involved with the preparation and submission of Bids, or any work performed in connection
therewith, shall be the sole responsibility (and shall be at the sole cost and expense) of the bidder, and shall not be reimbursed by the City.
14. OCCUPATIONAL HEALTH AND SAFETY. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied
pursuant to this bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, an d
the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply w ith this condition
shall be borne solely by the bidder.
15. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes.
16. MISTAKES. Bidders are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions
pertaining to the services relative to this solicitation. Failure to do so will be at the Bidder's risk and may result in the Bid being non-responsive.
17. PAYMENT. Payment will be made by the City after the services have been received, inspected, and found to comply with contract
specifications, free of damage or defect, and are properly invoiced.
18. PATENTS & ROYALTIES. Bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees,
contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copy righted, patented, or
unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach,
Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without
exception, that the Bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the
work.
19. DEFAULT. Failure or refusal of the successful Bidder to execute a contract following approval of such contract by the City Commission, or
untimely withdrawal of a bid response before such award is made and approved, may result in a claim for damages by the City, and may be
grounds for removing the Bidder from the City’s vendor list.
20. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all
applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the bidder with/of applicable
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
laws will in no way be a cause for relief from responsibility. Bidder agrees that the work and services provided shall be provided by employees
that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish
to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and
regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required
by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall
constitute a material breach of this contract.
21. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence.
22. NON-DISCRIMINATION. The bidder certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive
Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color,
religion, sex or national origin. In accordance with the City’s Human Rights Ordinance, codified in Chapter 62 of the City Code, bidder shall
prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual ori entation, disability, marital
and familial status, age, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, and pol itical affiliation.
23. DEMONSTRATION OF COMPETENCY.
A. Pre-award inspection of the Bidder's facility may be made prior to the award of contract.
B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods as described in this solicitation.
C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity,
equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions
of this solicitation.
D. The terms "equipment and organization", as used herein shall, be construed to mean a fully-equipped and well-established company in line
with the best business practices in the industry, and as determined by the City.
E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a bidder, including
past performance (experience), in making an award that is in the best interest of the City.
F. The City may require bidder to show proof that it has been designated as authorized representatives of a manufacturer or supplier, which
is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the
quality, packaging, and characteristics of the products to be supply to the City. Any material conflicts between information provided by the
source of supply and the information contained in the bidder’s bid may render the bid non-responsive.
G. The City may, during the period that the contract between the City and the successful bidder is in force, review the successful bidder's
record of performance to ensure that the bidder is continuing to comply with contractual obligations as prescribed in this bid. Irrespective
of the bidder's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement
termination procedures if the City determines that the successful bidder no longer possesses the financial support, equipment, and
organization which would have been necessary during the bid evaluation period in order to comply with the demonstration of competency
required under this subsection.
24. ASSIGNMENT. The successful Bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of
its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written
consent of the City.
25. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required to complete
the work and shall comply with all applicable laws.
26. OPTIONAL CONTRACT USAGE. When the successful Bidder is in agreement, other units of government or non-profit agencies may
participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency.
27. VOLUME OF WORK. To the extent applicable, it is the intent of the City to purchase the services specifically listed in this solicitation.
However, the City reserves the right to purchase any services awarded from State or other governmental contracts, or on an as -needed basis
through the City’s spot market purchase provisions.
28. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows:
A. Any contract or agreement resulting from the award of this solicitation; then
B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then
C. The solicitation; then
D. The bidder’s bid in response to the solicitation.
In case of any doubt or difference of opinion as to the items and/or services (as the case may be) to be furnished hereunder, the decision of the
City shall be final and binding on all parties.
29. INDEMNIFICATION. The Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from
any and all liability, losses or damages, including attorney’s fees and costs of defense, which the City or its officers, employees, agents or
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to
or resulting from the performance of the agreement by the Bidder or its employees, agents, servants, partners, principals or subcontractors. The
Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature
in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney’s fees which may be
incurred thereon. The Bidder expressly understands and agrees that any insurance protection required by any agreement with the City or
otherwise provided by the Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers,
employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of
this Agreement.
30. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all bids including, without limitation, any and all information and
documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1
of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids,
whichever is earlier. Additionally, Bidder agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to
(a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the servic es;
(b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a
cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records t hat are exempt or
confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for
retaining public records and transfer, at no cost, to the public agency all public records in possession of the Bidder upon termination of the contract
and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records
stored electronically must be provided to the public agency in a format that is compatible with the information technology sy stems of the public
agency.
31. OBSERVANCE OF LAWS. Bidders are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances,
codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in an y manner, may affect
the scope of services and/or project contemplated by this solicitation (including, without limitation, the Americans with Disabilities Act, Title VII of
the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Bidder will
in no way relieve it from responsibility for compliance.
32. CONFLICT OF INTEREST. All bidders must disclose, in their Bid, the name(s) of any officer, director, agent, or immediate family member
(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all bidders must disclose the name of any City
employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its affiliates.
33. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of a previously submitted Bid
up until the Bid due date and time. Modifications received after the bid due date and time will not be considered. Bids shall be irrevocable until
contract award unless withdrawn in writing prior to the bid due date, or after expiration of 180 calendar days from the opening of Bids without a
contract award. Letters of withdrawal received after the Bid due date and before said expiration date, and letters of withdrawal received after
contract award will not be considered.
34. EXCEPTIONS TO SOLICITATION. Bidders must clearly indicate any exceptions they wish to take to any of the terms in the solicitation, and
outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated , in writing, in the bid
submittal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions
and alternatives are rejected, the City shall require the bidder to comply with the particular term and/or condition of the solicitation to which bidder
took exception to (as said term and/or condition was originally set forth in the solicitation and any exhibits or Addenda thereto).
35. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, or agent of the City, for the purpose of influencing consideration of this Bid. Pursuant to Sec. 2-449 of the City Code, no officer or
employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his officia l
duties.
36. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from bidders at any time during the solicitation
process, unless otherwise noted herein.
37. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a Bidder's history of citations and/or violations of environmental
regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations
warrants such determination in the opinion of the City. Bidder shall submit with its proposal, a complete history of all citations and/or violations,
notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Bidder that there
are no citations or violations. Bidder shall notify the City immediately of notice of any citation or violation which bidder may receive after the
proposal opening date and during the time of performance of any contract awarded to it.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
38. RELATIONSHIP TO THE CITY. It is the intent of the City, and Bidder’s hereby acknowledge and agree, that the successful Bidder is considered to
be an independent contractor, and that neither the Bidder, nor the Bidder’s employees, agents, and/or contractors, shall, under any circumstances, be
considered employees or agents of the City.
39. INSPECTOR GENERAL AUDIT RIGHTS
A. Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which
may, on a random basis, perform reviews, audits, inspections and investigations on all City contracts, throughout the duration of said
contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City.
B. The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City
programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witness es,
administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project
or program may include a report concerning whether the project is on time, within budget and in conformance with the contract
documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review
operations, activities, performance and procurement process including but not limited to project design, bid specifications,
(bid/proposal) submittals, activities of the Contractor, its officers, agents and employees, lobbyists, City staff and elected officials to
ensure compliance with the Contract Documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the
City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector
General.
C. Upon ten (10) days written notice to the Contractor, the Contractor shall make all requested records and documents available to the
Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector
auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement proce ss
including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Contractor, its officers, agents
and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fra ud and
corruption.
D. The Inspector General shall have the right to inspect and copy all documents and records in the Contractor’s possession, custody or
control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original
estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subcontractors and
suppliers, all project-related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal)
and contract documents, back-change documents, all documents and records which involve cash, trade or volume discounts,
insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the afores aid
documents and records.
E. The Contractor shall make available at its office at all reasonable times the records, materials, and other evidence regarding the
acquisition (bid preparation) and performance of this contract, for examination, audit, or reproduction, until three (3) year s after final
payment under this contract or for any longer period required by statute or by other clauses of this contract. In addition:
i. If this contract is completely or partially terminated, the Contractor shall make available records relating to the work term inated
until three (3) years after any resulting final termination settlement; and
ii. The Contractor shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating
to this contract until such appeals, litigation, or claims are finally resolved.
F. The provisions in this section shall apply to the Contractor, its officers, agents, employees, subcontractors and suppliers. The
Contractor shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Contractor in
connection with the performance of this contract.
G. Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this
section are neither intended nor shall they be construed to impose any liability on the City by the Contractor or third parties.
Balance of Page Intentionally Left Blank
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
GENERAL CONDITIONS FOR CONSTRUCTION CONTRACTS
(April 13, 2020)
ARTICLE 1. DEFINITIONS AND INTERPRETATION OF CONTRACT DOCUMENTS.
1.1. Definitions. The definitions included in this Section are not exhaustive of all definitions used in the
Contract Documents. Additional terms may be defined in other Contract Documents. The following terms
shall have the meanings specified herein, as follows:
“Applicable Laws” means all laws, codes (including, but not limited to, building codes), ordinances, rules
regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, Project
Site, or the Parties.
“Application for Payment” means the detailed itemized documentation, including all supporting
documentation, in a form and substance satisfactory to the City, submitted by the Contractor on a monthly
basis in order to obtain the City’s approval for payment for Work performed pursuant to the Contract
Documents.
“Bid” means an offer or proposal submitted by a bidder in response to this ITB. The terms “Bid” and “Bid
Submittal” are used interchangeably.
“Bidder” means any individual or firm submitting a Bid for this Project.
“Change Order” means a written document ordering a change in the Contract Price and/or Contract Time
or a material change in the Work (as defined herein). A Change Order must comply with the requirements
of the Contract Documents.
“CIP Inspector/PWD Field Observer” means a City employee charged with observing and documenting, for
internal City purposes only, general observations and conditions of the Project including, without limitation, the
weather conditions, the number of workers present at the time of observation, general type of work being
performed and taking photographs regarding same. Contractor expressly waives any right to assert as a
defense to any claim regarding the Project including, without limitation, any dispute bet ween the City and
Contractor, and Contractor and any third party, the presence or purported approval or consent of any CIP
Inspector or other City employee conducting any field observations during the Project. The Contractor
expressly acknowledges that the purpose of such City employee is to observe and document for internal
purposes only general observations and conditions of the Project, and in no way is intended to, nor shall be
treated as, a person with authority to approve or reject the Work on behalf of the City or any other entity, or to
direct the Contractor’s Work in any way. Contractor expressly agrees to waive the presence of such CIP
Inspector or other City employee performing field observations as a defense to any Claims involving the
Project.
“City” means the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700
Convention Center Drive, Miami Beach, Florida 33139. In all respects hereunder, City’s obligations and
performance is pursuant to City’s position as the owner of the Project acting in its proprietary capacity. In
the event City exercises its regulatory authority as a governmental body including, but not limited to, its
regulatory authority for code inspections and issuance of Building Department permits, Public Works
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority
and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred
pursuant to City’s regulatory authority as a governmental body and shall not be attributable in any manner to
City as a Party to this Contract.
“City Commission” means the governing and legislative body of the City.
“City Manager” means the Chief Administrative Officer of the City. The City Manager shall be construed to
include the Contract Administrator and any duly authorized representatives of the City as the City Manager
may designate in writing at any time with respect to any specific matter(s) concerning the Project and/or the
Contract Documents (exclusive of those authorizations reserved to the City Commission or regulatory or
administrative bodies having jurisdiction over any matter(s) related to the Project and/or the Contract
Documents).
“Claim” means a demand or assertion by one of the parties seeking, as a matter of right, adjustment or
interpretation of the Contract Documents, payment of money, extension of time or other relief with respect to
the Contract Documents or Project. The term “Claim” also includes other disputes and matters in question
between the City and Contractor arising out of or relating to the Contract Documents. Claims must be initiated
by written notice in strict accordance with the Contract Documents. The respon sibility for substantiating
Claims shall rest with the Party making the Claim. All Claims submitted by Contractor must comply with the
requirements of the City’s False Claims Ordinance, as set forth in Sections 70 -300 et seq., of the City Code,
or shall be forfeited in accordance with the terms of the False Claims Ordinance and conclusively waived and
released.
“Consultant” means the firm named in the Invitation to Bid Summary as the “Consultant,” that has entered
into a separate agreement with the City to perform architectural, engineering, or other design and construction
administration services for the Project, and who will serve as the "architect of record" and/or "engineer of
record" for the Project. Wherever the word "Architect" or “Engineer” or “Con sultant” appears in the Contract
Documents, it shall be deemed to refer to the Consultant and/or the design professionals engaged by the
Consultant. All communications, directives, instructions, interpretations and actions required of Consultant
shall be issued or taken only by or through Consultant's authorized representative(s).
“Construction Superintendent” means the individual who is a representative of the Contractor, and who
shall be responsible for continuous field supervision, coordination, and completion of the Work, and who shall
maintain a full-time on-site, physical presence at the Project Site and satisfy the obligations of Construction
Superintendent as provided in the Contract Documents.
“Contract” means the written agreement between the City and the Contractor for the performance of the
Work in accordance with the requirements of the Contract Documents, and for the payment of the agreed
consideration.
“Contract Administrator” means the City's Contract Administrator shall mean the individual appointed by
the City Manager who shall be the City's authorized representative to coordinate, direct, and review on behalf
of the City, all matters related to the Project. The initial Contract Administrator for the Project is named in the
Invitation to Bid Summary.
“Contract Documents” means all of the documents setting forth bidding information, requirements and
contractual obligations for the Project, including this ITB, Contractor’s Bid in response thereto, the Contract,
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
and the Plans and Specifications, together with all addenda to any of the foregoing, Change Orders, Work
Orders, Field Orders, schedules and shop drawings, and all other documents required by the ITB for the
completion of the Project.
“Contract Price” means the amount established in the Contract Documents as the total amount the City is
obligated to pay for full and complete performance of all of the Work required by the Contract Documents
(including, but not limited to, all labor, equipment and materials to administer, coordinate, provide related
certifications, install and otherwise construct and complete the Project within the Contract Time), and as may
be amended by Change Order.
“Contract Time” means the number of days allowed for completion of all Work, as stipulated in the Contract
Documents, and as may be amended by Change Order.
“Contractor” means the individual or firm whose Bid is accepted and who enters into the Contract with the
City to construct the Project pursuant to the Contract Documents and who is liable for the acceptable
performance of the Work and payment of all debts pertaining to the Work.
“Days” means all references to numbers of days in the Contract Documents, shall be construed to mean
calendar days, unless specifically noted otherwise. The term "business days" means a day other than a
Saturday, Sunday, Federal holiday or any day on which the principal commercial banks located in Miami -
Dade County, Florida are not open for business during normal hours.
“Field Order” or “Field Directive” means a written order which further describes details or provides
interpretations necessary to complete the Work of the Contract Documents but which does not involve a
change in the Contract Price or Contract Time.
“Final Completion” means the date upon which all conditions and requirements of the Contract Documents,
permits and regulatory agencies have been satisfied; any documents required by the Contract Documents
have been received by the City; any other documents required to be provided have been received by City;
and the Work has been fully completed in accordance with the Contract Documents.
“Notice(s) to Proceed” or “NTP” means a written letter or directive issued by the Contract Administrator
to Contractor to commence and proceed with portions of the Work as specified therein or a specific task of
the Project, and stating any further limitations on the extent to which Contractor may commence and proceed
with the Work. Unless otherwise approved by the City at its sole discretion, City’s issuance of a Notice to
Proceed for construction or portions thereof shall be contingent upon Contractor obtaining all appropriate
permits and satisfying all requirements of agencies having jurisdiction. However, the City is not obligated to
immediately issue NTP on the date Contractor obtains all requisite permits and/or satisfies the specified
conditions precedent for issuance of NTP. The date of issuance of NTP shall be determined at the City’s
sole discretion once Contractor has obtained all required permits and otherwise satisfied all conditions
precedent to issuance of NTP.
“Owner’s Contingency” means that separate fund which is available for City’s use at its sole discretion to
defray additional expenses relative to the design and construction of the Project, as well as additional
expenses expressly chargeable to the City or otherwise deemed the responsibility of the City pursuant to the
Contract Documents. The City retains exclusive use and control of the Owner’s Contingency. The Contractor
has no right or entitlement whatsoever to the Owner’s Contingency, and use of such funds are subject to the
Contract Administrator’s or City Manager’s prior written approval and issuance of a Change Order by the City
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
at its sole and absolute discretion. Any unused City Contingency remaining at the completion of the Project
shall accrue solely to the City.
“Parties” means City and Contractor, and “Party” is a reference to either City or Contractor, as the context
may indicate or require.
“Plans” means the drawings or reproductions thereof prepared by the Consultant, which show the location,
character, dimensions and details of the Work to be done, and which are a part of the Contract Documents.
“Project” means the improvements described in the Contract Documents and all Work that is contemplated
thereby or reasonably inferable therefrom.
“Project Initiation Date” means the date upon which the Contract Time commences.
“Project Manager” means the authorized individual which is the representative of Contractor and who will
administer and manage the prosecution of all Work on behalf of the Contractor.
“Punch List” means the list or lists prepared by Contractor, incorporating input provided by the City or
Consultant, identifying matters that remain to be completed to achieve Substantial Completion and to be
completed between achievement of Substantial Completion and Final Completion in order that Final
Completion can be declared by City to have occurred.
“Purchase Order” means the written document issued by the City to the Contractor i ndicating types,
quantities, and/or agreed prices for products or services to be provided to the City.
“Responsible Bidder” means an offeror who has the capability in all respects to perform fully the contract
requirements, and the integrity and reliability which will assure good faith performance, including, without
limitation, the factors identified in Section 2-369 of the City Code.
“Responsive Bidder” means a person or entity who has submitted a bid which conforms in all material
respects to a solicitation. A bid or proposal of a Responsive Bidder must be submitted on the required forms,
which contain all required information, signatures, notarizations, insurance, bonding, security, or other
mandated requirements by the bid documents to be submitted at the time of bid opening.
“Schedule of Values” means a written schedule setting forth the detailed and itemized cost breakdown,
inclusive of labor, material, and taxes of all elements comprising the Contract Price.
“Specifications” means the general term comprising all of the written directions, provisions and
requirements contained in the Contract Documents, as amended, describing the work required to be
performed, including detailed technical requirements as to labor, materials, su pplies, equipment and
standards to which such work is to be performed.
“Subcontractor” means any person or entity supplying the Contractor with labor, materials, supplies or
equipment used directly or indirectly by the Contractor in the prosecution of the Work.
“Substantial Completion” means the date when the Work, as certified in writing by the Consultant, and
determined by the City in its sole discretion, has been developed, designed, engineered and constructed in
accordance with the Contract Documents such that all conditions of permits and regulatory agencies have
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
been satisfied and the Project is ready for occupancy, utilization and continuous commercial operation for
the uses and purposes intended by the City, without material interference from incom plete or improperly
completed Work and with only minor punch list items remaining to be completed, all as reasonably
determined by the City and evidenced by (1) the issuance of a Certificate of Occupancy or Certificate of
Completion by the authority having jurisdiction; (2) the issuance of a Certificate of Substantial Completion
by the Consultant; and (3) acceptance of such Certificate of Substantial Completion by the City pursuant to
the Contract Documents.
“Surety” means the surety company or individual which is bound by the bid bond, or by the performance
bond or payment bond with and for Contractor who is primarily liable, and which surety company or individual
is responsible for Contractor's satisfactory performance of the work under the con tract and for the payment
of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes.
“Work” means all construction and services required by or reasonably inferable from the Contract
Documents for the completion of the Project, including the provision of all labor, materials, equipment,
supplies, tools, machinery, utilities, procurement, fabrication, transportation, construction, erection,
demolition, installation, insurance, bonds, permits and conditions thereof, building code cha nges and
governmental approvals, testing and inspection services, quality assurance and/or quality control inspections
and related certifications, training, surveys, studies, supervision, and administration services to be provided
by the Contractor, and other items, work and services that are necessary or appropriate for the total
construction, installation, furnishing, equipping, and functioning of the completed Project, together with all
additional, collateral and incidental items, work and services required to achieve Final Completion in
accordance with the Contract Documents.
1.2. Interpretation of the Contract Documents.
1.2.1. As used in the Contract Documents, (i) the singular shall include the plural, and the masculine shall
include the feminine and neutral, as the context requires; (ii) “includes” or “including” shall mean “including,
but not limited to” and “including, without limitation;” and (iii) all definitions of agreements shall include all
amendments thereto in effect from time to time.
1.2.2. Whenever it shall be provided in the Contract Documents that the Contractor is required to perform
a service or obligation "at its sole cost and expense" or words of substantially similar meaning, the Contractor
shall not be entitled to reimbursement for such item and the cost of such service or obligation shall not be
included in any Application for Payment.
1.2.3. Contract Documents shall be construed in a harmonious manner, whenever possible. The general
intent of the Contract Documents is to include all items necessary for the proper execution and completion
of the Project by the Contractor.
1.2.4. The Contract Documents shall be taken as a whole and are complementary, and any item of Work
called for in any Contract Document shall be as binding as if called for by all, so that any part of the Work
shown or described in any of the Contract Documents, though not specifically referred to in other Contract
Documents, shall be executed by Contractor and binding as a part of the Contract Documents, as well as
any Work which, in the sole opinion of City, may be fairly inferred from the Contract Documents or by normal
industry practice.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
1.2.5. Detailed plans shall take precedence over general plans for the same part of the Work. Specifications
and detailed plans which may be prepared or approved by City after the execution of the Contract and which
may be fairly inferred from the original specifications and plans are to be deemed a part of such specifications
and plans, and that portion of the Work shown thereby shall be performed without any change in the Contract
Price or Project Schedule. With respect to conflicts between large-scale drawings and small-scale drawings,
the larger scale drawing shall govern, unless otherwise dictated by Consultant.
1.2.6. Where compliance with two or more requirements is indicated in any of the enumerated Contract
Documents and where these requirements within the Contract Documents conflict in quantity or quality, the
Contractor shall comply with the most stringent requirement as determined by the City, unless specifically
indicated otherwise in the Contract Documents.
1.2.7. As used in the Contract Documents, unless specifically indicated otherwise, references to an Article
include all Sections, Subsections, and items within that Article; references to a Section include all Subsections
and items within that Section; and references to a Subsection include all items within that Subsection .
1.2.8. Words which have a well-known technical or trade meaning are used herein in accordance with such
recognized or well-known meaning, unless the Contract Documents otherwise specifically define such word.
1.2.9. The Recitals, Appendices, Exhibits and Schedules attached hereto are expressly incorporated in and
made a part of the Contract Documents as if fully set forth herein.
ARTICLE 2. INTENTION AND PRIORITY OF CONTRACT DOCUMENTS.
2.1. Intention of City. It is the intent of City to describe in the Contract Documents a functionally
complete Project (or part thereof) to be constructed in accordance with the Contract Documents and in
accordance with all codes and regulations governing construction of the Project. Any work, materials or
equipment that may reasonably be inferred from the Contract Documents as being required to produce the
intended result shall be supplied by Contractor whether or not specifically called for. City shall have no duties
other than those duties and obligations expressly set forth within the Contract Documents.
2.2. Priority of Contract Documents. In the event of conflict or inconsistency among the Contract
Documents, the following order of precedence shall govern the interpretation of the Contract Documents:
a. Change Orders or Amendments to this Contract (excluding the Plans and Specifications);
b. The Contract Documents (excluding the Plans and Specifications);
c. Modifications or changes to the completed Plans and Specifications, as approved by the City;
d. The completed Plans and Specifications, as approved by the City; and
e. The ITB.
In the event of any conflict between the General Terms and Conditions of the ITB (as may be amended by
Change Order), and the Specifications, the provisions of the General Terms and Conditions, as amended,
shall take precedence and control.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Contractor shall be furnished two (2) copies, free of charge, of the Contract Documents; wh ich shall be
preserved and always kept accessible to the City, the Consultant, and their respective authorized
representatives. Additional copies of the Contract Documents may be obtained from City at the cost of
reproduction.
ARTICLE 3. CONTRACTOR’S DUTIES AND RESPONSIBILITIES.
3.1. Performance of the Work. The Contractor covenants and warrants that it shall be responsible for
performing and completing, and for causing all Subcontractors to perform and complete, the Work in
accordance with the Contract Documents and all Applicable Laws relating to the Project. Accordingly,
Contractor shall furnish all of the labor, materials, equipment services and incidentals necessary to perform
all of the Work described in the Contract Documents, and all Work that is contemplated thereby or reasonably
inferable therefrom. As part thereof, Contractor shall achieve Substantial Completion within the time period
specified in the Invitation to Bid Summary for Substantial Completion, as such date may be extended
pursuant to the terms of the Contract Documents, and shall achieve Final Completion of the Project by the
date established in the Contract Documents for Final Completion, as such date may be extended pursuant
to the terms of the Contract Documents. Unless otherwise provided in the Contract Documents, or as agreed
to in writing between City and Contractor, the form and content of all reports, forms and regular submittals
by Contractor to City shall be subject to prior approval of the City, and Contractor shall submit su ch materials
to the City for City’s approval prior to implementation. City’s approval thereof shall not limit City’s right to
thereafter require reasonable changes or additions to approved systems, reports, forms and regular
submittals by Contractor to City.
3.2. Standard of Care . The Work shall be performed in accordance with the professional standards
applicable to projects, buildings, or work of complexity, quality and scope comparable to the Work and the
Project. More specifically, in the performance of the professional servic es under this Contract, Contractor
shall provide the care and skill ordinarily used by members of its profession practicing under similar
conditions for projects of similar type, size and complexity at the same time and locality of the Project.
Work shall be performed by the Contractor, Subcontractors, and specific personnel referred to in the in the
Contract Documents in accordance with their respective degrees of participation provided and represented
to the City by the Contractor from time to time. The Contractor may add Subcontractors as it deems
necessary or appropriate in order to carry out its obligations under the Contract Documents, provided such
entity shall be suitably qualified and shall be subject to the prior approval of the City. Nothing cont ained in
the Contract Documents shall be construed to create any obligation or contractual liability running from the
City to any such persons or entities, including to any Subcontractors.
3.3. Notices to Proceed. Contractor shall be instructed to commence the Work by written instructions
in the form of a Purchase Order issued by the City's Procurement Department and a Notice to Proceed issued
by the Contract Administrator. At least two (2) Notices to Proceed will be issued for this Contract. Contractor
shall commence scheduling activities, permit applications and other preconstruction work within five (5)
calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to
Proceed. The first Notice to Proceed and Purchase Order will not be issued until Contractor's submission to
City of all required documents, including but not limited to, Payment Bond, Performance Bond, and Insurance
Certificate(s), and after execution of the Contract by both parties.
3.4. Conditions Precedent to Notice to Proceed for Construction of the Work . The following are
conditions precedent to the issuance of a Notice to Proceed to authorize Contractor to mobilize on the Project
Site and commence with physical construction of the Work (typically, the second NTP for a Project): (1) the
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
receipt of all necessary permits by Contractor; (2) City’s acceptance of the Contractor’s full progress schedule
in accordance with the Contract Documents, Contractor’s submittal schedule, Contractor’s Schedule of
Values, and list of Subcontractors; (3) Contractor’s Hurricane Preparedness Plan; and (4) Contractor’s
submission to the City and Consultant of any other documents required by the Contractor Documents. The
Contractor shall submit all necessary documents required for issuance of the Notice to Proceed with
construction of the Work within twenty-one (21) calendar days of the issuance of the first Notice to Proceed.
3.5. Warranty. Contractor warrants to City that all materials and equipment furnished under this Contract
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. All work not conforming to these requirem ents,
including substitutions not properly approved and authorized, may be considered defective. If required by
Consultant or City, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and
equipment. This warranty is not limited by any other provision of the Contract Documents.
3.6. Personnel Requirements.
3.6.1. The orders of City are to be given through Consultant or the Contract Administrator, 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 Construction Superintendent and any necessary
assistants, all satisfactory to City. The Construction Superintendent shall not be changed except with the
written consent of City, unless the Construction Superintendent proves to be unsatisfactory to Contractor and
ceases to be in its employ. The Construction Superintendent shall represent Contractor and all directions
given to the Construction Superintendent shall be as binding as if given to Contractor and will be confirmed
in writing by City upon the written request of Contractor. Contractor shall give efficient supervision to the
Work, using its best skill and attention.
3.6.2. The Construction Superintendent shall be responsible for management of the Project Site and tasks,
including, but not limited to, organization and coordination of the Work of Subcontractor employees;
exercising control over rate of construction progress to assure completion of the Project within the
Project Schedule; inspecting or observing the Work to enforce conformity to the Contract Documents and
supervising trades, subcontractors, clerical staff, and other personnel employed in the construction of the
Project. On a daily basis, Contractor's Construction Superintendent shall record, at a minimum, the following
information in a bound log: the day; date; weather conditions and how any weather condition 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; visitors to the Project Site, including
representatives of Consultant; regulatory representatives; any special or unusu al conditions or occurrences
encountered; and the time of termination of work for the day. All information shall be recorded in the daily
log in ink. The daily log shall be kept on the Project Site and shall be available at all times for inspection and
copying by City and Consultant.
3.6.3. The Contract Administrator, Contractor and Consultant shall meet at least weekly or as determined
by the Contract Administrator, during the course of the Work to review and agree upon the work performed
to date and to establish the critical path activity or Work for the next two weeks. The Consultant shall publish,
keep, and distribute minutes and any comments thereto of each such meeting.
3.6.4. If Contractor, in the course of prosecuting the Work, finds any discrepancy between t he Contract
Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the
Contract Documents, it shall be Contractor’s duty to immediately inform Consultant, in writing, and Consultant
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
will promptly review the same. Any work done after such discovery, until authorized, will be done at
Contractor’s sole risk.
3.6.5. 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.
3.6.6. The Construction Superintendent must have at least five (5) years of experience in projects of similar
design, scope, size and complexity. The Project Manager must have at least five (5) years of experience in
projects of similar design, scope, size and complexity.
3.7. Subcontracts.
3.7.1. Contractor shall not employ any subcontractor against whom City or Consultant may have a
reasonable objection. Contractor shall not be required to employ any subcontractor against whom Contractor
has a reasonable objection.
3.7.2. Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons
directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable
to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by
it. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor
and City or any obligation on the part of City to pay or to see the payment of any monies due any
subcontractor. City or Consultant may furnish to any subcontractor evidence of amounts paid to Contractor
on account of specific work performed.
3.7.3. Contractor agrees to bind specifically every subcontractor to the terms and conditions of the Contract
Documents for the benefit of City. All of the Contractor’s agreements with the Subcontractors shall contain
the following provisions (or shall incorporate the following provisions by reference) and shall state:
a. that the Subcontractor irrevocably submits itself to the original and exclusive jurisdiction an d
venue in Miami-Dade County, Florida, with regard to any controversy in any way relating to the award,
execution or performance of the Contract Documents and/or such Subcontractor's agreement, and whereby
the Subcontractor agrees that service of process on it may be made to the person or entity designated in the
Subcontract;
b. that the City shall not be in privity of contract with the Subcontractor and shall not be liable
to any Subcontractor under the Contract Documents or any such subcontract, except for the payments of
amounts due to the Subcontractor under its subcontract in the event that the City exercises its rights under
any assignment of the subcontract and requests or directs the Subcontractor to perform the portion of the
Work covered by its subcontract;
c. that the City is a third-party beneficiary of the Subcontract, entitled to enforce any rights
thereunder for their respective benefits, and that, subject to the terms of the applicable Subcontract, the City
shall have the same rights and remedies vis-à-vis such Subcontractors that Contractor shall have, including
the right to be compensated for any loss, expense or damage of any nature whatsoever incurred by the City
resulting from any breach of such Subcontract by Subcontractor, any breach of representations and
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
warranties, if any, implied or expressed, arising out of such agreements and any error, omission or negligence
of such Subcontractor in the performance of any of its obligations under such Subcontract;
d. that the Subcontractor shall indemnify and hold harmless the City, its officers, agents,
directors, and employees, and instrumentalities to the fullest extent permitted by Section 725.06 of the Florida
Statutes;
e. that such subcontract shall be terminable for default or convenience upon ten (10) days prior
written notice by Contractor, or, if the Subcontract has been assigned to the City, by the City or its designee;
f. that Subcontractor shall promptly notify the City (with a copy to Contractor) of any default of
Contractor under the Subcontract, whether as to payment or otherwise;
g. that Contractor and Subcontractor acknowledge that (i) they are each entering into a contract
for the construction of a public facility or public works project as contemplated in Chapter 255, Florida
Statutes, and (ii) each have no right to file a construction lien against the Work or the Project, and further
agree to include a similar requirement in any purchase order or subcontract entered into by Subcontractor;
and (iii) the payment bond provided by Contractor pursuant to this Agreement is a substitute for the right to
claim a lien on the Project, and that any claims for nonpayment shall be made against the bond in accordance
with Section 255.05, Florida Statutes.
h. that Subcontractor shall comply with all Applicable Laws (including prompt payment) and the
City requirements as set forth in the Contract Documents and maintain all files, records, accounts of
expenditures for Subcontractor's portion of the Work to the standards set forth in the Contract Documents.
i. that the City may, at reasonable times, contact Subcontractor, after notice to Contractor, to
discuss, or obtain a written report of, Subcontractor's services, with Contractor entitled to be present during
any such discussions; provided that in no event, prior to any assignment of the Subcontract to the City, shall
Subcontractor take instructions directly from the City;
j. that Subcontractor promptly disclose to the City and Contractor any defect, omission, error
or deficiency in the Contract Documents or the Work about which it has knowledge no later than ten (10)
days following discovery of such defect, omission, error or deficiency;
k. that Subcontractor assign all warranties directly to the City,
l. that the Contract Documents provide a limitation of remedies and NO DAMAGES FOR
DELAY as delineated in Article 10 hereof;
m. that in the event of a change in the Work the Subcontractor's Claim for adjustments in the
subcontract price shall be limited exclusively to its actual costs for such changes, plus no more than the
overhead and profit fees/markups and bond costs to be established as part of the GMP Amendment.
n. Each subcontract shall require the Subcontractor to expressly agree that the foregoing
constitutes the sole and exclusive remedies for delays and changes in the Work and thus eliminate any other
remedies for claim for increase in the subcontract price, damages, losses or additional compensation.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
o. Each subcontract shall require that any claims by Subcontractor for delay or additional cost
must be submitted to Contractor within the time and in the manner in which the Contractor must submit
Claims to the City, and that failure to comply with the conditions for giving notice and submitting claims shall
result in the waiver of such claims in the same manner as provided for in the Contract Documents.
3.7.4. Contractor shall perform the Work with its own forces, in an amount not less than the percentage of
the Work specified in the Invitation to Bid Summary.
3.8. Plans and Working Drawings.
3.8.1. 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 Consultant, and shall
notify Consultant of all errors, omissions and discrepancies found therein withi n three (3) calendar days of
discovery. Contractor shall not be allowed to take advantage of any error, omission or discrepancy, as full
instructions will be furnished by Consultant. Contractor shall not be liable for damages resulting from errors,
omissions or discrepancies in the Contract Documents unless Contractor recognized such error, omission or
discrepancy and failed to report it to Consultant, or unless Contractor should have recognized such error,
omission or discrepancy upon reasonable investigation.
3.8.2. Supplementary Drawings. When, in the opinion of Consultant, it becomes necessary to explain the
Work to be done more fully, or to illustrate the Work further, or to show any changes which may be required,
supplementary drawings, with specifications pertaining thereto, will be prepared by Consultant. The
supplementary drawings shall be binding upon Contractor and shall be considered as part of the Contract
Documents. Where such supplementary drawings require either less or more than the original qu antities of
work, appropriate adjustments shall be made by Change Order. In case of disagreement between the written
and graphic portions of the Contract Documents, the written portion shall govern.
3.8.3. Shop Drawings.
3.8.4.1. Contractor shall submit Shop Drawings as required by the Technical Specifications. The
purpose of the Shop Drawings is to show the suitability, efficiency, technique of manufacture, installation
requirements, details of the item and evidence of its compliance or noncompliance with th e Contract
Documents.
3.8.4.2. Within ten (10) calendar days after the Project Initiation Date specified in the Notice to
Proceed, Contractor shall submit to Consultant a complete list of preliminary data on items for which Shop
Drawings are to be submitted and shall identify the critical items. Submission of such documents is a
condition precedent to the issuance of a Notice to Proceed for construction. Approval of this list by Consultant
shall in no way relieve 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.
3.8.4.3. After the approval of the list of items required herein, Contractor shall promptly request
Shop Drawings from the various manufacturers, fabricators, and suppliers. Contractor shall include all shop
drawings and other submittals in its certification.
3.8.4.4. Contractor shall thoroughly review and check the Shop Drawings and each and e very
copy shall show this approval thereon.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
3.8.4.5. If the Shop Drawings show or indicate departures from the Contract requirements,
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 Documents.
3.8.4.6. Consultant shall review and approve Shop Drawings within seven (7) calendar days from
the date received, unless said Drawings are rejected by Consultant for material reasons. Co nsultant's
approval of Shop Drawings will be general and shall not relieve Contractor of responsibility for the accuracy
of such 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 Drawings. No work called for by Shop
Drawings shall be performed until the said Drawings have been approved by Consultant. Approval shall not
relieve Contractor from responsibility for errors or omissions of any sort on the Shop Drawings.
3.8.4.7. No approval will be given to partial submittals of Shop Drawings for items which
interconnect and/or are interdependent where necessary to properly evaluate the design. 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 Consultant along with its comments as to compliance, noncompliance,
or features requiring special attention.
3.8.4.8. 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.
3.8.4.9. Contractor shall submit the number of copies required by Consultant. Resubmissions of
Shop Drawings shall be made in the same quantity until final approval is obtained.
3.8.4.10. Contractor shall keep one set of Shop Drawings marked with Consultant's approval at
the job site at all times.
3.8.4. Field Layout of the Work and Record Drawings. The entire responsibility for establishing and
maintaining line and grade in the field lies with Contractor.
3.8.5.1. Contractor shall maintain an accurate and precise record of the location and elevation of
all pipe lines, conduits, structures, maintenance access structures, handholes, fittings and the like and shall
prepare record or "as-built" drawings of the same which are sealed by a Professional Surveyor. Contractor
shall deliver these records in good order to Consultant as the Work is completed. The cost of all such fi eld
layout and recording work is included in the prices bid for the appropriate items. All record drawings shall be
delivered to Consultant prior to Substantial Completion, in accordance with the Contract Documents.
3.8.5.2. Contractor shall maintain in a safe place at the Project Site one record copy of all
Drawings, Plans, Specifications, addenda, written amendments, Change Orders, Field Orders and written
interpretations and clarifications in good order and annotated to show all changes made during construction .
These record documents together with all approved samples and a counterpart of all approved Shop
Drawings shall be available at all times to Consultant for reference. Upon Final Completion of the Project
and prior to Final Payment, these record documents, samples and Shop Drawings shall be delivered to the
Contract Administrator.
3.8.5.3. 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 Consultant.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
3.8.5. Art in Public Places (“AIPP”) Coordination. Contractor shall coordinate the implementation of the
City’s AIPP commissions and installations for the Project, if any, with all such coordination Work covered
within the Contract Price, provided, however, that the City shall separately fund the commissioning and
installations of all AIPP artworks.
3.8.6. City’s Participation. THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR
PERFORM IN ANY WAY THE CONTRACTOR’S OBLIGATIONS UNDER THE AGREEMENT OR OTHER
CONTRACT DOCUMENTS. THE CITY’S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO
THE CONTRACTOR SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE
CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF
CONTRACTOR’S OBLIGATIONS, A WAIVER OF CONTRACTOR’S OBLIGATIONS AND/OR EXCUSE
ANY BREACH BY CONTRACTOR OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE
PARTICIPATION IN THE PERFORMANCE OF ANY OF CONTRACTOR’S OBLIGATIONS SHALL NOT
PRECLUDE THE CITY FROM DECLARING CONTRACTOR IN DEFAULT FOR CONTRACTOR’S
FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY’S RIGHTS
AND REMEDIES IN CONNECTION THEREWITH. THE CONTRACTOR EXPRESSLY ACKNOWLEDGES
AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR
OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY’S PARTICIPATION, ASSISTANCE AND/OR
FACILITATION IN THE PERFORMANCE OF CONTRACTOR’S OBLIGATIONS. INCLUDING, WITHOUT
LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR
OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS
SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT
DOCUMENTS, THIS SECTION SHALL GOVERN.
3.8.7. City's Information. Except for any tests or studies that the City provides as part of the ITB, any
information provided by the City to the Contractor relating to the Project and/or other conditions affecting
the Project Site, is provided only for the convenience of the Contractor and does not relieve the Contractor
of the due diligence necessary to independently verify local conditions and Site Conditions. The City makes
no representation or warranty as to, and assumes no responsibility whatsoever with respect to, the
sufficiency, completeness or accuracy of any such test, studies or oth er information and makes no
guarantee, either express or implied, that the conditions indicated in such information or independently
found by the Contractor as a result of any examination, exploration or testing, are representative of those
existing throughout the performance of the Work or the Project Site, and there is no guarantee against
unanticipated or undisclosed conditions.
ARTICLE 4. CONTRACT PRICE.
4.1. If the Invitation to Bid Summary or any other Contract Documents contemplate unit pricing for the
Project or any portion thereof, City shall pay to Contractor the amounts determined for the total number of
each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units
contained in this schedule is an estimate only, and final payment shall be made for the actual number of units
incorporated in or made necessary by the Work covered by the Contract Documents. Payment shall be
made at the unit prices applicable to each integral part of the Work. These pr ices shall be full compensation
for all costs, including overhead and profit, associated with completion of all the Work in full conformity with
the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not
covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to
which the item is most applicable.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
4.2. If the Invitation to Bid Summary or any other Contract Documents contemplate lump sum pricing for
the Project, the Contract Price shall be the amount specified in the Contract, consisting of a base bid, and
a separate line item for the Owner’s Contingency (to be used solely by the City at its sole discretion for the
purposes described in the Contract Documents). The Contract Price, exclusive of the Owner’s Contingency,
shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and
profit, associated with completion of all the Work accordance with the requirements of the Contract
Documents, including all Work reasonably inferable therefrom, even if such item of Work is not specifically
or expressly identified as part of a line item in the ITB Price Form.
4.3. To the extent the Project includes both unit prices and a lump sum price, th en all sections of this
Article 4 shall apply to the item of Work in question, as applicable.
4.4. No Compensation Prior to Notice to Proceed. Prior to the City’s issuance of any Notice to
Proceed, Contractor shall not incur any cost to be reimbursed as part of the Project, except as the Contract
Administrator may authorize in writing.
4.5. Owner’s Contingency. The Owner’s Contingency shall be an amount, determined by the City,
which will be available to the City to pay for Project costs which are expressly chargeable to the City or
determined to be the City’s responsibility under the Contract Documents, including, as it relates to the
Contractor, the following increased costs of the Project incurred by Contractor:
a. Express written changes in the Work made in th e discretion of the City after issuance of a
Change Order or Construction Change Directive relating thereto. The decision to make such changes, and
to incur the costs that arise there from, shall be in the sole discretion of the City. No costs may be cha rged
to the Owner’s Contingency under this subsection without express approval of City.
b. Changes to the Work if ordered by agencies having jurisdiction, provided such Work directly
results from City’s issuance of a Notice to Proceed prior to obtaining full permits thereon;
c. In the event of Excusable Delay, reasonable acceleration costs to meet milestones, if approved
by the City at its sole and absolute discretion;
d. Differing site conditions pursuant to the Contract Documents;
e. Post-hurricane or storm-related Construction Change Directives (to address matters that are in
addition to, or not covered by, the Contractor’s City -approved Hurricane Preparedness Plan required by the
Contract Documents);
f. Increased Costs of the Work resulting from other actions of the City deemed to be City’s
responsibility and/or compensable under the Contract Documents.
Unless Contractor secures City’s written agreement that such costs are City’s responsibility, documentation
of responsibility for such costs shall be submitted with the Contractor’s Claim. When Contractor has reason
to anticipate that such costs may be incurred, it shall be the Contractor’s responsibility, when feasible, to
provide the City with sufficient advance notice, so as to provide the City with a reasonable opportunity to
avoid such costs. Such costs shall be deemed the City’s responsibility if City subsequently agrees in writing
to grant the Claim and accept such responsibility, or if the Claim is granted and responsibility assigned to
City pursuant to the dispute resolution process under the Contract Documents and all reviews thereof are
exhausted or waived by City. The Contractor has no right or entitlement whatsoever to the Owner’s
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Contingency, and use of such funds are subject to the City’s prior written approval and issuance of a Change
Order or Construction Change Directive by the City at its sole and absolute discretion. Any unused City
Contingency remaining at the completion of the Project shall accrue solely to the City.
ARTICLE 5. APPLICATION FOR PAYMENT.
5.1. Applications for Payment for the Work performed by Contractor shall be made monthly based upon
the percent completion of the Work for each particu lar month and in accordance with the Contract
Documents. The percent completion shall be based upon the updated and City -approved Project Schedule
as required by the Contract Documents Contractor's application shall show a complete breakdown of the
Project components, the quantities completed and the amount due, together with such supporting evidence
as may be required by Consultant or City. Contractor shall include, with each Application for Payment, an
updated progress schedule as required by the Contract Documents and a release of liens and consent of
surety relative to the Work which is the subject of the Application. Following submission of acceptable
supporting documentation along with each Application for Payment, City shall make payment to Contracto r
after approval by Consultant of an Application for Payment, less retainage as herein provided for and/or
withholding of any other amounts pursuant to the Contract Documents, within twenty -five (25) days in
accordance with Section 218.735 of the Florida Statutes.
5.2. The City shall withhold from each progress payment made to Contractor retainage in the amount of
ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed. The Work
shall be considered 50% complete at the point at which the City has expended 50% of the approved Cost of
the Work together with all costs associated with existing change orders or other additions or modifications to
the construction services provided for in the Contract Documents.
Thereafter, the Contract Administrator shall reduce to five percent (5%) the amount of retainage withheld
from each subsequent progress payment made to the Contractor, until Substantial Completion. Any reduction
in retainage shall be in accordance with Sec tion 255.078 of the Florida Statutes, as may be amended, and
shall otherwise be at the sole discretion of the Contract Administrator, after considering any recommendation
of Consultant with respect thereto. Contractor shall have no entitlement to a releas e of, or reduction in,
retainage, except as may be required herein or by Florida law. Any interest earned on retainage shall accrue
to the benefit of City. All requests for retainage reduction shall be in writing in a stand -alone document,
separate from monthly applications for payment.
5.3. Notwithstanding any provision hereof to the contrary, the City may withhold payments to the
Contractor in the following circumstances:
a. correction or re-execution of Work which is defective or has not been performed in accordance
with the Contract Documents and which the Contractor has failed to correct in accordance with the terms
of the Contract Documents;
b. past due payments owed to Subcontractors for which City has not been provided an
appropriate release of lien/claim (whether or not the Work in question is the subject of any dispute);
c. the City's remedies arising from any failure to perform the Contract Documents’ requirements
or uncured Default of this Contract by the Contractor;
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
d. damage to another contractor or third-party (including, without limitation, the property of any
resident or business in the area surrounding the Project Site) which has not been remedied or, damage to
City property which has not been remedied;
e. liquidated damages;
f. failure of Contractor to provide a Recovery Schedule in accordance with the Contract
Documents;
g. failure of Contractor to provide any and all material documents required by the Contract
Documents including, without limitation, the failure to maintain as -built drawings in a current and
acceptable state; and
h. pending or imminent Claims of the City or others including, without limitation, Claims which
are subject to Contractor's indemnity obligation under the Contract Documents, for which the Contractor
has not posted bonds or other additional security reasonably satisfactory to the City.
Except as otherwise specifically provided in the Contract Documents, in no event shall any interest be
due and payable by the City to the Contractor or any other party on an y of the sums retained by the City
pursuant to any of the terms or provisions of any of the Contract Documents.
5.4. No acceptance. No progress payment made by the City to Contractor shall constitute acceptance
of any portion of the Work, any goods or materials provided under this Agreement or any portion thereof. No
partial or entire use or occupancy of the Project by the City shall constitute an acceptance of any portion of
the Work or the complete Project which is not in accordance with the Contract Docum ents.
5.5. Final Bill of Materials. Upon request by the City, Contractor shall be required to submit to City and
Consultant a final bill of materials with unit costs for each bid item for supply of materials in place. This shall
be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs
established for each Contract item. A Final Certificate for Payment cannot be issued by Consultant until
Contractor submits the final bill of materials and Consultant verifies the accuracy of the units of Work.
5.6. Payment by City for Tests. Except when otherwise specified in the Contract Documents, the
expense of all tests requested by Consultant shall be borne by City and performed by a testing firm chosen
by the City. For road construction projects the procedure for making tests required by Consultant will be in
conformance with the most recent edition of the State of Florida, Department of Transportation Standard
Specifications for Road and Bridge Construction. The cost of any required test which Contractor fails shall
be paid for by Contractor.
5.7. Form of Application: Projected Payment Schedule. The Contractor shall make each Application
for Payment on AIA Form G702 or other form approved by the City, which incorporates the budget and the
Schedule of Values. For each line item, the Contractor shall state the approved cost, the cost to date, and
the projected total cost, and retainage held (if any), shall state that the projected total cost shall not exceed
the approved cost, as adjusted by Change Order. Each Application for Payment shall also state the actual
costs incurred by the Contractor for the payment period covered by such Application for Payment.
ARTICLE 6. PROJECT SCHEDULE AND CONTRACT TIME.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
6.1. Time for Completion. Time is of the essence throughout this Contract. Contractor shall perform the
Work so as to achieve Substantial Completion within the number of days specified for Substantial Completion
in the Invitation to Bid Summary, and the Project shall be completed and ready for final payment as set forth
herein within the number of days specified for Final Completion in the Invitation to Bid Summary, with such
Final Completion date calculated from the date certified by Consultant as the date of Substantial Completi on.
6.2. Project Schedule; Preliminary Matters. As a condition of issuance of a Notice to Proceed for the
construction of the Work (typically, NTP2), Contractor shall submit to Consultant for Consultant's review and
acceptance:
6.2.1. A project “Base Line” schedule, one (1) copy on a CD and One (1) hard copy (activities arranged in
“waterfall”), in the indicated form for Final review and approval, in accordance with the Project Scheduling
Format required in the Invitation to Bid Summary.
(CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGC)
publication, “The Use of CPM in Construction.”)
Contractor shall provide a preliminary man loaded, logic based “Base Line” Project schedule using “Early
Start” and “Early Finish” dates for each activity. The Contractor shall include, in addition to normal work
activity input, input that encompasses all submittal approvals, delivery durations for important materials
and/or equipment, and Logic relationships of activities including physical and site restraints.
The preliminary Base Line project schedule when submitted shall have attached a run of the pro grams
generated error report that states no errors and be acceptable to Consultant and City.
Monthly, Contractor shall submit with each Application for Payment an update of the Project Schedule with
an error report stating no errors (that does not revise the base line schedule), showing the progress for the
month (“Progress Schedule”). CONTRACTOR SHALL SUBMIT ONE HARD COPY AND ONE ELECTRONIC
COPY (including a native version and a pdf). In addition to the Progress Schedule Contractor shall include a
narrative report of the months’ progress, an explanation of any delays and or additions/deletions to activities.
City’s acceptance of a Progress Schedule for purposes of City’s approval of an Application for Payment shall
not constitute or be construed as City’s approval of the Progress Schedule itself, or as approval of any change
to the Project Schedule. Any changes to the Project Schedule, if agreed to, shall be memorialized in a duly
executed Change Order.
It is strongly recommended that Contractor or the professional who performs scheduling have a vast
knowledge in the use of the required scheduling software specified in the Invitation to Bid Summary to
develop and update the project schedule.
CONTRACTOR agrees to attend weekly progress meetings and provide an two (2) week look ahead
schedule for review and discussion and monthly be prepared to discuss any:
1) Proposed changes to the Base Line schedule logic;
2) Explain and provide a narrative for reasons why logic changes should be made;
3) Update to individual subcontractor activities; and
4) Integration of changes into the schedule.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
The Project Schedule shall be the basis of the Contractor’s Work and shall be complied with in all respects.
6.2.2. A preliminary schedule of Shop Drawing submissions; and
6.2.3. In a lump sum contract or in a contract which includes lump sum bid items of Work, a preliminary
schedule of values for all of the Work which may include quantities and prices of items aggregating the
Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for
progress payments during construction. Such prices will include an appropriate amount of overhead and
profit applicable to each item of work which will be confirmed in writing by Contractor at the ti me of
submission. If requested by the City, Contractor shall provide additional breakdowns as to any line item, to
show labor, equipment, materials and overhead and profit.
6.2.4. After award but prior to the submission of the progress schedule, Consultant, Con tract Administrator
and Contractor shall meet with all utility owners and secure from them a schedule of utility relocation,
provided, however, that by facilitating Contractor’s efforts to coordinate with such utilities, City is not assuming
the obligation to coordinate any necessary relocations and Contractor shall be solely responsible for such
coordination.
6.2.5. At a time specified by Consultant but before Contractor starts the work at the Project Site, a
conference attended by Contractor, Consultant and others as deemed appropriate by Contract Administrator
will be held to discuss the schedules to discuss procedures for handling Shop Drawings and other submittals
and for processing Applications for Payment, and to establish a working understanding among th e parties as
to the Work.
6.2.6. Within five (5) days from the Project Initiation Date set forth in the Notice to Proceed, a pre -
construction meeting attended by Contractor, Consultant and others, as appropriate, will be held to finalize
the schedules submitted. Within ten (10) days after the Project Initiation Date set forth in Notice to Proceed,
the Contractor shall revise the original schedule submittal to address all review comments from the CPM
review conference and resubmit for Consultant review. The finalized progress schedule will be accepted by
Consultant only as providing an orderly progression of the Work to completion within the Contract Time, but
such acceptance shall not constitute acceptance by City or Consultant of the means or methods of
construction or of the sequencing or scheduling of the Work, and such acceptance will neither impose on
Consultant or City responsibility for the progress or scheduling of the Work nor relieve Contractor from full
responsibility therefore. The finalized schedule of Shop Drawing submissions must be acceptable to
Consultant as providing a workable arrangement for processing the submissions. The finalized schedule of
values must be acceptable to Consultant as to form and substance.
6.3. Recovery Schedule.
6.3.1. If Contractor’s Work, or any portion of the Work, becomes more than (30) days behind
schedule, if the Work on any critical path item or activity delineated in the Project Schedule is delayed for a
period which exceeds 5% of the days remaining until a completion deadl ine for an item in the Project
Schedule, or if the reasonably appears that the Contractor will be unable to meet the deadlines of the Project
Schedule, the City may notify Contractor of same, and in such case, the Contractor shall submit a proposed
recovery plan to regain lost schedule progress and to achieve any Project milestones, Substantial
Completion, and Final Completion in accordance with the Contract Documents (“Recovery Schedule”), after
taking into account Excusable Delays (as hereinafter defined) and permitted extensions of the Project for
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
review and acceptance within seven (7) days following notification from the City, so as to ensure Contractor
makes up lost time.
6.3.2. City shall notify Contractor within five (5) business days after receipt of each Recovery
Schedule, whether the Recovery Schedule is deemed accepted or rejected. Within five (5) business days
after City’s rejection of any Recovery Schedule, Contractor will resubmit a revised Recovery Schedule
incorporating City’s comments. If the City accepts Contractor’s Recovery Schedule, Contractor shall, within
five (5) business days after City’s acceptance, incorporate and fully include the Recovery Schedule into the
Project Schedule and deliver same to City.
6.3.3. If the Contractor fails to provide an acceptable Recovery Schedule, as determined by City
in its sole discretion, that demonstrates Contractor’s ability to timely follow the Project Schedule, the City
may, without prejudice to any other rights and remedies available to the City hereunder or otherwise, declare
an Event of Default or order the Contractor to employ such extraordinary measures, including acceleration
of the Work, and other measures, including substantially increasing manpower and/or necessary equipment,
as may be necessary to bring the Work into conformity with the Project Schedule.
6.4. Substantial Completion. As a condition of Substantial Completion, all of the following must occur:
6.4.1. All Work affecting the operability of the Project or safety has been completed in accordance
with the Contract Documents;
6.4.2. If applicable, all pre-commissioning activities, including alignment, balancing, lubrication and
first-fill, have been completed;
6.4.3. The Work may be operated within manufacturers’ recommende d limits (with all installation
instructions, operations and maintenance manuals or instructions for equipment furnished by Contractor,
catalogs, product data sheets for all materials furnished by Contractor and similar information provided), in
compliance with Applicable Laws, and without damage to the Work or to the Project;
6.4.4. Contractor has corrected all defects, deficiencies and/or discrepancies to the entire Work as
identified by the City or the Consultant, and the Consultant confirms such corrections h ave been made in
writing;
6.4.5. The most recent updated set of “as-built” drawings reflecting the progress of the Work
through Substantial Completion (in native file format, such as autoCAD);
6.4.6. When Contractor believes it has achieved Substantial Completion, Con tractor shall request
an inspection by the City and the Consultant, and shall provide the City with evidence supporting its
assessment of Substantial Completion, including any specific documents or information requested by the
City to assist in its evaluation thereof. Contractor shall, prior to said inspection, develop its preliminary Punch
List for input and comment by the City and the Consultant. Once the preliminary Punch List is submitted to
the City, the City and its representatives shall then schedule a walk-through of the Project with Contractor
and the Consultant . Following the walk-through, Contractor shall develop and provide City with the list of all
remaining items of Work to be completed or corrected, and which incorporates items and comments identified
or provided by the City and Consultant comments and is certified for completeness and accuracy by the
Consultant (“Substantial Completion Punch List”), provided, however, that failure to include any items on
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
such Substantial Completion Punch List does not alter the responsibility of the Contractor to complete all
Work in accordance with the Contract Documents; and
6.4.7. Any and all appurtenances, utilities, transportation arteries and any other items required
under the Contract Documents and necessary to serve that portion of the Work are sufficiently completed, a
temporary certificate of completion or Certificate of Occupancy, as applicable, is issued for the Work for which
a Certificate of Substantial Completion is being sought and/or all conditions or requirements of authorities
having jurisdiction are complied with, to permit the City to utilize and occupy that portion for its intended use
in accordance with the Contract Documents without material interference from any incomplete or improperly
completed items of Work;
6.4.8. With respect to any Project for which a right-of-way permit is required from the City’s Public
Works Department or which includes a final lift of asphalt as part of the Work, in no event shall Substantial
Completion occur prior to the final lift of asphalt and acceptance thereof by the agencies having jurisdiction
(including, without limitation, the City’s Public Works Department).
6.5. Certificate of Substantial Completion. Any determination by the Consultant and the Contractor of
Substantial Completion shall not be binding on the City, a nd the ultimate determination of Substantial
Completion shall rest with the City and shall be evidenced by the City's executing and returning to the
Contractor its Certificate of Substantial Completion (or Partial Substantial Completion, as applicable).
6.5.1. When the City, on the basis of an inspection, determines that the Work or designated portion thereof
is substantially complete, and when the Contractor has complied with all other conditions precedent to
Substantial Completion provided for in the other Contract Documents, the City will then prepare a Certificate
of Substantial Completion which shall establish the Substantial Completion Date , shall state the
responsibilities of Contractor, if any, for security, maintenance, heat, utilities, damage to the Work , and
insurance, and shall fix the time within which the Contractor shall complete the items listed in the Substantial
Completion Punch List. If the City issues a Certificate of Substantial Completion on the basis of partial
completion of the Project, or upon the basis of a partial or temporary certificate of occupancy or certificate of
completion, as applicable, City may include such additional conditions, as it deems appropriate to protect its
interests pending substantial completion of the entire Projec t or issuance of a permanent certificate of
occupancy or certificate of completion, as applicable.
6.5.2. The City shall not unreasonably withhold or condition acceptance and execution of a Certificate of
Substantial Completion (or a Notice of Partial Substantial Completion); provided, however, the Project shall
not be deemed Substantially Complete and the City shall not execute a Certificate of Substantial Completion
until all of the criteria for achieving Substantial Completion as identified in the Contract Do cuments have been
satisfied, and (2) in the case of a portion of the Project, the conditions set forth this Article 6 relating to Partial
Substantial Completion shall have been satisfied.
6.6. Partial Substantial Completion. Partial Substantial Completion of the Work shall occur when the
City determines that a portion of the Work, as defined in the Contract Documents and/or otherwise by logical
boundaries, is Substantially Complete in accordance with the Contract Documents. The City may (but shall
not be obligated to) agree that a portion or component of the Work, acceptable to the City in its sole discretion,
may be certified as Substantially Complete provided that:
6.6.1. The requirements provided in this Article 6 for issuance of a Certificate of Substantial Completion
are complied with for the portion of the Work for which a Notice of Partial Substantial Completion is being
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
sought;
6.6.2. Such portion and any and all appurtenances, utilities, transportation arteries and any other items
required under the Contract Documents and necessary to serve that portion of the Work are sufficiently
completed, a temporary certificate of completion or Certificate of Occupancy, as applicable, is issued for the
portion of the Work for which a Certificate of Partial Substantial Completion is being sought and/or all
conditions or requirements of authorities having jurisdiction are complied with, to permit the City to utilize and
occupy that portion for its intended use in accordance with the Contract Documents without mate rial
interference from any incomplete or improperly completed items of Work;
6.6.3. The City is fully able to use and occupy the portion of the Work for the purposes intended and the
Contractor separates the portion of the Work which is Substantially Complete fr om non-complete areas of
the Project in order to prevent noise, dust and other construction disturbances which would materially
interfere with the use of such portion for its intended use in accordance with the Contract Documents and to
assure the safety of those entering, exiting and occupying the Substantially Completed portion of the Work;
6.6.4. Partial Substantial Completion shall not constitute Final Completion of the Work or Substantial
Completion of the Project, nor shall it relieve the Contractor of any responsibility for the correction of Work
(whether or not included in portion of Work Substantially Complete) or for the performance of Work not
complete at the time of Partial Substantial Completion.
6.7. Liquidated Damages.
6.7.1. Upon failure of Contractor to achieve Substantial Completion within the time period specified in the
Invitation to Bid Summary for Substantial Completion, as such date may be extended pursuant to the terms
of the Contract Documents, Contractor shall pay to City the sum specified in the Invitation to Bid Summary
for “Liquidated Damages” for each calendar day after the time specified in the Invitation to Bid Summary for
Substantial Completion, plus any approved time extensions, for Substantial Completion. Par tial Substantial
Completion shall not relieve Contractor of any responsibility for Liquidated Damages for failure to timely
achieve Substantial Completion.
6.7.2. After Substantial Completion is achieved, should Contractor fail to complete the remaining Work
within the time specified in the Invitation to Bid Summary for Final Completion, plus approved time extensions
thereof, Contractor shall pay to City the sum set forth in the Invitation to Bid Summary as “Liquidated
Damages” for each calendar day after the time specified in the Invitation to Bid Summary for Final
Completion, plus any approved extensions.
6.7.3. Contractor agrees that the Liquidated Damages set forth herein are not penalties and have been set
based on an evaluation by City of damages to City and the public caused by untimely performance. Such
damages may include loss of revenues to the City, and additional costs of administering this Agreement,
including Project staff, legal, accounting, consultants and overhead and other administrative costs.
Contractor acknowledges that the amounts established for Liquidated Damages are fair and commercially
reasonable. Contractor and City have agreed to the Liquidated Damages in order to fix Contractor’s costs
and to avoid later disputes over which items are properly chargeable to Contractor as a consequence of
Contractor’s delays.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
The above-stated liquidated damages shall apply separately to each portion of the Proje ct for which a time
for completion is given. City is authorized to deduct liquidated damages from monies due to Contractor for
the Work under this Contract or as much thereof as City may, in its sole discretion, deem just and reasonable.
Liquidated Damages shall apply, whether or not the City terminates Contractor for cause and whether or not
Surety completes the Project after a Default by Contractor.
Liquidated Damages shall apply solely to claims arising from delay in meeting any milestone for which the
right to assess Liquidated Damages is specified, including, without limitation, Substantial Completion, and
Final Completion, and shall be the City's sole remedy for delay, and are not intended to, and do not, liquidate
Contractor’s liability under any other provision of the Contractor Documents for other events not specifically
referenced in this Article 6. Liquidated Damages shall not liquidate Contractor’s liability under the
indemnification provisions of this Agreement.
Contractor, in addition to reimbursing City for Liquidated Damages or other damages for untimely
performance as provided herein, shall reimburse City for all costs incurred by City to repair, restore, or
complete the Work, as may be provided by the Contract Documents, including, wit hout limitation, any
additional design fees that may be due to the Consultant related thereto. All such costs shall be deducted
from the monies otherwise due Contractor for performance of Work under this Agreement by means of
unilateral credit or deductive Change Orders issued by City.
In the event a court of competent jurisdiction determines that any Liquidated Damages amount herein is
unenforceable notwithstanding Contractor’s agreement herein that such amounts are fair and reasonable,
Contractor shall not be relieved of its obligations to the City for the actual damages resulting from the failure
to timely achieve Substantial Completion or Final Completion in accordance with the requirements of the
Contract Documents. Without limiting the foregoing, City and Contractor covenant not to bring any action in
a court of competent jurisdiction that would ask the court to rule that the Liquidated Damages amounts are
not fair and reasonable.
6.8. Beneficial Occupancy. Beneficial Occupancy shall occur when the City determines that a portion
of the Work may be occupied prior to Substantial Completion. City may take Beneficial Occupancy in
accordance with the provisions of the Contract Documents.
6.8.1. Prior to the anticipated date of Beneficial Occupancy, Contractor shall separate the portion of the
Work to be occupied from non-complete areas of the Project in order to prevent noise, dust and other
construction disturbances which would materially interfere with the use of such portion for its intended use in
accordance with the Contract Documents and to assure the safety of those entering, exiting and occupying
the completed portion to be occupied.
6.8.2. Beneficial Occupancy shall not constitute Substantial Completion or Final Completion of the Work,
nor shall it relieve the Contractor of any responsibility for the correction of Work (whether or not included in
the portion of Work to be occupied) or for the performance of Work not complete at the time of Beneficial
Occupancy.
6.8.3. After Beneficial Occupancy and as conditions of Substantial Completion, the Contractor shall deliver
to the City complete as-built drawings, all approved Shop Drawings, maintenance manuals, pamphlets,
charts, parts lists and specified spare parts, o perating instructions and other necessary documents required
for all installed materials, equipment, or machinery, all applicable warranties and guarantees, and the
appropriate certificate of occupancy or certificate of completion that are related to the p ortion of the Work
being occupied.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
6.8.4. Contractor's insurance on the unoccupied or unused portion or portions of the Project Site shall not
be canceled or lapsed on account of such Beneficial Occupancy.
6.8.5. Contractor shall be responsible to maintain all utility services to areas occupied by the City until Final
Completion.
6.9. Final Completion. Final Completion of the Project shall be deemed to have occurred if all the
following have occurred:
6.9.1. Substantial Completion of the entire Project has occurred;
6.9.2. The Work can be used and operated in accordance with Applicable Laws bearing on the performance
of the Work and applicable permits;
6.9.3. All spare parts, special tools and attic stock purchased by Contractor as part of Vendor supplies
shall have been delivered to City and clear of all Liens;
6.9.4. All items on the Substantial Completion Punch List shall have been completed by Contractor to City’s
satisfaction and all final inspections have been performed;
6.9.5. Contractor has satisfied the additional conditions prescribed by th e City in conjunction with a
Certificate of Substantial Completion issued on the basis of partial completion of the Project, or a partial or
temporary Certificate of Occupancy or Certificate of Completion, as applicable;
6.9.6. Contractor has delivered evidence to the City that all permits that are Contractor's responsibilities
as specified under the Contract Documents have been satisfied and closed, and that a Certificate of
Completion or Certificate of Occupancy (as applicable) has been issue d by the authority having jurisdiction,
and the Project or designated portion thereof is sufficiently complete in accordance with the Contract
Documents and can be used for its intended purpose for uninterrupted operation, including, without limitation,
acceptance of completed as-builts, if required by the agency having jurisdiction.
6.9.7. Contractor shall have provided to City final releases and complete and unconditional waivers of liens
for all Work performed by Contractor and each Subcontractor or Suppliers, and a Consent of Surety to Final
Payment;
6.9.8. Contractor shall have delivered to the City a certification identifying all outstanding Claims (exclusive
of any Liens or other such encumbrances which must have been discharged) of Contractor (and of its
Subcontractors, Suppliers and any other party against Contractor) with written documentation reasonably
sufficient to support and/or substantiate such Claims;
6.9.9. Contractor shall have delivered to the City a written assignment of all warranties or guaranties wh ich
Contractor received from Subcontractors or Suppliers to the extent Contractor is obligated to do so;
6.9.10. Contractor shall have delivered to City a complete set of as -built documents and Project Records
prepared in accordance with the Contract Documents;
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
6.9.11. Contractor has delivered to City all other submittals required by the Contract Documents, including
all installation instructions, operations and maintenance manuals or instructions for equipment furnished by
Contractor, catalogs, product data sheets for all materials furnished by Contractor and similar information;
6.9.12. All rubbish and debris have been removed from the Project Site; and
6.9.13. All Construction aids, equipment and materials have been removed from the Project Site.
6.9.14. Contractor has delivered to the City all executed warranties and guarantees required by the Contract
Documents, all of which shall be in the name of the City and run to the benefit of the City;
6.9.15. If applicable, certificates of insurance indicating that any insurance required of the Contractor or
Subcontractors by the Contract Documents shall remain in full force and effect for the required period of time;
6.9.16. Any other documentation establishing payment or satisfaction of obligations, including receipts,
releases and final waivers of lien from the Contractor and all Subcontractors, to the extent and in such form
as may be reasonably required by the City;
6.9.17. Final Completion is a condition precedent to City’s final payment to Contractor and issuance of the
Final Certificate for Payment. Final payment shall be made only after the City Manager or his designee has
reviewed a written evaluation of the performance of Contractor prepared by the Contract Admini strator, and
approved the final payment.
6.9.18. Waiver of Claims. The release by the City and acceptance of the final payment by Contractor
shall operate as and shall be a release to the City from all present and future Claims or liabilities, of
whatever kind or nature, arising under, relating to or in connection with this Contract for anything done
or furnished or relating to the Work or the Project, or from any act or omission of the City relating to or
connected with the Contract Documents, the Work or the Project, except those Claims or liabilities, if
any, for which the Contractor has provided the City with written notice pursuant to and in strict
compliance with the “Claims” and notice requirements set forth in the Contract Documents, and
containing a detailed reservation of rights that identifies the precise nature of the dispute, all facts in
support of Contractor’s Claim, the particular scope of Work giving rise to the Claim, and the maximum amount
and/or time sought in connection with the Claim.
ARTICLE 7. INSPECTION OF WORK; CORRECTION OF
NON-CONFORMING OR DEFECTIVE WORK.
7.1. Consultant, City (and its authorized designees), and representatives of any regulatory agencies
having jurisdiction over the Project, shall at all times have access to the Work and the P roject Site, and
Contractor shall provide proper facilities for such access and for inspecting, measuring and testing. Whenever
requested, Contractor shall give the City and any inspectors or representatives appointed by the City free
access to its Work during normal working hours either at the Project Site or its shops, factories, or places of
business of Contractor and its Subcontractors and suppliers for properly inspecting materials, equipment and
Work, and shall furnish them with full information as to the progress of the Work in its various parts.
7.2. Should the Contract Documents, Consultant's instructions, any laws, ordinances, or any public
authority require any of the Work to be specially tested or approved, Contractor shall give Consultant timely
notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
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 Consultant, it must, if required by Consultant, be uncovered for examination and properly restored
at Contractor’s expense.
7.3. Reexamination of any of the Work may be ordered by Consultant with prior written approval by the
Contract Administrator, 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 replace ment
by means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor
shall pay such cost.
7.4. Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of, the
Contract Documents or to delay the Contract by failure to inspect the materials and work with reasonable
promptness without the written permission or instruction of Consultant.
7.5. The payment of any compensation, whatever may be its character or form, or the giving o f any
gratuity or the granting of any favor by Contractor to any inspector, directly or indirectly, is strictly prohibited,
and any such act on the part of Contractor will constitute a breach of this Contract.
7.6. The Contractor shall coordinate all technical inspection and testing provided by professionals
designated by the City, the Consultant, permitting authorities, and others. The Contractor shall also schedule
the services of independent testing laboratories and provide the necessary testing of materials to ensure
conformance to the Contract Documents and provide a copy of all inspection and testing reports to the City
on the day of inspection or test. The Contractor shall provide reasonable prior notice to appropriate inspectors
before the Work is covered up, but in no event less than 24 hours before the Work is covered up. All costs
for uncovering Work not inspected and any reconstruction due to lack of reasonable prior notice shall be
borne by Contractor at its sole cost and expense. Any time billed by inspectors for inspection where the
Work is not ready to be inspected shall be at Contractor’s sole cost and expense. If any members of the
Project team are to observe said inspections, tests or approvals required by the Contract Documents, they
shall be notified in writing by the Contractor of the dates and times of the inspections, tests or other approvals.
The Contractor shall schedule, direct and/or review the services of or the reports and/or findings of surveyors,
environmental consultants and testing and inspection agents engaged by the City. All Materials and
Equipment furnished by Contractor and Work performed by Contractor shall at all times be subject to
inspection and testing by City or inspectors or representatives appointed by City. If any of the Work should
be covered up without approval or consent of City's Project Coordinator, or without necessary test and
inspection, Contractor shall, if required by City's Project Coordinator or by public authorities, uncover such
Work for examination and testing, and shall re-cover same at Contractor's expense.
7.7. Defective or Non-Conforming Work.
7.7.1. Consultant and City shall have the authority to reject or disapprove work which either Consultant or
City find to be defective. If required by Consultant or City, Contractor shall promptly either correct all defective
work or remove such defective work and replace it with non -defective work. Contractor shall bear all direct,
indirect and consequential costs of such removal or corrections including cost of testing laboratories and
personnel.
7.7.2. 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
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
by Consultant, 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 m onies 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.
7.7.3. 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 Documents, 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
which Contractor might have under the Contract Documents including but not limited to, Contractor’s
warranty obligations hereof and any claim regarding latent defects.
7.7.4. 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.
7.8. 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. At the completion of the Project,
Contractor shall remove all its waste materials and rubbish from and about the Project as wel l 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 Consultant shall determine to be just.
ARTICLE 8. SAFETY AND PROTECTION OF PROPERTY.
8.1. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions
and programs in connection with the Project. Contractor shall take all necessary precautions for the safety
of, and shall provide the necessary protection to prevent damage, injury or loss to:
8.1.1. All employees on the work site and other persons who may be affected thereby;
8.1.2. All the work and all materials or equipment to be incorporated therein, whether in storage on or off
the Project Site; and
8.1.3. Other property at the Project Site 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.
8.2. Contractor shall comply with all Applicable Laws 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. City and Contractor shall notify owners of adjacent property and utilities when prosecution of the
work may affect them. Contractor shall be responsible for and shall remedy 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. Contractor's
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
duties and responsibilities for the safety and protection of the work shall continue until such time as all the
Work is completed and Consultant has issued a notice to City and Contractor that the Work is acceptable
except as otherwise provided in the Contract Documents.
8.3. Contractor shall designate a responsible member of its organization at the Work site whose duty
shall be the prevention of accidents. This person shall be Contractor’s Construction Superintendent, unless
otherwise designated in writing by Contractor to City.
8.4. Contractor's Responsibility for Damages and Accidents.
8.4.1. Contractor shall accept full responsibility for the Work against all loss or damage of whatsoever
nature sustained until final acceptance by City, and shall promptly repair any damage done from any cause
whatsoever.
8.4.2. Contractor shall be responsible for all materials, equipment and supplies pertaining t o the Project.
In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final
acceptance by City, Contractor shall replace same without cost to City.
8.5. Occupational Health and Safety.
8.5.1. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of
the Florida Administrative Code delivered as a result of this bid must be accompanied by a Material Safety
Data Sheet (MSDS) which may be obtained from the manufacturer. The MS DS must include the following
information:
a. The chemical name and the common name of the toxic substance.
b. The hazards or other risks in the use of the toxic substance, including:
i. The potential for fire, explosion, corrosion, and reaction;
ii. 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 toxic
substance; and
iii. The primary routes of entry and symptoms of overexposure.
c. The proper precautions, handling practices, necessary personal protective equipment, and other
safety precautions in the use of or exposure to the toxic substances, including appropriate
emergency treatment in case of overexposure.
d. The emergency procedure for spills, fire, disposal, and first aid.
e. A description in lay terms of the known specific potential health risks posed by the toxic
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.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
8.6. Hurricane and Tropical Storm Precautions.
8.6.1. During such periods of time as are designated by the United States Weather Bureau as being a
hurricane warning or tropical storm alert, 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 or Consultant has given notice of same.
8.6.2. Contractor’s Hurricane Preparedness Plan shall, at a minimum, include the following: (1) monitoring
of the real time weather radar and insuring reasonable precautions are taken prior to and during inclement
weather conditions, from a severe thunderstorms to a category 5 hurricane, to prevent accidents and to
minimize property damage; (2) preparing an emergency phone list showing home phone numbers of all
project personnel and subcontractor’s supervisors, including all land lines and cell phones, to be used for
emergency purposes only; (3) ensuring the project jobsite’s equipment and buildings are protected,
identifying vulnerable work in progress and determining how to best protect it from damage, and capping all
incomplete piping to prevent sand filtration; (4) cleaning the entire project, inside and out, removing trash
from the job site, clearing all materials that can become airborne, verifying that all erosion and sediment
control devices are in place and meet adequate standards, and removing screening on fences and signs; (5)
arranging for the pickup of all dumpsters and portable toilets and secure all materials and equipment,
anchoring or restraining everything that could blow away, and removing all non-essential barricades; and (6)
the documenting of conditions of the project and the surrounding area before and after the incident
(photographs and video).
8.6.3. Contractor shall be solely responsible for all costs of all precautions and Work covered by
Contractor’s Hurricane Preparedness Plan. Compliance with Contractor’s Hurricane Preparedness Plan
shall not constitute additional Work.
8.6.4. Any additional Work not covered in the Hurricane Preparedness Plan relating to hurricane warning
or tropical storm alert at the Project Site will be addressed by a Change Order in accordance with the Contract
Documents.
8.6.5. 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 noncompensable,
excusable delay, and shall not give rise to a claim for compensable delay.
8.6.6. Within ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed,
Contractor shall submit to the City a Hurricane Preparedness Plan.
8.7. Location and Damage to Existing Facilities, Equipment or Utilities.
8.7.1. As far as possible, all existing utility lines in the Project area have been shown on the plans.
However, City does not guarantee that all lines are shown, or that, the ones ind icated are in their true location.
As part of the Contract Price, it shall be the Contractor’s responsibility to identify and locate all underground
and overhead utility lines or equipment affecting or affected by the Project, whether or not shown on the
plans.
8.7.2. The Contractor shall notify each utility company involved at least ten (10) 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
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
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 Contracto r (for utilities indicated in the Contract
Documents). All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility
company involved, if indicated in the Contract Documents. No additional payment will be made to the
Contractor for utility relocations indicated in the Contract Documents, whether or not said relocation is
necessary to avoid conflict with other lines.
8.7.3. If Contractor, as part of its responsibility to identify all utility lines, identifies utility conf licts which
materially differ from those indicated in the Contract Documents, such utility conflicts (for items not indicated
in the Contract Documents) shall be addressed pursuant to the requirements of “Differing Site Conditions”
as set forth in Article 10 shall apply.
8.7.4. The Contractor shall reasonably schedule the Work, and the phasing thereof, in such a manner so
that the overall Project Schedule is not impacted and completion of 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, except as provided in Article 1 0 of the Contract Documents.
8.7.5. 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.
8.8. Risk of Loss . The risk of loss to any of the Work and to any goods, materials and equipment
provided or to be provided under the Contract Documents, shall remain with the Contractor until
Substantial Completion. Should any of the Work, or any such goods, materials and equipment, be
destroyed, mutilated, defaced or otherwise damaged prior to the time the risk of loss has shifted to the
City, the Contractor shall repair or replace the same at its sole cost. The Performance Bond and Payment
Bond or other security or insur ance protection required by the Contract Documents or otherwise provided
by the City or the Contractor shall in no way limit the responsibility of the Contractor under this Section.
ARTICLE 9. BONDS, INSURANCE AND INDEMNITY.
9.1. Performance Bond and Payment Bond: The Contractor shall, within ten (10) business days of the
Contract Date, furnish and deliver to the City a payment bond and a performance bond, in a form to be
provided by the City, issued by sureties licensed and authorized to do business in the S tate of Florida,
covering the faithful performance and completion of the Project pursuant to the Contract Documents,
including the performance and completion of those services provided by Subcontractors of any tier and
covering the payment of all obligations arising hereunder including but not limited to, the payment for all
materials used in the performance of the Project in accordance with the Contract Documents, and for all labor
and services performed under the Contract Documents (including materials, labor and/or services provided
by Subconsultants and Subcontractors of any tier), whether by Subcontractors or otherwise. Each of the
aforesaid bonds (collectively herein referred to as the "Performance Bond and Payment Bond") shall have a
penal amount equal to the Contract Price, unless otherwise approved by the City and to the extent permitted
by law. Each bond shall be increased in the amount of any change to the Contract Price. Each bond shall
continue in effect for one (1) year after Final Completion of the Work.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
The Performance Bond and Payment Bond and the sureties issuing such bonds shall meet all the
requirements set forth in the Contract Documents and the Performance Bond and Payment Bond shall each
be in the form attached hereto or shall otherwise be acceptable to the City in its reasonable discretion. If any
of the sureties on the Performance Bond and Payment Bond at any time fails to meet said requirements, or
is deemed to be insufficient security for the penalty of said bond, then the C ity may, on giving thirty (30) days’
notice thereof in writing, require the Contractor to furnish a new and/or additional bond(s) in the above
amounts with such sureties thereon being licensed and authorized to do business in the State of Florida and
as shall be satisfactory to the City. The Contractor shall pay all costs of compliance with this Article as part
of the Contract Price.
Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to
time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of
Miami-Dade County and provide City with evidence of such recording.
9.2. Alternate Form of Security: In lieu of a Performance Bond and a 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 hereto, which shall be in accordance with Section
255.05, Florida Statutes. Such alternate forms of security shall be subject to the prior approval of City and
for same purpose and shall be subject to the same conditions as those applicable above and shall be held
by City for one year after completion and acceptance of the Work.
9.3. Qualification of Surety: Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred
Thousand Dollars ($500,000.00):
9.3.1. Each bond must be executed by a surety company 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.
9.3.2. The surety company 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 exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of
the surety company shall not exceed the underwritin g 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 company sh all provide
City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner.
9.3.3. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to $2
million, provided, however, that if any surety company appears on the watch list that is published quarterly
by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or
reject the surety company based on the financial information available to th e City. A surety company that is
rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the
City, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters
for bonds:
Policy- Financial
holder's Size
Amount of Bond Ratings Category
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
500,001 to 1,000,000 B+ Class I
1,000,001 to 2,000,000 B+ Class II
2,000,001 to 5,000,000 A Class III
5,000,001 to 10,000,000 A Class IV
10,000,001 to 25,000,000 A Class V
25,000,001 to 50,000,000 A Class VI
50,000,001 or more A Class VII
9.3.4. For projects of $500,000.00 or less, City may accept a Bid Bond, Performance Bon d and Payment
Bond from a surety company which has twice the minimum surplus and capital required by the Florida
Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance
with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate
of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31
of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying
should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond.
9.3.5. Unless more stringent surety requirements of any grantor agency are set forth within the
Supplemental Conditions, the provisions of this Article shall apply.
9.4. Insurance Requirements. The Bidder shall furnish to the Procurement Department, City of Miami
Beach, 1755 Meridian Avenue, 3rd Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that
insurance coverage has been obtained which meets the requirements set forth in the Invitation to Bid
Summary (and/or exhibits thereto).
9.4.1. Additional Insured Status. The City of Miami Beach must be covered as an additional insured
with respect to liability arising out of work or operations performed by or on behalf of the Consultan t.
9.4.2. Waiver of Subrogation. Contractor hereby grants to City of Miami Beach a waiver of any right to
subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of
the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be
necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the
City of Miami Beach has received a waiver of subrogation endorsement from the insurer.
9.4.3. Other Insurance Provisions.
a. For any claims related to this project, the Contractor's coverage shall be primary insurance as
respects the City of Miami Beach, its officials, officers, employees, and volunteers. Any
insurance or self-insurance maintained by the City of Miami Beach shall be excess of the
Contractor's insurance and shall not contribute with it.
b. Each policy required by this clause shall provide that coverage shall not be canceled, except
with notice to the City of Miami Beach.
c. If any excavation work is included in the Contract, it is understood and agreed that Contractor's
Liability policy shall not contain exclusion for XCU (Explosion, Collapse and Underground)
coverage.
If any coverage required is written on a claims-made form:
a. The retroactive date must be shown, and must be before the date of the contract or the
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
beginning of contract work.
b. Insurance must be maintained and evidence of insurance must be provided for at least five (5)
years after completion of the contract of work.
c. If coverage is canceled or non-renewed, and not replaced with another claims-made policy
form with a retroactive date prior to the contract effective date, the Contractor must purchase
extended period coverage for a minimum of five (5) years after completion of the contract work.
d. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk
Management (or its designee) for review.
e. If the services involved lead-based paint or asbestos identification/ remediation, the
Contractors Pollution Liability shall not contain lead-based paint or asbestos exclusions. If the
services involve mold identification/remediation, the Contractors Pollution Liability shall not
contain a mold exclusion and the definition of "Pollution" shall include microbial matter
including mold.
9.4.4. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating
of no less than A:VII, unless otherwise acceptable to the City of Miami Beach Risk Management Office.
9.4.5. Verification of Coverage. Contractor shall provide the required insurance certificates,
endorsements or applicable policy language effecting coverage required by this Article. All certificates of
insurance and endorsements are to be received prior to any work commencing. However, failure to obtain
the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide
them. The City of Miami Beach reserves the right to require complete, certified copies of all requ ired
insurance policies, including endorsements required by these specifications, at any time.
9.4.6. 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.
Certificate Holder:
CITY OF MIAMI BEACH
c/o PROCUREMENT DEPARTMENT
1700 CONVENTION CENTER DRIVE
MIAMI BEACH, FL 33139
Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under
this section or under any other provision of the Contract Documents.
9.5. Indemnification.
9.5.1. In consideration of the sum of Twenty-Five Dollars ($25.00) and other good and valuable
consideration, the sufficiency of which the Contractor hereby acknowledges, to the fullest extent permitted
by law, Contractor shall defend, indemnify and save harmless City, and their respective officers and
employees, from liabilities, damages, losses and costs including, but not limited to, reasonable attorney’s
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor
and persons employed or utilized by Contractor in the performance of this Contract.
9.5.2. Sums otherwise due to Contractor under this Contract may be retained by City until all of City’s
Claims for indemnification under this Contract have been settled or otherwise resolved. Any amount withheld
pursuant to this Article shall not be subject to payment of interest by City.
9.5.3. The execution of this Contract by Contractor shall operate as an express acknowledgment that the
indemnification obligation is part of the bid documents and/or Contract Documents for the Project and the
monetary limitation on indemnification in this Article bears a reasonable commercial relationship to the
Contract.
9.5.4. Nothing in this Artilce is intended, or should be construe d, to negate, abridge or otherwise reduce
the other rights and obligations of indemnity that may otherwise exist as to a party described in this Article.
9.5.5. Nothing in this Article is intended to create in the public or any member thereof, a third party
beneficiary hereunder, or to authorize anyone not a party to this Contract, to maintain a suit for personal
injuries or property damage pursuant to the terms or provisions of this Contract.
9.5.6. The indemnification obligations set forth herein shall survive the termination and/or expiration of this
Contract.
ARTICLE 10. CHANGES IN THE WORK;
EXTENSIONS TO THE CONTRACT TIME.
10.1. Changes in the Work or Terms of Contract Documents.
10.1.1. Without invalidating the Contract 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 as may be considered necessary or desirable to complete fully and acceptably the proposed
construction in a satisfactory manner. Any extra or additional work within the scope of this Project must be
accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders.
10.1.2. Any changes to the terms of the Contract Documents must be contained in a Change Order,
executed by the Parties hereto, with the same formality and of equal dignity prior to the initiation of any work
reflecting such change. This section shall not prohibit the issuance of Change Orders executed only by City
as hereinafter provided.
10.2. Field Orders.
10.2.1. The Contract Administrator, through Consultant, shall have the right to approve and issue Field
Orders setting forth written interpretations of the intent of the Contract Documents and ordering minor
changes in Work execution, providing the Field Order involves no change in the Contract Price or the Contract
Time.
10.2.2. Consultant 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 Price or the Contract Time.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
10.3. Change Orders.
10.3.1. Changes in the quantity or character of the Work 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 only be authorized only by Change Orders approved in advance by the City . Changes in the
Work shall be performed under applicable provisions of the Contract Documents, and the Contractor shall
proceed promptly, unless otherwise provided in the Change Order or Construction Change Directive. No
Change Order shall take effect u ntil Contractor delivers a Consent of Surety increasing the Performance
Bond and Payment Bond by the amount of the Change Order.
10.3.2. All Change Orders which exceed the then-remaining amounts available in the Owner’s Contingency
shall be approved by the City Commission. All other Change Orders, if funded by then -remaining amounts
available in the Owner’s Contingency, shall be approved in advance by the City Manager or the City
Manager’s designee. Notwithstanding the foregoing, the City Manager, at his o r her sole discretion, may
elect to present any proposed Change Order to the City Commission for its consideration.
10.3.3. If City requests a change in the Work, City shall submit a change request to Contractor, in writing.
Within seven (7) business days of Contractor’s receipt of such request from the City, Contractor shall
provide City with a rough “pencil copy” estimate of the cost and/or time impacts associated with the request.
Within twenty -one (21) days of Contractor’s receipt of City’s initial reque st, the Contractor shall submit a
detailed proposal to the City stating (i) the proposed increase or decrease, if any, in the Cost of the Work
which would result from such a change, (ii) the effect, if any, upon the Contract Time by reason of such
proposed change, and (iii) supporting data and documentation, including any requested by the City in its
change request.
10.3.4. If the Contractor proposes a change in the Work, such proposal must be accompanied by a
detailed cost breakdown and sufficient substantiating data to permit evaluation by the City. If the Contractor
does submit a proposal within the preceding seven (7) business day time period, the City shall, within
twenty-one (21) days following its receipt of such proposal, notify the Contractor as to whethe r the City
agrees with such proposal and wishes to accept the Contractor's proposal. If the City agrees with such
proposal and wishes to accept the same, the City and the Contractor shall execute a Change Order which
at a minimum specifies: i) the detailed scope associated with the change to the Work; ii) the amount of the
adjustment in the Contract Price, if any, and (iii) the extent of the adjustment in the Contract Time, if any.
In the event the City disagrees with the Contractor's proposal, the City ma y either (i) notify the Contractor
that the City has decided to not proceed with or approve the requested change, or (ii) issue a Change
Order as provided below.
10.3.5. The increase or decrease in the Contract Price resulting from a change in the Work shall be
determined in one or more of the following ways:
a. by mutual acceptance of a lump sum (inclusive of all overhead and profit) properly itemized
and supported by sufficient substantiating data to permit evaluation by the Consultant and City;
b. by unit prices as may be specified in the Contract Documents or subsequently agreed upon;
c. by time and materials or “cost of the Work” (as defined herein) and a mutually acceptable
fixed or percentage overhead and profit fee for the Contractor.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
10.3.6. If none of the methods set forth above are agreed upon, the Contractor, provided it receives a written
Change Order signed by the City with respect to all undisputed amounts and Work, shall promptly proceed
with the Work involved, subject to Contractor’s reservation of rights as t o disputed amounts (with such
reservation of rights identifying the precise nature of the dispute, the facts in support of the Contractor’s
position, and the maximum amount and/or time sought by the Contractor). The cost of such Work shall then
be determined on the basis of the reasonable expenditures and savings of those performing the Work
attributed to the change, including a reasonable overhead and profit in accordance with this Article. With
respect to any such Change Order Work, the City, with the Con sultant, will establish an estimated cost of the
Work and the Contractor shall not perform any Work whose cost exceeds that estimate without prior written
approval by the City. With respect to all Change Orders, Contractor shall keep and present, in such f orm as
the City may prescribe, an itemized accounting together with appropriate supporting data of the increase in
the Cost of the Work.
10.3.7. If unit prices are included in the Contract Documents or as part of any Change Order, City shall pay
to Contractor the amounts determined for the total number of each of the units of work completed at the unit
price associated with such Work as stated in t he Contractor’s schedule of prices bid, as set forth in
Contractor’s response to the ITB. The number of units contained in the bid is an estimate only, and final
payment shall be made for the actual number of units incorporated in or made necessary by the Contract
Documents, as may be amended by Change Order. If additional unit price work is ordered, then the
Contractor shall perform the work as directed and shall be paid for the actual quantity of such item(s) of work
performed at the appropriate original schedule of prices bid associated with such Work.
10.3.8. Decreases in the Cost of the Work due to a change in the Project shall result in a decrease to the
Contract Price, by way of a deductive Change Order.
10.3.9. The Contractor’s overhead and profit fee for all Change Orders shall be the net change in the
Contract Price, multiplied by the percentage specified for overhead and profit in the Change Order, provided,
that the overhead and profit markup or fee shall be as follows:
(1) if the Change Order Work involves self-performed Work performed by the Contractor’s own
forces, the overhead and profit markup shall be reasonable, and shall not exceed ten percent (10%) of the
net change in the Contract Price; or
(2) if the Change Order involves Work performed by Subcontractors or Suppliers, or both, the
overhead and profit markup shall be reasonable, and the overhead and profit markup from Subcontractors
and Suppliers at all tiers shall not exceed ten percent 10% of the net change in the Contract Price, and the
Contractor’s mark up for such Subcontractor performed Change Order Work shall not exceed seven and one
half percent (7.5%) of the net change in the Contract Price.
For deductive Change Orders, including deductive Change Orders arising from both additive and ded uctive
items, the deductive amounts shall include a proportionate corresponding reduction in the overhead and profit
fee, as applicable to the Contractor, Subcontractors or Suppliers.
10.4. Value of Change Order Work/“Costs of the Work”. The term “cost of the Work” means the sum
of:
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
10.4.1. 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 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 the “cost of work” as defined herein.
10.4.2. Payroll costs for employees in the direct employ of Contractor in the performance of the work
described in the Change Order under schedules of job classifications agreed upon by City and Contractor.
Payroll costs for employees not employed full time on the work covered by the Change Order 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 compensati on, 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. Contractor’s fee
shall not exceed ten percent (10%).
10.4.3. 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 Cit y 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. Contractor’s fee for
overhead and profit markup for materials and equipment pursuant to this Section shall not exceed ten percent
(10%) of the net change in the Contract Price.
10.4.4. Payments made by Contractor to Subcontractors for work per formed by Subcontractors. If required
by City, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall
deliver such bids to City who will then determine, with the advice of Consultant, which bids will be accepted.
If the Subcontract provides that 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. 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%).
10.4.5. Contractor shall not be entitled to an overhead and profit markup or fee for any Change Order
involving special consultants, including, but not limited to, engineers, architects, testin g laboratories, and
surveyors employed for services specifically related to the performance of the work described in the Change
Order.
10.4.6. Contractor shall not be entitled to an overhead and profit markup or fee for the following costs or
expenses:
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
a. 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.
b. 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 cost less market value
of such items used but not consumed which remains the property of Contractor.
c. Sales, use, or similar taxes related to the Work, and for which Contractor is liable, imposed by
any governmental authority.
d. Deposits lost for causes other than Contractor’s negligence; royalty payments an d fees for
permits and licenses.
e. The cost of utilities, fuel and sanitary facilities at the Project Site.
f. Receipted minor expenses such as long distance telephone calls, telephone service at the site,
express delivery services (FedEx, UPS or couriers, an d the like), internet or other
telecommunications services, and similar petty cash items in connection with the Work.
g. Cost of premiums for additional bonds and insurance required because of changes in the Work.
10.4.7. The term "cost of the Work" shall not include any of the following items, as such items are expressly
not to be reimbursed:
a. Payroll costs and other compensation of Contractor's officers, executives, principals (of
partnership and sole proprietorships), general managers, engineers, 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.
b. Expenses of Contractor’s principal and branch offices other than Contractor’s office at the Project
Site.
c. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for
the work and charges against Contractor for delinquent payments.
d. Cost of premiums for all Bonds and for all insurance whether or not Contrac tor 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.
e. Losses and expenses sustained by the Contractor or any Subcontractors at any tier, not
compensated by insurance or otherwise, if such losses and expenses are due to infidelity on the
part of any employee of Contractor, any Subcontractor or Supplier, anyone directly or indirectly
employed by any of them, or anyone for whose acts any of them may be li able, or others to
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
whom the property may be entrusted, including but not limited to, the correction of defective
work, disposal of materials or equipment wrongly supplied and making good any damage to
property.
f. Other overhead or general expense costs of any kind and the cost of any item not specifically
and expressly approved by the City Manager or City Commission by a Change Order.
g. Losses and expenses not covered by insurance where the Contractor, or any Subcontractor,
failed to obtain and/or maintain in effect the insurance required to be carried by the Contract
Documents, or where Contractor, or any Subcontractor or Supplier, failed to obtain and/or
maintain such insurance in limits and amounts required by the Contract Documents except to
the extent any deductible provided in such required insurance;
h. Costs and expenses incurred by Contractor upon breach of its warranties or guaranties;
i. Costs associated with the relocation of employees, and any travel costs not expressly permitted
by the Contract Documents (including costs for long-distance travel, costs for travel between the
Project Site and the Contractor’s office(s), and hotel, car rental and airfare costs);
j. Any amounts to be paid by the Contractor for federal, state or local income or franchise taxes;
k. Labor, material, and equipment costs or any other costs incurred which should be back-charged
to any Subcontractor, any Sub-Subcontractor, any direct or lower tier supplier, or any other party
for whom the Contractor is responsible;
l. Costs or losses resulting from lost, damaged by misuse or stolen tools and equipment;
m. Costs of bonding or securing liens or defending claims filed by any Subcontractor of any tier, any
Supplier, any direct or lower tier supplier or any other party for whom any of such parties or the
Contractor is responsible arising from nonpayment, unless such nonpayment is the result of the
City’s unexcused or wrongful failure to pay the Contractor undisputed amounts as and when due
under the Contract Documents;
n. Costs of self-insured losses (e.g., losses within the deductible limits maintained by the Contractor
or any direct or indirect subcontractor), costs covered by any insurance carried by Contractor or
a direct or lower tier subcontractor, costs which would have been cove red by the insurance
required to be carried by a Contractor or a direct or lower tier subcontractor under the Contract
Documents, and costs which would have been covered by insurance but for failure of the
Contractor or direct or lower tier subcontractor to properly submit, process or give notice to the
occurrence or claim;
o. Costs of employee bonuses and executive bonuses whether or not based in whole or in part on
performance related to the Work;
p. Costs incurred or paid for recruiting employees (whether to third party recruiters or to
employees);
q. Severance or similar payments on account of terminated employees;
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
r. Costs incurred after the Contractor’s application for final payment;
s. Any outside legal fees;
t. Costs of materials and equipment stored off-site, except upon the prior written approval of the
Contract Administrator in accordance with the Contract Documents.
10.5. The amount of credit to be allowed by Contractor to City for any such change which results i n 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.
10.6. Whenever the cost of any work is to be determined as defined herein, Contractor will submit in a
form acceptable to Consultant an itemized cost breakdown together with the supporting data.
10.7. Where the quantity of any item of the Work that is covered by a unit price is increased by more than
thirty percent (30%) from the quantity of such work indicated in the Contract Documents, an appropriate
Change Order shall be issued to adjust the unit price, if warranted.
10.8. Whenever a change in the Work is to be 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 Consultant and Contract Administrator.
10.8.1. Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of
cost.
10.8.2. Whenever a Change Order involves Contractor and one or more Subcontractors, and the Change
Order increases in the Contract Price, the overhead and profit markups for Contractor and each
Subcontractor in accordance with this Article shall be itemized separately.
10.8.3. Each Change Order must state within the body of the Change Order whether it is based upon unit
price, negotiated lump sum, or "cost of the work."
10.9. No Damages for Delay. 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; and irrespective of whether such delay constitutes an Excusable Delay and irrespective of
whether such delay results in an extension of the Contract Time; provided, however, Contractor’s hindrances
or delays are not due solely to fraud, bad faith or willful or intentional interference by the City in the
performance of the Work, and then only where such acts continue after Contractor’s written notice to the City
of such alleged interference.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
10.9.1. Contractor acknowledges and agrees that Excusable Delay shall not be deemed to constitute willful
or intentional interference with the Contractor’s performance of the Work without clear and convincing proof
that they were the result of a deliberate act, without any reasonable and good -faith basis, and were
specifically intended to disrupt the Contractor’s performance of the Work. The City’s attempts to facilitate or
assist Contractor in performance of the Work shall in no way be construed, interpreted and/or be deemed to
constitute willful or intentional interference with the Contractor’s performance of the Work.
Except as provided herein, Contractor hereby waives all other remedies at law or in equity that it might
otherwise have against the City on account of any Excusable Delay and any and all other events that may,
from time to time, delay the Contractor in the performance of the Work. Contractor acknowledges and agrees
that, except as specified herein, all delays or events and their potential impacts on the performance by the
Contractor are specifically contemplated and acknowledged by the Parties in entering into this Agreement
and that Contractor’s pricing of the Work and the determination of the Contract Price shall be expressly based
on the Contractor’s assumption of the risks thereof, and Contractor hereby waives any and all Claims it might
have for any of the foregoing losses, costs, damages and expenses.
10.10. Excusable Delay. Contractor’s sole remedy for Excusable Delay is an extension of the Contract
Time for each day of critical path delay, but only if the pre -requisites and notice requirements set forth below
in this Article 10 have been timely and properly satisfied. An excusable del ay is one that (i) directly impacts
critical path activity delineated in the Project Schedule and extends the time for completion of the Work; (ii)
could not reasonably have been mitigated by Contractor, including by re-sequencing, reallocating or
redeploying and/or increasing the amount of its forces to other portions of the Work; and (iii) is caused by
circumstances beyond the control and due to no fault of Contractor or its Subcontractors, material persons,
Suppliers, or Vendors, including, but not limited to, force majeure events such as fires, floods, labor disputes,
epidemics, hurricanes, or similar events beyond the control and due to no fault of the Con tractor (“Excusable
Delay”). If two or more separate events of Excusable Delay are concurrent with each other, Contractor shall
only be entitled to an extension of time for each day of such concurrent critical path delay, and Contractor
shall not be entitled to double recovery thereon. For illustration purposes only, if two events of Excusable
Delay are concurrent for two days, Contractor shall only receive a time extension of a total of two days, and
not four days.
10.10.1. Weather. Extensions to the Contract Time for delays caused by the effects of inclement weather
shall be submitted as a request for a change in the Contract Time pursuant to the Contract Documents.
These time extensions are justified only when rains or other inclement weather conditions prevent Contractor
from productively performing critical path activity delineated in the Project Schedule:
(1) Contractor being unable to work at least fifty percent (50%) of the normal workday on critical
path activity delineated in the Project Schedule due to adverse weather conditions; or
(2) Contractor must make major repairs to the Work damaged by weather. Providing the
damage was not attributable to a failure to perform or neglect by Contractor, and providing that Contractor
was unable to work at least fifty percent (50%) of the normal workday on critical path activity delineated in
the Project Schedule.
10.10.2. Compensable Excusable Delay. Notwithstanding the foregoing, Excusable Delay is
compensable when (i) the delay extends the Contract Time, (ii) is caused by circumstances beyond the
control of the Contractor or its subcontractors, suppliers or vendors, and (iii) is caused solely by fraud, bad
faith or active interference on the part of City or its agents, provided, however, that in no event shall Contractor
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
be compensated for (x) interim delays which do not extend the Contract Time, or (y) for Excusable Delay if
caused jointly or concurrently by Contractor or its subcontractors, suppliers or vendors and by the City or
Consultant, in which case then Contractor shall be entitled only to a time e xtension and no further
compensation for the Excusable Delay.
10.10.3. Unexcusable Delays. “Unexcusable Delay” shall mean any delays not included within the
definition of Excusable Delay as set forth above including any delay which extends the completion of the
Work or portion of the Work beyond the time specified in the Project Schedule, including, without limitation,
the date for Substantial Completion or Final Completion, and which is caused by the act, fault, inaction or
omission of the Contractor or any Subcontractor, Supplier or other party for whom the Contractor is
responsible; any delay that could have been limited or avoided by Contractor’s timely notice to the City of
such delay; or any delay in obtaining licenses, permits or inspections caused by the actions or omissions of
the Contractor or its Subcontractors, Suppliers or any other party for whom the Contractor is responsible An
Unexcusable Delay shall not be cause for granting an extension of time to complete any Work or any
compensation whatsoever, and shall subject the Contractor to damages in accordance with the Contract
Documents. In no event shall the Contractor be excused for interim delays which do not extend the Project
Schedule, including the date for Substantial Completion or Final Completion.
10.11. Prerequisites and Notice Requirements for Extensions of Time . Except as provided in the
Contract Documents with respect to Changes in the Work, an extension of the Contract Time will only be
granted by the City under the following circumstances: (a) if a delay occurs as a result of an Excusable Delay,
and (b) the Contractor has complied with ea ch of the following requirements below to the reasonable
satisfaction of the City:
a. Contractor shall provide written notice to the City of any event of delay or potential delay within
five (5) days of the commencement of the event giving rise to the reques t. The Contractor, within ten (10)
days of the date upon which the Contractor has knowledge of the delay, shall notify the City, in writing, of the
cause of the delay stating the approximate number of days the Contractor expects to be delayed, and must
make a request for an extension of time, if applicable, to the City, in writing, within ten (10) days after the
cessation of the event causing the delay specifying the number of days the Contractor believes that its
activities were in fact delayed by the cause(s) described in its initial notice.
b. The Contractor must show to the reasonable satisfaction of the City that the activity claimed to
have been delayed was in fact delayed by the stated cause of delay, that the critical path of the Work was
materially affected by the delay, that the delay in such activity was not concurrent with any Unexcusable
Delay, the delay was not the result of the performance of unit price Work, and that the delay in such activity
will result in a delay of the date for Substantial Completion in the Project Schedule or Final Completion.
c. The initial notice provided by the Contractor under Subsection (a) above shall provide an
estimated number of days the Contractor believes it will be delayed, and describe the efforts of the Contractor
that have been or are going to be undertaken to overco me or remove the Excusable Delay and to minimize
the potential adverse effect on the cost and time for performance of the Work resulting from such Excusable
Delay. The mere written notice of an event of delay or potential delay, without all of the aforemen tioned
required information, is insufficient and will not toll the time period in which the Contractor must provide proper
written notice under this Article.
CONTRACTOR’S STRICT COMPLIANCE WITH THIS ARTICLE 10 IS A CONDITION PRECEDENT TO
RECEIPT OF AN EXTENSION OF THE CONTRACT TIME. FAILURE OF THE CONTRACTOR TO
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
COMPLY WITH ALL REQUIREMENTS AS TO ANY PARTICULAR EVENT OF DELAY, INCLUDING THE
REQUIREMENTS OF THIS SECTION, SHALL BE DEEMED CONCLUSIVELY TO CONSTITUTE A
WAIVER, ABANDONMENT OR RELINQUISHMENT OF ANY ENTITLEMENT TO AN EXTENSION OF
TIME AND ALL CLAIMS RESULTING FROM THAT PARTICULAR EVENT OF PROJECT DELAY. Once
the Parties have mutually agreed as to the adjustment in the Contract Time due to an Excusable Delay, they
shall enter into a Change Order documenting the same.
If the City and Contractor cannot resolve a request for time extension made properly and timely under this
Section within sixty (60) days following Contractor’s initial notice of the events giving rise to the request for
a time extension, the Contractor may re-submit the request as a Claim in accordance with the Contract
Documents.
10.12. Contractor's Duty. Notwithstanding the provisions of this Agreement allowing the Contractor to
claim delay due to Excusable Delay, whenever an Excusable Delay shall occur, the Contractor shall use all
reasonable efforts to overcome or remove any such Excusable Delay, and shall provide the City with written
notice of the Contractor's recommendations on how best to minimize any adverse effect on the time and cost
of performing the Work resulting from such Excusable Delay. In furtherance of the foregoing, whenever there
shall be any Excusable Delay, the Contractor shall use all reasonable efforts to adjust the Project scheduling
and the sequencing and timing of the performance of the Work in a manner that will avoid, to the extent
reasonably practicable, any Excusable Delay giving rise to an actual extension in the time for performance
of the Work.
If there are corresponding costs associated with any of the measures which the Contractor deems necessary
or desirable to minimize any adverse effects resulting from any Excusable Delay, the Contractor shall advise
the City of such anticipated associated costs and shall not proceed with such measures absent the City's
executing a Change Order in connection therewith. Nothing in this Section shall, however, be deemed to
entitle the Contractor to any adjustment in the Contract Price or any other damages, losses or expenses
resulting from an Excusable Delay; nor shall it be deemed to obligate the City to agree to undertake any
recommendations suggested by the Contractor as a means of minimizing the adverse effects of any
Excusable Delay.
10.13. Differing Site Conditions. In the event that during the course of the Work Contractor encounters
subsurface or concealed conditions at the Project Site which could not have reasonably been identified by
Contractor upon prior investigation, and materially differ from those indicate d in the Contract Documents, or
if unknown physical conditions of an unusual nature are encountered on the Project Site and differ materially
from those ordinarily encountered and generally recognized as inherent in work of the character called for in
the Contract Documents, then Contractor shall promptly notify the City within two (2) business days of the
specific materially differing site conditions, before the Contractor disturbs the conditions or performs the
affected Work.
10.13.1. Consultant and 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 Consultant, the conditions do
materially so differ and cause an increase or decrease in Contract or’s cost of, or the time required for, the
performance of any part of the Work, Consultant shall recommend an equitable adjustment to the Contract
Price, or the Contract Time, or both. If City and Contractor cannot agree on an adjustment in the Contract
Price or Contract Time, the adjustment shall be referred to Consultant for determination in accordance with
the provisions of Contract Documents. Should Consultant determine that the conditions of the Project Site
are not so materially different to justify a change in the terms of the Contract, Consultant shall so notify City
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the
parties hereto.
10.13.2. An adjustment for differing site conditions shall not be allowed, and any Claim relating thereto
shall be deemed conclusively waived, if the Contractor has not provided the required written notice within two
(2) business days of discovery of the site conditions, or has disturbed the site conditions prior to City ’s
examination thereof. If a differing site condition qualifies for an equitable adjustment pursuant to the Contract
Documents, and the Contractor’s costs cannot reasonably be established at the time of notice to the City
thereof, the Contractor shall submit its proposed pricing and/or request for extension of time within ten (10)
days after the proposed solution is identified to the differing site condition described in the Contractor’s initial
notice to the City.
10.13.3. For purposes of this Section, a “materially differing” site condition is one that (1) is not identified
in the Contract Documents and is not reasonably inferable therefrom; and (2) could not have reasonably
been identified by Contractor upon prior investigation, provided Contractor reasonably un dertook such prior
site investigation; and (3) requires a change to the Work that increases Contractor’s costs and/or impacts the
critical path for completion of the Work.
10.13.4. Where Site Conditions delay the Project, and said delay could have been avoided by reasonable
investigations of the Project Site at any time prior to commencement of the Work in question, such delay shall
not be considered to be an Excusable Delay beyond the control of the Contractor, and no time extension
shall be granted. No request for an equitable adjustment or change to the Contract Time for differing Site
Conditions shall be allowed if made after the date certified as the Substantial Completion date.
ARTICLE 11. CLAIMS AND RESOLUTION OF DISPUTES.
11.1 Claims must be initiated by written notice and, unless otherwise specified in the Contract Documents,
submitted to the other Party within ten (10) days of the event giving rise to such Claim or within ten (10) days
after the claimant reasonably should have recognized the event or condition giving rise to the Claim,
whichever is later. Such Claim shall include sufficient information to advise the other party of the
circumstances giving rise to the Claim, the specific contractual adjustment or relief requeste d including,
without limitation, the amounts and number of days of delay sought, and the basis of such request. The
Claim must include all job records and other documentation supporting entitlement, the amounts and time
sought. In the event additional time is sought, the Contractor shall include a time impact analysis to support
such Claim. The City shall be entitled to request additional job records or documentation to evaluate the
Claim. The Claim shall also include the Contractor’s written notarized certification of the Claim in accordance
with the False Claims Ordinance, Sections 70-300 et seq., of the City Code.
11.2 Claims not timely made or otherwise not submitted in strict accordance with the requirements of this
Article or other Contract Documents shall be deemed conclusively waived, the satisfaction of which shall be
conditions precedent to entitlement.
11.3 Contractor assumes all risks for the following items, none of which shall be the subject of any Change
Order or Claim and none of which shall be co mpensated for except as they may have been included in the
Contractor’s Contract Price as provided in the Contract Documents: Loss of any anticipated profits, loss of
bonding capacity or capability losses, loss of business opportunities, loss of productivity on this or any other
project, loss of interest income on funds not paid, inefficiencies, costs to prepare a bid, cost to prepare a
quote for a change in the Work, costs to prepare, negotiate or prosecute Claims, and loss of projects not bid
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
upon, or any other indirect and consequential costs not listed herein. No compensation shall be made for
loss of anticipated profits from any deleted Work.
11.4 Continuing the Work During Disputes. 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.
The Work shall not be delayed or postponed pending resolution of a ny disputes or disagreements.
Contractor’s failure to comply with this Section shall constitute an Event of Default.
ARTICLE 12. PERMITS, LICENSES, FEES, TAXES.
12.1 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 this Contract 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 o n the
Project for whom a Certificate of Competency is required.
12.2 Impact fees levied by the City and/or Miami-Dade County shall be paid by Contractor. Contractor
shall be reimbursed only for the actual amount of the impact fee levied by the municipality or Miami-Dade
County as evidenced by an invoice or other acceptable documentation issued by the municipality.
Reimbursement to Contractor in no event shall include profit or overhead of Contractor.
12.3 All fees, royalties, and claims for any invention, or pret ended 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 Construction
Documents for said work.
12.4 Taxes. Contractor shall pay all applicable sales, consumer, use and other taxes required by law.
Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with
all requirements.
ARTICLE 13. TERMINATION.
13.1. Termination for Convenience. In addition to other rights the City may have at law and pursuant to
the Contract Documents with respect to cancellation and termination of the Contract, the City may, in its sole
discretion, terminate for the City's convenience the performance of Work under this Contract, in whole or in
part, at any time upon written notice to the Contractor. The City shall effectuate such Termination for
Convenience by delivering to the Contractor a Notice of Termination for Convenience, specifying the
applicable scope and effective date of termination, which termination shall be deemed operative as of the
effective date specified therein without any further written not ices from the City required. Such Termination
for Convenience shall not be deemed a breach of the Contract, and may be issued by the City with or without
cause.
a. Upon receipt of such Notice of Termination for Convenience from the City, and except as
otherwise directed by the City, the Contractor shall immediately proceed with the following obligations,
regardless of any delay in determining or adjusting any amounts due under this Article:
i. Stop the Work specified as terminated in the Notice of Termination for Convenience;
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
ii. Promptly notify all Subcontractors of such termination, cancel all contracts and purchase
orders to the extent they relate to the Work terminated to the fullest extent possible and take
such other actions as are necessary to minimize demobilization and termination costs for
such cancellations;
iii. Immediately deliver to the City all Project records, in their original/native electronic format
(i.e. CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all
warranties and guaranties for Work, equipment or materials already installed or purchased;
iv. If specifically directed by the City in writing, assign to the City all right, title and interest of
Contractor under any contract, subcontract and/or purchase order, in which case the City
shall have the right and obligation to settle or to pay any outstanding claims arising from said
contracts, subcontracts or purchase orders;
v. Place no further subcontracts or purchase orders for materials, services, or facilities, except
as necessary to complete the portion of the Work not terminated (if any) under the Notice of
Termination for Convenience;
vi. As directed by the City, transfer title and deliver to the City (1) the fabricated and non-
fabricated parts, Work in progress, completed Work, supplies and other material produced
or required for the Work terminated; and (2) the completed or partially completed Project
records that, if this Contract had been completed, would be required to be furnished to the
City;
vii. Settle all outstanding liabilities and termination settlement proposals from the termination of
any subcontracts or purchase orders, with the prior approval or ratification to the extent
required by the City (if any);
viii. Take any action that may be necessary, or that the City may direct, for the protection and
preservation of the Project Site, including life safety and any property related to this Contract
that is in the Contractor’s possession and in which the City has or may acquire an interest;
and
ix. Complete performance of the Work not terminated (if any).
b. Upon issuance of such Notice of Termination for Convenience, the Contractor shall only be
entitled to payment for the Work satisfactorily performed up until the date of its receipt of such Notice of
Termination for Convenience, but no later than the effective date specified therein. Payment for the Work
satisfactorily performed shall be determined by the City in good faith, in accordance with the percent
completion of the Work, less all amounts previously paid to the Contractor in approved Applications for
Payment, the reasonable costs of demobilization and reasonable costs, if any, for canceling contracts and
purchase orders with Subcontractors to the extent such costs are not reasonably avoidable by the Contractor.
Contractor shall submit, for the City’s review and consideration, a final termination payment proposal with
substantiating documentation, including an updated Schedule of Values, within 30 days of the eff ective date
of termination, unless extended in writing by the City upon request. Such termination amount shall be mutually
agreed upon by the City and the Contractor and absent such agreement, the City shall, no less than fifteen
(15) days prior to making final payment, provide the Contractor with written notice of the amount the City
intends to pay to the Contractor. Such final payment so made to the Contractor shall be in full and final
settlement for Work performed under this Contract, except to the ext ent the Contractor disputes such amount
in a written notice delivered to and received by the City prior to the City’s tendering such final payment.
13.2. Event of Default. The following shall each be considered an item of Default. If, after delivery of
written notice from the City to Contractor specifying such Default, the Contractor fails to promptly commence
and thereafter complete the curing of such Default within a reasonable period of time, not to exceed twenty-
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
one (21) days, after the delivery of such Notice of Default, it shall be deemed an Event of Default, which
constitutes sufficient grounds for the City to terminate Contractor for cause:
a. Failing to perform any portion of the Work in a manner consistent with the requirements of the
Contract Documents or within the time required therein; or failing to use the Subcontractors, entities and
personnel as identified and to the degree specified, in the Contract Documents, subject to substitutions
approved by the City in accordance with this Contract and the other Contract Documents;
b. Failing, for reasons other than an Excusable Delay, to begin the Work required promptly following
the issuance of a Notice to Proceed;
c. Failing to perform the Work with sufficient manpower, workmen and equipment or with su fficient
materials, with the effect of delaying the prosecution of the Work in accordance with the Project Schedule
and/or delaying completion of any of the Project within the specified time;
d. Failing, for reasons other than an Excusable Delay, to timely co mplete the Project within the
specified time;
e. Failing and/or refusing to remove, repair and/or replace any portion of the Work as may be
rejected as defective or nonconforming with the terms and conditions of the Contract Documents;
f. Discontinuing the prosecution of the Work, except in the event of: 1) the issuance of a stop-work
order by the City; or 2) the inability of the Contractor to prosecute the Work because of an event giving rise
to an Excusable Delay as set forth in this Contract for which Contract or has provided written notice of same
in accordance with the Contract Documents;
g. Failing to provide sufficient evidence upon request that, in the City’s sole opinion, demonstrates
the Contractor’s financial ability to complete the Project;
h. An indictment is issued against the Contractor;
i. Failing to make payments to for materials or labor in accordance with the respective agreements;
j. Failing to provide the City with a Recovery Schedule in accordance with the Contract Documents;
k. Persistently disregarding laws, ordinances, or rules, regulations or orders of a public authority
having jurisdiction;
l. Fraud, misrepresentation or material misstatement by Contractor in the course of obtaining t his
Contract;
m. Failing to comply in any material respect with any of the terms of this Contract or the Contract
Documents.
In no event shall the time period for curing a Default constitute an extension of the time for achieving
Substantial Completion or a waiver of any of the City's rights or remedies hereunder for a Default which is
not cured as aforesaid.
13.3. Termination of Contract for Cause.
a. The City may terminate the Contractor for cause upon the occurrence of an Event of Default as
defined herein, or for any other breach of the Contract or other Contract Documents by the Contractor that
the City, in its sole opinion, deems substantial and material, following written notice to the Contractor and the
failure to timely and properly cure to the satisfaction of the City in the time period set forth herein, or as
otherwise specified in the Notice of Default.
b. Upon the occurrence of an Event of Default, and without any prejudice to any other rights or
remedies of the City, whether provided by this Contract, the other Contract Documents or as otherwise
provided at law or in equity, the City may issue a Notice of Termination for Cause to Contractor, c opied to
the Surety, rendering termination effective immediately, and may take any of the following actions, subject to
any prior rights of the Surety:
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
i. Take possession of the Project Site and of all materials, equipment, tools, construction
equipment and machinery thereon owned by Contractor;
ii. Accept assignments of subcontracts;
iii. Direct Contractor to transfer title and deliver to the City (1) the fabricated and non -fabricated
parts, Work in progress, completed Work, supplies and other material produced or required
for the Work terminated; and (2) the completed or partially completed Project records that,
if this Contract had been completed, would be required to be furnished to the City; and
iv. Finish the Work by whatever reasonable method the City may deem expedient.
c. Upon the issuance of a Notice of Termination for Cause, the Contractor shall:
i. Immediately deliver to the City all Project records, in their original/native electronic format
(i.e. CAD, Word, Excel, etc.), any and all other unfinished or partially completed documents,
and any and all warranties and guaranties for Work, equipment or materials already installed
or purchased;
ii. If specifically directed by the City in writing, assign to the City all right, title and interest of
Contractor under any contract, subcontract and/or purchase order, in which case the City
shall have the right and obligation to settle or to pay any outstanding claims arising from said
contracts, subcontracts or purchase orders;
iii. As directed by the City, transfer title and deliver to the City (1) the fabricated and non -
fabricated parts, Work in progress, completed Work, supplies and other material produced
or required for the Work terminated; and
iv. Take any action that may be necessary, or that the City may direct, for the protection and
preservation of the Project Site, including life safety and property related to this Contract that
is in the Contractor’s possession and in which the City has or may acquire an interest.
d. All rights and remedies of the City’s Termination rights herein shall apply to all Defaults that are
non-curable in nature, or that fail to be cured within the applicable cure period or are cured but in an untimely
manner, and the City shall not be obligated to accept such late cure.
13.4. Recourse to Performance and Payment Bond; Other Remedies.
a. Upon the occurrence of an Event of Default, and irrespective of whether the City has terminated
the Contractor, the City may (i) make demand upon the Surety to perform its obligations under the
Performance Bond and Payment Bond, including completion of the Work, without requiring any further
agreement (including, without limitation, not requiring any takeover agreement) or mandating termination of
Contractor as a condition precedent to assuming the bond obligations; or (ii) in the alternative, the City may
take over and complete the Work of the Project, or any portion thereof, by its own devices, by entering into a
new contract or contracts for the completion of the Work, or using such other methods as in the City’s sole
opinion shall be required for the proper completion of the Work, including succeeding to the rights of the
Contractor under all subcontracts.
b. The City may also charge against the Performance and Payment Bond all fees and expenses
for services incidental to ascertaining and collecting losses under the Performance and Payment Bond
including, without limitation, accounting, engineering, and legal fees, together with any and all costs incurred
in connection with renegotiation of the Contract.
13.5. Costs and Expenses.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
a. All damages, costs and expenses, including reasonable attorney’s fees, incurred by the City as
a result of an uncured Default or a Default cured beyond the time limits stated herein (except to the extent
the City has expressly consented, in writing, to the Contractor's late cure of such Default), together with the
costs of completing the Work, shall be deducted from any monies due or to become due to the Contractor
under this Contract, irrespective of whether the City ultimately terminates Contractor.
b. Upon issuing a Notice of Termination for Cause, the City shall have no obligation to pay
Contractor, and the Contractor shall not be entitled to receive, any money until such time as the Project has
been completed and the costs to make repairs and/or complete the Project have been ascertained by the
City. In case such cost and expense is greater than the sum which would have been due and payable to the
Contractor under this Contract for any portion of the Work satisfactorily performed, the Contractor and the
Surety shall be jointly and severally liable and shall pay the difference to the City upon demand.
13.6. Termination If No Default or Erroneous Default. If, after a Notice of Termination for Cause is
issued by the City, it is thereafter determined that the Contractor was not in default under the provisions of
this Contract, or that any delay hereunder was an Excusable Delay, the termination shall be converted to a
Termination for Convenience and the rights and obligations of the parties shall be the same as if the notice
of termination had been issued pursuant to the termination for convenie nce clause contained herein. The
Contractor shall have no further recourse of any nature for wrongful termination.
13.7. Remedies Not Exclusive. Except as otherwise provided in the Contract Documents, no remedy
under the terms of this Contract is intended to be exclusive of any other remedy, but each and every such
remedy shall be cumulative and shall be in addition to any other remedies, existing now or hereafter, at law,
in equity or by statute. No delay or omission to exercise any right or power accruing upon any Event of
Default shall impair any such right or power nor shall it be construed to be a waiver of any Event of Default
or acquiescence therein, and every such right and power may be exercised from time to time as often as
may be deemed expedient.
13.8. Materiality and Non-Waiver of Breach. Each requirement, duty, and obligation in the Contract
Documents is material. The City’s failure to enforce any provision of this Contract shall not be deemed a
waiver of such provision or Amendment of this Contract. A waiver shall not be effective unless it is in writing
and approved by the City. A waiver of any breach of a provision of this Contract shall not be deemed a
waiver of any subsequent breach and the failure of the City to exercise its rights and remedies under this
Article at any time shall not constitute a waiver of such rights and remedies.
13.9. Contractor Right to Terminate Contract or Stop Work. If the Project should be stopped under an
order of any court or other public authority for a period of more than ninety (90) days due to no act or fault
of Contractor or persons or entities within its control, or if the City should fail to pay the Contractor any
material amount owing pursuant to an Approved Application for Payment in accordance with the Contract
Documents and after receipt of all supporting documentation required by the Contract Documents, and if the
City fails to make such payment within ninety (90) days after receipt of written notice from the Contractor
identifying the Approved Application for Payment for which payment is outstandi ng, then, unless the City is
withholding such payment pursuant to any provision of this Contract which entitles the City to so withhold
such payment, the Contractor shall have the right upon the expiration of the aforesaid ninety (90) day period
to stop its performance of the Work, provided that Contractor has sent a Notice to Cure to the City via
certified mail, allowing for a 7 day cure period. In such event, Contractor may terminate this Contract and
recover from City payment for all Work executed and reasonable expense sustained (but excluding
compensation for any item prohibited by any provisions of the Contract Documents). In the alternative to
termination, Contractor shall not be obligated to recommence the Work until such time as the City shall have
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
made payment to the Contractor in respect of such Approved Application for Payment, plus any actual and
reasonable related demobilization and start-up costs evidenced by documentation reasonably satisfactory
to the City. No act, event, circumstance or omission shall excuse or relieve the Contractor from the full and
faithful performance of its obligations hereunder and the completion of the Work as herein provided for.
ARTICLE 14. MISCELLANEOUS.
14.1. Separate Contracts.
14.1.1. The City reserves the right to perform construction or operations related to the Project with the City's
own forces, to award separate contracts to other contractors or subcontractors, and to permit third parties to
perform construction or operations in connection with other portions of the Project or other construction or
operations on the Project Site or adjacent to the Project Site. City reserves the right to let other contracts in
connection with this Project. Contractor shall afford other persons reasonable opportunity for the introduction
and storage of their materials and the execution of their work and shall properly connect and coordinate this
Work with theirs.
14.1.2. 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 Consultant any defects in such work that render it
unsuitable for such proper execution and results. Contractor's failure to 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 which may develop in other contractor's work after the execution of Contractor's Work.
14.1.3. Contractor shall conduct its operations and take all reasonable steps t o coordinate the prosecution
of the Work so as to create no interference or impact on any other contractors, including the City’s own forces,
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. Coordination with other contractors shall not be grounds for an
extension of time or any adjustment in the Contract Price. Contractor agrees that its pricing of the Work and
the determination of the Contract Price were expressly based upon the Contractor’s assumption of the
foregoing cost risks
14.1.4. Contractor shall afford other contractors reasonable access to the Project Site for the execution of
their work. Following the request of the City or Consultant, the Contra ctor shall prepare a plan in order to
integrate the work to be performed by the City or by the other contractors with the performance of the Work,
and shall submit such plan to the City for approval. The Contractor shall arrange the performance of the Work
so that the Work and the work of the City and the other contractors are, to the extent applicable, properly
integrated, joined in an acceptable manner and performed in the proper sequence, so that any disruption or
damage to the Work or to any work of the City or of other contractors is avoided. To insure the proper
execution of subsequent work, Contractor shall inspect the work already in place and shall at once report to
Consultant any discrepancy between the executed work and the requirements of the Con tract Documents.
14.2. Lands for Work.
14.2.1. 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 or the use of Contractor.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
14.2.2. 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.
14.3. Assignment. Neither the City nor the Contractor shall assign its interest in this Contract without the
written consent of the other, except as to the a ssignment of proceeds. Notwithstanding the foregoing, City
may assign its interest in this Contract or any portion thereof to any local or state governmental body, special
taxing district, or any person authorized by law to construct or own the Project. Such assignee shall be bound
to comply with the terms of this Contract.
14.4. Rights of Various Interests. Whenever work being done by City's forces or by separate contractors
is contiguous to or within the area where the Contractor will perform any of the Wor k pursuant to the Contract
Documents, , the respective rights of the various interests involved shall be established by the Contract
Administrator to secure the completion of the various portions of the work in general harmony.
14.5. Legal Restrictions and Traffic Provisions. Contractor shall conform to and obey all applicable
laws, regulations, or ordinances with regard to labor employed, hours of work and Contractor’s general
operations. Contractor shall conduct its operations so as not to close any thoroughf are, nor interfere in any
way with traffic on railway, highways, or water, without the prior written consent of the proper authorities.
14.6. Value Engineering. Contractor may request substitution of materials, articles, pieces of equipment
or any changes that reduce the Contract Price by making such request to Consultant in writing after award
of contract. Consultant will be the sole judge of acceptability, and no substitute will be ordered, installed,
used or initiated without Consultant's prior written acceptance which will be evidenced by either a Change
Order or an approved Shop Drawing. However, any substitution accepted by Consultant shall not result in
any increase in the Contract Price or Contract Time. By making a request for substitution, Contractor agrees
to pay directly to Consultant all Consultant's fees and charges related to Consultant's review of the request
for substitution, whether or not the request for substitution is accepted by Consultant. Any substitution
submitted by Contractor must meet the form, fit, function and life cycle criteria of the item proposed to be
replaced and there must be a net dollar savings including Consultant review fees and charges. If a
substitution is approved, the net dollar savings shall be shared equally betwe en Contractor and City and shall
be processed as a deductive Change Order. City may require Contractor to furnish at Contractor’s expense
a special performance guarantee or other surety with respect to any substitute approved after award of the
Contract.
ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY’S PROCUREMENT DIRECTOR,
WHO SHALL FORWARD SAME TO CONSULTANT.
14.7. No Interest. Any monies not paid by City when claimed to be due to Contractor under this Contract,
including, but not limited to, any and all claims for contract damages of any type, shall not be subject to
interest including, but not limited to prejudgment interest. However, the provisions of City's prompt payment
ordinance, as such relates to timeliness of payment, and the provisions of S ection 218.74(4), Florida Statutes
as such relates to the payment of interest, shall apply to valid and proper invoices.
14.8. Project Sign. Any requirements for a project sign shall be paid by the Contractor as specified by
City Guidelines.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
14.9. Availability of Project Site; Removal of Equipment.
14.9.1. Use of the Project Site or any other City-owned property or right-of-way for the purpose of storage
of equipment or materials, lay-down facilities, pre-cast material fabrication, batch plants for the production of
asphalt, concrete or other construction-related materials, or other similar activities, shall require advance
written approval by the Contract Administrator. The City may, at any time, in its sole and absolute discretion,
revoke or rescind such approval for any reason. Upon notice of such rescission, Contractor shall, within
twenty-four (24) hours, remove and relocate any such materials and equipment to a suitable, approved
location. Notwithstanding any other provision in the Contract Documents to the contrary, the conditions or
requirements of right-of-way permits established by the authorities having jurisdiction including, without
limitation any regulatory authorities of the City, shall take precedence over any provision in the Contract
Documents that may provide any right whatsoever to use of the Project Site for staging, material and
equipment storage, lay-down or other similar activities.
14.9.2. In case of termination of this Contract before completion for any cause whatever, Contractor, if
notified to do so by City, shall promptly remove any part or all of Contractor’s equipment and supplies from
the property of City, failing which City shall have the right to remove such equipment and supplies at the
expense of Contractor.
14.10. Nondiscrimination. In connection with the performance of the Services, the Contractor shall not
exclude from participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race,
color, national origin, sex, age, disability, religion, income or family status.
Additionally, Contractor shall comply fully with the City of Miami Beach Human Rights Ordinance, codified in
Chapter 62 of the City Code, as may be amended from time to time, prohibiting discrimination in employment,
housing, public accommodations, and public services on account of actual or perceived race, color, national
origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age,
disability, ancestry, height, weight, domestic partner statu s, labor organization membership, familial situation,
or political affiliation.
14.11. Project 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 fina ncial and accounting records of
Contractor which relate to the Project and to any claim for additional compensation made by Contractor.
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 three (3) years following Final
Completion of the Project. During the Project and the three (3) year period following Final Completion of the
Project, Contractor shall provide City access to its bo oks and records upon seventy-two (72) hours written
notice.
14.12. Performance Evaluations. An interim performance evaluation of the successful Contractor may be
submitted by the Contract Administrator during construction of the Project. A final performance eva luation
shall be submitted when the Request for Final Payment to the construction contractor is forwarded for
approval. In either situation, the completed evaluation(s) shall be forwarded to the City's Procurement
Director who shall provide a copy to the successful Contractor. Said evaluation(s) may be used by the City
as a factor in considering the responsibility of the successful Contractor for future bids with the City.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
14.13. Public Entity Crimes. In accordance with the Public Crimes Act, Section 287.133, Florida Statutes,
a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted
vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any
goods or services to the City, may not submit a bid on a contract with the City for the construction or repair
of a public building or public work, may not submit bids on leases of real property to the City, may not be
awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the
City, and may not transact any business with the City in excess of the threshold amount provided in Section
287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed
on the convicted vendor list. Violation of this Section by Contractor shall result in cancellation of the City
purchase and may result in Contractor debarment.
14.14. Independent Contractor. Contractor is an independent contractor under this Contract. Services
provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In providing
such services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This
Contract shall not constitute or make the parties a partnership or joint venture. Contractor hereby accepts
complete responsibility as a principal for its agents, Subcontractors, vendors, materialmen, suppliers, their
respective employees, agents and persons acting for or on their behalf, and all others Contractor hires to
perform or to assist in performing the Work.
14.15. 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 rig hts or obligations in
any third person or entity under this Contract.
14.16. Severability. In the event a portion of this Contract is found by a court of competent jurisdiction to
be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to
terminate this Contract. An election to terminate this Contract based upon this provision shall be made within
seven (7) days after the finding by the court becomes final.
ARTICLE 15. INSPECTOR GENERAL AUDIT RIGHTS.
15.1 Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office
of the Inspector General which may, on a random basis, perform reviews, audits, inspections and
investigations on all City contracts, throughout the duration of said contracts. This random audit is
separate and distinct from any other audit performed by or on behalf of the City.
15.2 The Office of the Inspector General is authorized to investigate City affairs and empowered to review
past, present and proposed City programs, accounts, records, contracts and transactions. In
addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the
production of witnesses and monitor City projects and programs. Monitoring of an existing City
project or program may include a report concerning whether the project is on time, within budget and
in conformance with the contract documents and applicable law. The Inspector General shall have
the power to audit, investigate, monitor, oversee, inspect and review operations, activities,
performance and procurement process including but not limited to project design, bid specifications,
(bid/proposal) submittals, activities of the Contractor, its officers, agents and employees, lobbyists,
City staff and elected officials to ensure compliance with the Contract Documents and to detect fraud
and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
overall annual contract expenditures to fund the activities and operations of the Office of Inspector
General.
15.3 Upon ten (10) days written notice to the Contractor, the Contractor shall make all requested records
and documents available to the Inspector General for inspection and copying. The Inspector General
is empowered to retain the services of independent priva te sector auditors to audit, investigate,
monitor, oversee, inspect and review operations activities, performance and procurement process
including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of
the Contractor, its officers, agents and employees, lobbyists, City staff and elected officials to ensure
compliance with the contract documents and to detect fraud and corruption.
15.4 The Inspector General shall have the right to inspect and copy all documents and record s in the
Contractor’s possession, custody or control which in the Inspector General's sole judgment, pertain
to performance of the contract, including, but not limited to original estimate files, change order
estimate files, worksheets, proposals and agreements from and with successful subcontractors and
suppliers, all project-related correspondence, memoranda, instructions, financial documents,
construction documents, (bid/proposal) and contract documents, back -change documents, all
documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates,
or dividends received, payroll and personnel records and supporting documentation for the aforesaid
documents and records.
15.5 The Contractor shall make available at its office at all r easonable times the records, materials, and
other evidence regarding the acquisition (bid preparation) and performance of this contract, for
examination, audit, or reproduction, until three (3) years after final payment under this contract or for
any longer period required by statute or by other clauses of this contract. In addition:
i. If this contract is completely or partially terminated, the Contractor shall make available records
relating to the work terminated until three (3) years after any resulting fi nal termination
settlement; and
ii. The Contractor shall make available records relating to appeals or to litigation or the settlement
of claims arising under or relating to this contract until such appeals, litigation, or claims are
finally resolved.
15.6 The provisions in this section shall apply to the Contractor, its officers, agents, employees,
subcontractors and suppliers. The Contractor shall incorporate the provisions in this section in all
subcontracts and all other agreements executed by the Contractor in connection with the
performance of this contract.
15.7 Nothing in this section shall impair any independent right to the City to conduct audits or investigative
activities. The provisions of this section are neither intended nor shall they be construed to impos e
any liability on the City by the Contractor or third parties.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item No.Description:UOM:
(A)
Est.
Annum.
Qty
(B)
Unit Price
(C) Extended
amount:
(A x B = C)
1
Telecommunications Wiring Parts and
Services: Laborer/Helper, Regular hourly
rate. (Monday thru Friday, 8:00 am - 5:00 pm)
Hour 8,000 $ 17.00 $ 136,000.00
2
Telecommunications Wiring Parts and
Services: Laborer/Helper, After-hours hourly
rate. (Monday thru Friday, 5:00 pm - 8:00 am,
Weekends and Holiday
Hour 2,000 $ 17.00 $ 34,000.00
3
Telecommunications Wiring Parts and
Services: Technician, Regular hourly rate.
(Monday thru Friday, 8:00 am - 5:00 pm)
Hour 8,000 $ 25.00 $ 200,000.00
4
Telecommunications Wiring Parts and
Services: Technician, After-hours hourly rate.
(Monday thru Friday, 5:00 pm - 8:00 am,
Weekends and Holidays)
Hour 2,000 $ 25.00 $ 50,000.00
5
Telecommunications Wiring Parts and
Services: Supervisor, Regular hourly rate.
(Monday thru Friday, 8:00 am - 5:00 pm)
Hour 3,000 $ 30.00 $ 90,000.00
6
Telecommunications Wiring Parts and
Services: Supervisor, After-hours hourly rate.
(Monday thru Friday, 5:00 pm - 8:00 am,
Weekends and Holidays
Hour 1,000 $ 30.00 $ 30,000.00
7
Telecommunications Wiring Parts and
Services: 100ft Category 6 Quad Cable
Plenum
Each
(100ft
setting)
200 $ 25.78 $ 5,156.00
8
Telecommunications Wiring Parts and
Services: 100ft Category 6 Dual Cable
Plenum
Each
(100ft
setting)
200 $ 22.50 $ 4,500.00
9
Telecommunications Wiring Parts and
Services: 100ft 8 standard 62.5/125 um
Optical Fiber Cable, Riser
Each
(100ft
setting)
100 $ 164.00 $ 16,400.00
10
Telecommunications Wiring Parts and
Services: 100ft 100Pair Gel Filled Cable 24
AWG
Each
(100ft
setting)
50 $ 305.00 $ 15,250.00
11
Telecommunications Wiring Parts and
Services: 100ft 12 –Pair Gel Filled Cable 24
AWG
Each
(100ft
setting)
20 $ 54.93 $ 1,098.60
12
Telecommunications Wiring Parts and
Services: 100ft 200 –Pair Gel Filled Cable 24
AWG
Each
(100ft
setting)
10 $ 598.00 $ 5,980.00
13
Telecommunications Wiring Parts and
Services: 100ft 300 –Pair Gel Filled Cable 24
AWG
Each
(100ft
setting)
10 $ 880.00 $ 8,800.00
14
Telecommunications Wiring Parts and
Services: 100ft 4 –Pair STP 24 AWG Gel
Filled Cat6
Each
(100ft
setting)
75 $ 32.74 $ 2,455.43
15 Telecommunications Wiring Parts and
Services: 100ft 6–Pair Gel Filled Cable
Each
(100ft
setting)
20 $ 52.00 $ 1,040.00
16
Telecommunications Wiring Parts and
Services: 100ft 6 –Standard Fiber Optic
Cable I/O
Each
(100ft
setting)
25 $ 305.00 $ 7,625.00
17 Telecommunications Wiring Parts and
Services: 100ft 12 –Standard Fiber Optic I/O
Each
(100ft
setting)
25 $ 230.00 $ 5,750.00
18 Telecommunications Wiring Parts and
Services: 100ft RG6 Coaxial Cable, Plenum
Each
(100ft
setting)
75 $ 32.74 $ 2,455.43
19
Telecommunications Wiring Parts and
Services: 100ft Category 6 Single Cable
Plenum
Each
(100ft
setting)
200 $ 43.24 $ 8,647.80
20 Telecommunications Wiring Parts and
Services: Category 6 RJ45 Connectors Each 100 $ 0.25 $ 25.00
21 Telecommunications Wiring Parts and
Services: 1U Patch Panel Wall Mount Bracket Each 5 $ 14.57 $ 72.87
EXHIBIT A PRICE LIST
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
22 Telecommunications Wiring Parts and
Services: 2U Patch Panel Wall Mount Bracket Each 5 $ 20.92 $ 104.58
23 Telecommunications Wiring Parts and
Services: 1 Hole Modular Wall Plate Each 500 $ 0.84 $ 420.00
24 Telecommunications Wiring Parts and
Services: 2 Hole Modular Wall Plate Each 500 $ 0.84 $ 420.00
25 Telecommunications Wiring Parts and
Services: 3 Hole Modular Wall Plate Each 200 $ 0.84 $ 168.00
26 Telecommunications Wiring Parts and
Services:4 Hole Modular Wall Plate Each 500 $ 0.84 $ 420.00
27 Telecommunications Wiring Parts and
Services:6 Hole Modular Wall Plate Each 200 $ 0.84 $ 168.00
28 Telecommunications Wiring Parts and
Services:8 Hole Modular Wall Plate Each 200 $ 0.25 $ 50.00
29 Telecommunications Wiring Parts and
Services: 25ft Patch Cord Cat 6
Each (25ft
setting)100 $ 5.30 $ 530.25
30 Telecommunications Wiring Parts and
Services: 1ft Patch Cord Cat 6
Each (1ft
setting)100 $ 0.83 $ 82.95
31 Telecommunications Wiring Parts and
Services:3ft Patch Cord Cat 6
Each(3ft
setting)100 $ 1.13 $ 113.40
32 Telecommunications Wiring Parts and
Services: 5ft Patch Cord Cat 6
Each (5ft
setting)100 $ 1.61 $ 160.65
33 Telecommunications Wiring Parts and
Services: 7ft Patch Cord Cat 6
Each (7ft
setting)100 $ 1.90 $ 190.05
34 Telecommunications Wiring Parts and
Services: 10ft Patch Cord Cat 6
Each(10ft
setting)100 $ 2.43 $ 242.55
35 Telecommunications Wiring Parts and
Services:12ft Patch Cord Cat 6
Each(12ft
setting)100 $ 3.32 $ 331.80
36 Telecommunications Wiring Parts and
Services:16ft Patch Cord Cat 6
Each(16ft
setting)100 $ 5.30 $ 530.25
37 Telecommunications Wiring Parts and
Services:20ft Patch Cord Cat 6
Each(20ft
setting)100 $ 5.30 $ 530.25
38 Telecommunications Wiring Parts and
Services:1 meter SC to SC Patch Cord
Each(1met
er setting)25 $ 5.83 $ 145.69
39 Telecommunications Wiring Parts and
Services:1 meter ST to ST Patch Cord
Each(1met
er setting)25 $ 5.83 $ 145.69
40 Telecommunications Wiring Parts and
Services:1 meter ST to SC Patch Cord
Each(1met
er setting)25 $ 5.83 $ 145.69
41 Telecommunications Wiring Parts and
Services:1 meter LC to LC Patch Cord
Each(1met
er setting)25 $ 6.55 $ 163.80
42 Telecommunications Wiring Parts and
Services:1 meter LC to SC Patch Cord
Each(1met
er setting)25 $ 6.55 $ 163.80
43 Telecommunications Wiring Parts and
Services:10 meters SC to SC Patch Cord
Each(10m
eter
setting)
25 $ 10.49 $ 262.24
44 Telecommunications Wiring Parts and
Services:10 meters ST to ST Patch Cord
Each(10m
eter
setting)
20 $ 10.49 $ 209.79
45 Telecommunications Wiring Parts and
Services:10 meters ST to SC Patch Cord
Each(10m
eter
setting)
20 $ 10.49 $ 209.79
46 Telecommunications Wiring Parts and
Services:10 meters LC to LC Patch Cord
Each(10m
eter
setting)
25 $ 11.22 $ 280.61
47 Telecommunications Wiring Parts and
Services:10 meters LC to SC Patch Cord
Each(10m
eter
setting)
25 $ 11.22 $ 280.61
48
Telecommunications Wiring Parts and
Services:30 meters duplex SC/LC Fiber Optic
Patch Cord
Each(30m
eter
setting)
25 $ 23.99 $ 599.81
49 Telecommunications Wiring Parts and
Services:3ft Patch Cord RG6
Each(3ft
setting)25 $ 7.97 $ 199.24
50 Telecommunications Wiring Parts and
Services:6ft Patch Cord RG6
Each(6ft
setting)25 $ 7.97 $ 199.24
51 Telecommunications Wiring Parts and
Services:8ft Patch Cord RG6
Ea(8ft
setting)25 $ 7.68 $ 191.89
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
52 Telecommunications Wiring Parts and
Services:10ft Patch Cord RG6
Each(10ft
setting)25 $ 7.68 $ 191.89
53 Telecommunications Wiring Parts and
Services:12ft Patch Cord RG6
Each(12ft
setting)25 $ 16.41 $ 410.29
54 Telecommunications Wiring Parts and
Services:RG6 F-Connectors Each 200 $ 0.27 $ 54.60
55 Telecommunications Wiring Parts and
Services:50mic. MTRJ Connectors Each 25 $ 6.00 $ 150.00
56 Telecommunications Wiring Parts and
Services: Modular Jack Cat 6 Each 1000 $ 2.60 $ 2,604.00
57 Telecommunications Wiring Parts and
Services:Furniture Plate Inserts Each 200 $ 3.00 $ 600.00
58 Telecommunications Wiring Parts and
Services:Modular Wall Phone Plate Each 75 $ 3.00 $ 225.00
59 Telecommunications Wiring Parts and
Services:Surface Mount Box Modular Plate Each 100 $ 0.77 $ 76.65
60 Telecommunications Wiring Parts and
Services:7ft X 19inch Relay 2 Post Rack Each 10 $ 106.11 $ 1,061.13
61 Telecommunications Wiring Parts and
Services:Vertical Cable Management Each 10 $ 89.99 $ 899.85
62 Telecommunications Wiring Parts and
Services:Horizontal Cable Management Each 10 $ 18.65 $ 186.48
63 Telecommunications Wiring Parts and
Services:3.5 Horizontal Wire Management Each 10 $ 20.79 $ 207.90
64 Telecommunications Wiring Parts and
Services:Reusable One-Wrap Cable Ties Each 1000 $ 0.10 $ 100.00
65 Telecommunications Wiring Parts and
Services:12inch Ladder Rack (length 10ft)Each 10 $ 81.00 $ 810.00
66 Telecommunications Wiring Parts and
Services:18inch Ladder Rack (length 10ft)Each 10 $ 102.00 $ 1,020.00
67 Telecommunications Wiring Parts and
Services:24inch Ladder Rack (length 10ft)Each 10 $ 120.00 $ 1,200.00
68
Telecommunications Wiring Parts and
Services:23inch Single Sided Vented Shelf (
Black)
Each 10 $ 151.00 $ 1,510.00
69 Telecommunications Wiring Parts and
Services:24inch Open Swingate Rack Each 10 $ 245.00 $ 2,450.00
70 Telecommunications Wiring Parts and
Services:48inch Swing Gate Each 10 $ 330.00 $ 3,300.00
71
Telecommunications Wiring Parts and
Services:Wall mount Cabinet 24x24x24 with
Plexiglass Door
Each 10 $ 590.00 $ 5,900.00
72
Telecommunications Wiring Parts and
Services:Wall Mount Cabinet 36x24x24 with
Plexiglass Door
Each 10 $ 658.00 $ 6,580.00
73
Telecommunications Wiring Parts and
Services:Wall Mount Cabinet 48x24x24 with
Plexiglass Door
Each 10 $ 780.00 $ 7,800.00
74 Telecommunications Wiring Parts and
Services:19inch Equipment Shelve Each 10 $ 45.40 $ 454.00
75
Telecommunications Wiring Parts and
Services:Fiber Optic 12-36 ST LIU ( Rack
Mounted)
Each 10 $ 290.00 $ 2,900.00
76
Telecommunications Wiring Parts and
Services:Fiber Optic 12-72 Standard LIU
Panel
Each 10 $ 327.00 $ 3,270.00
77 Telecommunications Wiring Parts and
Services:Fiber Blank Panel Each 10 $ 4.20 $ 42.00
78 Telecommunications Wiring Parts and
Services:Fiber optic 6-18 Port Panels Each 10 $ 70.00 $ 700.00
79 Telecommunications Wiring Parts and
Services Fiber optic SC 6 Pack Panel Duplex Each 10 $ 26.00 $ 259.98
80
Telecommunications Wiring Parts and
Services:Fiber optic LC 6 Pack Panel Duplex
Conn Panel
Each 10 $ 24.97 $ 249.69
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
81
Telecommunications Wiring Parts and
Services:12 Port Patch Panel Category 6
Wall Mount
Each 10 $ 33.77 $ 337.68
82
Telecommunications Wiring Parts and
Services:12 Port Patch Panel Category 6 568
A/B
Each 10 $ 33.77 $ 337.68
83
Telecommunications Wiring Parts and
Services:96 Port Patch Panel Category 6 568
A/B
Each 10 $ 216.00 $ 2,160.00
84
Telecommunications Wiring Parts and
Services:24 Port Patch Panel Category 6 568
A/B
Each 25 $ 112.00 $ 2,800.00
85
Telecommunications Wiring Parts and
Services:48 Port Patch Panel Category 6 568
A/B
Each 25 $ 156.00 $ 3,900.00
86 Telecommunications Wiring Parts and
Services:110 Connecting Block 4-pair Each 10 $ 5.21 $ 52.08
87
Telecommunications Wiring Parts and
Services:Cat 5e 50-pair 110 wiring block with
legs
Each 10 $ 5.24 $ 52.40
88
Telecommunications Wiring Parts and
Services:Cat 5e 100-pair 110 wiring block
with legs
Each 10 $ 28.78 $ 287.81
89
Telecommunications Wiring Parts and
Services:Cat 5e 300-pair 110 wiring block
with legs
Each 10 $ 0.19 $ 1.89
90 Telecommunications Wiring Parts and
Services:Modular 66 Cross Connect Block Each 10 $ 11.00 $ 110.00
91 Telecommunications Wiring Parts and
Services:10ft Non-Metallic Surface Raceway
Ea (10ft
setting)10 $ 23.00 $ 230.00
92 Telecommunications Wiring Parts and
Services:10ft Flexible PVC Floor Trak
Each(10ft
setting)10 $ 41.50 $ 415.00
93 Telecommunications Wiring Parts and
Services:Flush, Fire-Rated Poke-Through Each 10 $ 357.00 $ 3,570.00
94
Telecommunications Wiring Parts and
Services:Pedestal, High-Capacity Fire-Rated
Poke-Through
Each 10 $ 62.00 $ 620.00
95 Telecommunications Wiring Parts and
Services:10ft EMT 1/4inch Conduit
Each(10ft
setting)20 $ 2.15 $ 43.00
96 Telecommunications Wiring Parts and
Services:10ft EMT 1/2inch Conduit
Each(10ft
setting)25 $ 2.40 $ 60.00
97 Telecommunications Wiring Parts and
Services:10ft EMT 3/4inch Conduit
Each(10ft
setting)50 $ 4.00 $ 200.00
98 Telecommunications Wiring Parts and
Services:10ft EMT 1inch Conduit
Each(10ft
setting)30 $ 7.30 $ 219.00
99 Telecommunications Wiring Parts and
Services:10ft EMT 1 1/2inch Conduit
Each(10ft
setting)25 $ 14.50 $ 362.50
100 Telecommunications Wiring Parts and
Services:10ft EMT 2inch Conduit
Each(10ft
setting)30 $ 18.20 $ 546.00
101 Telecommunications Wiring Parts and
Services:10ft EMT 3inch Conduit
Each(10ft
setting)25 $ 34.00 $ 850.00
102 Telecommunications Wiring Parts and
Services:10ft EMT 4inch Conduit
Each(10ft
setting)25 $ 45.00 $ 1,125.00
103 Telecommunications Wiring Parts and
Services:10ft PVC 1/4inch Conduit
Each(10ft
setting)20 $ 1.65 $ 33.00
104 Telecommunications Wiring Parts and
Services:10ft PVC 1/2inch Conduit
Each(10ft
setting)25 $ 4.80 $ 120.00
105 Telecommunications Wiring Parts and
Services:10ft PVC 3/4inch Conduit
Each(10ft
setting)50 $ 2.20 $ 110.00
106 Telecommunications Wiring Parts and
Services:10ft PVC 1inch Conduit
Each(10ft
setting)25 $ 3.30 $ 82.50
107 Telecommunications Wiring Parts and
Services:10ft PVC 1 1/2inch Conduit
Each(10ft
setting)25 $ 5.30 $ 132.50
108 Telecommunications Wiring Parts and
Services:10ft PVC 2inch Conduit
Each(10ft
setting)25 $ 7.00 $ 175.00
109 Telecommunications Wiring Parts and
Services:10ft PVC 3inch Conduit
Each(10ft
setting)25 $ 14.50 $ 362.50
110 Telecommunications Wiring Parts and
Services:10ft PVC 4inch Conduit
Each(10ft
setting)20 $ 19.80 $ 396.00
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
111 Telecommunications Wiring Parts and
Services:Fiber Optic PVC Innerduct 1inch
Each(100ft
setting)20 $ 5.50 $ 110.00
112 Telecommunications Wiring Parts and
Services:Fiber Optic PVC Innerduct 1 1/2inch
Each(100ft
setting)20 $ 9.10 $ 182.00
113 Telecommunications Wiring Parts and
Services:Fiber Optic Plenum Innerduct 1inch
Each(100ft
setting)20 $ 21.80 $ 436.00
114
Telecommunications Wiring Parts and
Services:Fiber Optic Plenum Innerduct
11/2inch
Ea (100ft
setting)20 $ 39.50 $ 790.00
115 Telecommunications Wiring Parts and
Services:NEMA 12x12x6 Box Each 10 $ 41.00 $ 410.00
116 Telecommunications Wiring Parts and
Services:NEMA 24x24x8 Box Each 10 $ 138.00 $ 1,380.00
117
Telecommunications Wiring Parts and
Services:Standard Box 1.78inch Deep 1
Gang Device Box
Each 100 $ 0.90 $ 90.00
118 Telecommunications Wiring Parts and
Services:Core drill, 1-4inch Each 10 $ 17.50 $ 175.00
119
Telecommunications Wiring Parts and
Services:Directional underground core drilling
including installation of conduit and all related
hardware
Each 10 $ 18.80 $ 188.00
120
Telecommunications Wiring Parts and
Services:Back Board, Flush Mounted, 4feet x
8feet, Fire Retardant
Each 75 $ 123.50 $ 9,262.50
121
Telecommunications Wiring Parts and
Services:Back Board, Flush Mounted, 4feet x
4feet, Fire Retardant
Each 100 $ 74.00 $ 7,400.00
122
Telecommunications Wiring Parts and
Services:Back Board, Flush Mounted, 2feet x
8feet, Fire Retardant
Each 10 $ 74.00 $ 740.00
123 Telecommunications Wiring Parts and
Services:7ft X 19inch Relay 4 Post Rack Each 10 $ 367.00 $ 3,670.00
124 Telecommunications Wiring Parts and
Services:8ft X 19inch Relay 2 Post Rack Each 10 $ 256.00 $ 2,560.00
125 Telecommunications Wiring Parts and
Services:8ft X 19inch Relay 4 Post Rack Each 10 $ 382.00 $ 3,820.00
126
Telecommunications Wiring Parts and
Services:42U Close Cabinet with Plexiglass
door Rack
Each 10 $ 1,000.00 $ 10,000.00
127
Telecommunications Wiring Parts and
Services:45U Close Cabinet with Plexiglass
door Rack
Each 10 $ 1,150.00 $ 11,500.00
128
Telecommunications Wiring Parts and
Services:48U Close Cabinet with Plexiglass
door Rack
Each 10 $ 1,435.00 $ 14,350.00
129
Telecommunications Wiring Parts and
Services:52U Close Cabinet with Plexiglass
door Rack
Each 10 $ 1,516.00 $ 15,160.00
130
Flat Rate Fee - Labor cost for per security
device installation at termination point.
Camera or door security equipment is
customer provided. Installation –
MOUNTING NOT INCLUDED
Each 100 $ 50.00 $ 5,000.00
131
Flat Rate Fee - Labor cost for per security
device installation at termination point.
Camera or door security equipment is
customer provided. Installation – INCLUDING
MOUNTING
Each 100 $ 65.00 $ 6,500.00
Item No. Description: Indicate if Discount
or Markup
132 Percentage markup or discount for
materials/supplies not included in the ITB. Markup
Group B – External Work
Percentage:
10%
Grand Total for Group A - Internal Work
(Add Extended Amounts (C) for Lines 1-131) $ 791,545.22
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item No.Description:UOM:
(A)
Est.
Annum.
Qty
(B)
Unit Price
(C) Extended
amount:
(A x B = C)
133
Telecommunications Wiring Parts and
Services: Laborer/Helper, Regular hourly
rate.(Monday thru Friday, 8:00 am - 5:00 pm)
Hour 8,000 $ 17.00 $ 136,000.00
134
Telecommunications Wiring Parts and
Services:Laborer/Helper, After-hours hourly
rate.(Monday thru Friday, 5:00 pm - 8:00 am,
Weekends and Holiday
Hour 2,000 $ 17.00 $ 34,000.00
135
Telecommunications Wiring Parts and
Services:Technician, Regular hourly
rate.(Monday thru Friday, 8:00 am - 5:00 pm)
Hour 8,000 $ 25.00 $ 200,000.00
136
Telecommunications Wiring Parts and
Services:Technician, After-hours hourly
rate.(Monday thru Friday, 5:00 pm - 8:00 am,
Weekends and Holidays)
Hour 2,000 $ 25.00 $ 50,000.00
137
Telecommunications Wiring Parts and
Services:Supervisor, Regular hourly
rate.(Monday thru Friday, 8:00 am - 5:00 pm)
Hour 3,000 $ 30.00 $ 90,000.00
138
Telecommunications Wiring Parts and
Services:Supervisor, After-hours hourly
rate.(Monday thru Friday, 5:00 pm - 8:00 am,
Weekends and Holidays
Hour 1,000 $ 30.00 $ 30,000.00
139
Telecommunications Wiring Parts and
Services:100ft Category 6 Quad Cable
Plenum
Each(100ft
setting)200 $ 25.78 $ 5,156.00
140
Telecommunications Wiring Parts and
Services:100ft Category 6 Dual Cable
Plenum
Each(100ft
setting)200 $ 22.50 $ 4,500.00
141
Telecommunications Wiring Parts and
Services:100ft 8 standard 62.5/125 um
Optical Fiber Cable, Riser
Each(100ft
setting)100 $ 164.00 $ 16,400.00
142
Telecommunications Wiring Parts and
Services:100ft 100Pair Gel Filled Cable 24
AWG
Each(100ft
setting)50 $ 305.00 $ 15,250.00
143
Telecommunications Wiring Parts and
Services:100ft 12 –Pair Gel Filled Cable 24
AWG
Each(100ft
setting)20 $ 54.93 $ 1,098.60
144
Telecommunications Wiring Parts and
Services:100ft 200 –Pair Gel Filled Cable 24
AWG
Each(100ft
setting)10 $ 598.00 $ 5,980.00
145
Telecommunications Wiring Parts and
Services:100ft 300 –Pair Gel Filled Cable 24
AWG
Each(100ft
setting)10 $ 880.00 $ 8,800.00
146
Telecommunications Wiring Parts and
Services:100ft 4 –Pair STP 24 AWG Gel
Filled Cat6
Each(100ft
setting)75 $ 32.74 $ 2,455.43
147 Telecommunications Wiring Parts and
Services:100ft 6–Pair Gel Filled Cable
Each(100ft
setting)20 $ 52.00 $ 1,040.00
148
Telecommunications Wiring Parts and
Services:100ft 6 –Standard Fiber Optic Cable
I/O
Each(100ft
setting)25 $ 305.00 $ 7,625.00
149 Telecommunications Wiring Parts and
Services:100ft 12 –Standard Fiber Optic I/O
Each(100ft
setting)25 $ 230.00 $ 5,750.00
150 Telecommunications Wiring Parts and
Services:100ft RG6 Coaxial Cable, Plenum
Ea(100ft
setting)75 $ 32.74 $ 2,455.43
151
Telecommunications Wiring Parts and
Services:100ft Category 6 Single Cable
Plenum
Each(100ft
setting)200 $ 43.24 $ 8,647.80
152 Telecommunications Wiring Parts and
Services:Category 6 RJ45 Connectors Each 100 $ 0.25 $ 25.00
153 Telecommunications Wiring Parts and
Services:1U Patch Panel Wall Mount Bracket Each 5 $ 14.57 $ 72.87
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
154 Telecommunications Wiring Parts and
Services:2U Patch Panel Wall Mount Bracket Each 5 $ 20.92 $ 104.58
155 Telecommunications Wiring Parts and
Services:1 Hole Modular Wall Plate Each 500 $ 0.84 $ 420.00
156 Telecommunications Wiring Parts and
Services:2 Hole Modular Wall Plate Each 500 $ 0.84 $ 420.00
157 Telecommunications Wiring Parts and
Services:3 Hole Modular Wall Plate Each 200 $ 0.84 $ 168.00
158 Telecommunications Wiring Parts and
Services:4 Hole Modular Wall Plate Each 500 $ 0.84 $ 420.00
159 Telecommunications Wiring Parts and
Services:6 Hole Modular Wall Plate Each 200 $ 0.84 $ 168.00
160 Telecommunications Wiring Parts and
Services:8 Hole Modular Wall Plate Each 200 $ 0.25 $ 50.00
161 Telecommunications Wiring Parts and
Services:25ft Patch Cord Cat 6
Each(25ft
setting)100 $ 5.30 $ 530.25
162 Telecommunications Wiring Parts and
Services:1ft Patch Cord Cat 6
Each(1ft
setting)100 $ 0.83 $ 82.95
163 Telecommunications Wiring Parts and
Services:3ft Patch Cord Cat 6
Each(3ft
setting)100 $ 1.13 $ 113.40
164 Telecommunications Wiring Parts and
Services:5ft Patch Cord Cat 6
Each(5ft
setting)100 $ 1.61 $ 160.65
165 Telecommunications Wiring Parts and
Services:7ft Patch Cord Cat 6
Each(7ft
setting)100 $ 1.90 $ 190.05
166 Telecommunications Wiring Parts and
Services:10ft Patch Cord Cat 6
Each(10ft
setting)100 $ 2.43 $ 242.55
167 Telecommunications Wiring Parts and
Services:12ft Patch Cord Cat 6
Each(12ft
setting)100 $ 3.32 $ 331.80
168 Telecommunications Wiring Parts and
Services:16ft Patch Cord Cat 6
Each(16ft
setting)100 $ 5.30 $ 530.25
169 Telecommunications Wiring Parts and
Services:20ft Patch Cord Cat 6
Each(20ft
setting)100 $ 5.30 $ 530.25
170 Telecommunications Wiring Parts and
Services:1 meter SC to SC Patch Cord
Each(1met
er setting)25 $ 5.83 $ 145.69
171 Telecommunications Wiring Parts and
Services:1 meter ST to ST Patch Cord
Each(1met
er setting)25 $ 5.83 $ 145.69
172 Telecommunications Wiring Parts and
Services:1 meter ST to SC Patch Cord
Each(1met
er setting)25 $ 5.83 $ 145.69
173 Telecommunications Wiring Parts and
Services:1 meter LC to LC Patch Cord
Each(1met
er setting)25 $ 6.55 $ 163.80
174 Telecommunications Wiring Parts and
Services:1 meter LC to SC Patch Cord
Each(1met
er setting)25 $ 6.55 $ 163.80
175 Telecommunications Wiring Parts and
Services:10 meters SC to SC Patch Cord
Each(10m
eter
setting)
25 $ 10.49 $ 262.24
176 Telecommunications Wiring Parts and
Services:10 meters ST to ST Patch Cord
Each(10m
eter
setting)
20 $ 10.49 $ 209.79
177 Telecommunications Wiring Parts and
Services:10 meters ST to SC Patch Cord
Each(10m
eter
setting)
20 $ 10.49 $ 209.79
178 Telecommunications Wiring Parts and
Services:10 meters LC to LC Patch Cord
Each(10m
eter
setting)
25 $ 11.22 $ 280.61
179 Telecommunications Wiring Parts and
Services:10 meters LC to SC Patch Cord
Each(10m
eter
setting)
25 $ 11.22 $ 280.61
180
Telecommunications Wiring Parts and
Services:30 meters duplex SC/LC Fiber Optic
Patch Cord
Each(30m
eter
setting)
25 $ 23.99 $ 599.81
181 Telecommunications Wiring Parts and
Services:3ft Patch Cord RG6
Each(3ft
setting)25 $ 7.97 $ 199.24
182 Telecommunications Wiring Parts and
Services:6ft Patch Cord RG6
Each (6ft
setting)25 $ 7.97 $ 199.24
183 Telecommunications Wiring Parts and
Services:8ft Patch Cord RG6
Each (8ft
setting)25 $ 7.68 $ 191.89
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
184 Telecommunications Wiring Parts and
Services:10ft Patch Cord RG6
Each(10ft
setting)25 $ 7.68 $ 191.89
185 Telecommunications Wiring Parts and
Services:12ft Patch Cord RG6
Each(12ft
setting)25 $ 16.41 $ 410.29
186 Telecommunications Wiring Parts and
Services:RG6 F-Connectors Each 200 $ 0.27 $ 54.60
187 Telecommunications Wiring Parts and
Services:50mic. MTRJ Connectors Each 25 $ 6.00 $ 150.00
188 Telecommunications Wiring Parts and
Services:Modular Jack Cat 6 Each 1000 $ 2.60 $ 2,604.00
189 Telecommunications Wiring Parts and
Services:Furniture Plate Inserts Each 200 $ 3.00 $ 600.00
190 Telecommunications Wiring Parts and
Services:Modular Wall Phone Plate Each 75 $ 3.00 $ 225.00
191 Telecommunications Wiring Parts and
Services:Surface Mount Box Modular Plate Each 100 $ 0.77 $ 76.65
192 Telecommunications Wiring Parts and
Services:7ft X 19inch Relay 2 Post Rack Each 10 $ 106.11 $ 1,061.13
193 Telecommunications Wiring Parts and
Services:Vertical Cable Management Each 10 $ 89.99 $ 899.85
194 Telecommunications Wiring Parts and
Services:Horizontal Cable Management Each 10 $ 18.65 $ 186.48
195 Telecommunications Wiring Parts and
Services:3.5 Horizontal Wire Management Each 10 $ 20.79 $ 207.90
196 Telecommunications Wiring Parts and
Services:Reusable One-Wrap Cable Ties Each 1000 $ 0.10 $ 100.00
197 Telecommunications Wiring Parts and
Services:12inch Ladder Rack (length 10ft)Each 10 $ 81.00 $ 810.00
198 Telecommunications Wiring Parts and
Services:18inch Ladder Rack (length 10ft)Each 10 $ 102.00 $ 1,020.00
199 Telecommunications Wiring Parts and
Services:24inch Ladder Rack (length 10ft)Each 10 $ 120.00 $ 1,200.00
200
Telecommunications Wiring Parts and
Services:23inch Single Sided Vented Shelf
(Black)
Each 10 $ 151.00 $ 1,510.00
201 Telecommunications Wiring Parts and
Services:24inch Open Swing Gate Rack Each 10 $ 245.00 $ 2,450.00
202 Telecommunications Wiring Parts and
Services:48inch Swing Gate Each 10 $ 330.00 $ 3,300.00
203
Telecommunications Wiring Parts and
Services:Wall mount Cabinet 24x24x24 with
Plexiglass Door
Each 10 $ 590.00 $ 5,900.00
204
Telecommunications Wiring Parts and
Services:Wall Mount Cabinet 36x24x24 with
Plexiglass Door
Each 10 $ 658.00 $ 6,580.00
205
Telecommunications Wiring Parts and
Services:Wall Mount Cabinet 48x24x24 with
Plexiglass Door
Each 10 $ 780.00 $ 7,800.00
206 Telecommunications Wiring Parts and
Services:19inch Equipment Shelve Each 10 $ 45.40 $ 454.00
207
Telecommunications Wiring Parts and
Services:Fiber Optic 12-36 ST LIU (Rack
Mounted)
Each 10 $ 290.00 $ 2,900.00
208
Telecommunications Wiring Parts and
Services:Fiber Optic 12-72 Standard LIU
Panel
Each 10 $ 327.00 $ 3,270.00
209 Telecommunications Wiring Parts and
Services:Fiber Blank Panel Each 10 $ 4.20 $ 42.00
210 Telecommunications Wiring Parts and
Services:Fiber optic 6-18 Port Panels Each 10 $ 70.00 $ 700.00
211 Telecommunications Wiring Parts and
Services Fiber optic SC 6 Pack Panel Duplex Each 10 $ 26.00 $ 259.98
212
Telecommunications Wiring Parts and
Services:Fiber optic LC 6 Pack Panel Duplex
Conn Panel
Each 10 $ 24.97 $ 249.69
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
213
Telecommunications Wiring Parts and
Services:12 Port Patch Panel Category 6
Wall Mount
Each 10 $ 33.77 $ 337.68
214
Telecommunications Wiring Parts and
Services:12 Port Patch Panel Category 6 568
A/B
Each 10 $ 33.77 $ 337.68
215
Telecommunications Wiring Parts and
Services:96 Port Patch Panel Category 6 568
A/B
Each 10 $ 216.00 $ 2,160.00
216
Telecommunications Wiring Parts and
Services:24 Port Patch Panel Category 6 568
A/B
Each 25 $ 112.00 $ 2,800.00
217
Telecommunications Wiring Parts and
Services:48 Port Patch Panel Category 6 568
A/B
Each 25 $ 156.00 $ 3,900.00
218 Telecommunications Wiring Parts and
Services:110 Connecting Block 4-pair Each 10 $ 5.21 $ 52.08
219
Telecommunications Wiring Parts and
Services:Cat 5e 50-pair 110 wiring block with
legs
Each 10 $ 5.24 $ 52.40
220
Telecommunications Wiring Parts and
Services:Cat 5e 100-pair 110 wiring block
with legs
Each 10 $ 28.78 $ 287.81
221
Telecommunications Wiring Parts and
Services:Cat 5e 300-pair 110 wiring block
with legs
Each 10 $ 0.19 $ 1.89
222 Telecommunications Wiring Parts and
Services:Modular 66 Cross Connect Block Each 10 $ 11.00 $ 110.00
223 Telecommunications Wiring Parts and
Services:10ft Non-Metallic Surface Raceway
Ea (10ft
setting)10 $ 23.00 $ 230.00
224 Telecommunications Wiring Parts and
Services:10ft Flexible PVC Floor Trak
Each(10ft
setting)10 $ 41.50 $ 415.00
225 Telecommunications Wiring Parts and
Services:Flush, Fire-Rated Poke-Through Each 10 $ 357.00 $ 3,570.00
226
Telecommunications Wiring Parts and
Services:Pedestal, High-Capacity Fire-Rated
Poke-Through
Each 10 $ 62.00 $ 620.00
227 Telecommunications Wiring Parts and
Services:10ft EMT 1/4inch Conduit
Each(10ft
setting)20 $ 2.15 $ 43.00
228 Telecommunications Wiring Parts and
Services:10ft EMT 1/2inch Conduit
Each(10ft
setting)25 $ 2.40 $ 60.00
229 Telecommunications Wiring Parts and
Services:10ft EMT 3/4inch Conduit
Each(10ft
setting)50 $ 4.00 $ 200.00
230 Telecommunications Wiring Parts and
Services:10ft EMT 1inch Conduit
Each(10ft
setting)30 $ 7.30 $ 219.00
231 Telecommunications Wiring Parts and
Services:10ft EMT 1 1/2inch Conduit
Each(10ft
setting)25 $ 14.50 $ 362.50
232 Telecommunications Wiring Parts and
Services:10ft EMT 2inch Conduit
Each(10ft
setting)30 $ 18.20 $ 546.00
233 Telecommunications Wiring Parts and
Services:10ft EMT 3inch Conduit
Each(10ft
setting)25 $ 34.00 $ 850.00
234 Telecommunications Wiring Parts and
Services:10ft EMT 4inch Conduit
Each(10ft
setting)25 $ 45.00 $ 1,125.00
235 Telecommunications Wiring Parts and
Services:10ft PVC 1/4inch Conduit
Each(10ft
setting)20 $ 1.65 $ 33.00
236 Telecommunications Wiring Parts and
Services:10ft PVC 1/2inch Conduit
Each(10ft
setting)25 $ 4.80 $ 120.00
237 Telecommunications Wiring Parts and
Services:10ft PVC 3/4inch Conduit
Each(10ft
setting)50 $ 2.20 $ 110.00
238 Telecommunications Wiring Parts and
Services:10ft PVC 1inch Conduit
Each(10ft
setting)25 $ 3.30 $ 82.50
239 Telecommunications Wiring Parts and
Services:10ft PVC 1 1/2inch Conduit
Each(10ft
setting)25 $ 5.30 $ 132.50
240 Telecommunications Wiring Parts and
Services:10ft PVC 2inch Conduit
Each(10ft
setting)25 $ 7.00 $ 175.00
241 Telecommunications Wiring Parts and
Services:10ft PVC 3inch Conduit
Each(10ft
setting)25 $ 14.50 $ 362.50
242 Telecommunications Wiring Parts and
Services:10ft PVC 4inch Conduit
Each(10ft
setting)20 $ 19.80 $ 396.00
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
243 Telecommunications Wiring Parts and
Services:Fiber Optic PVC Innerduct 1inch
Each(100ft
setting)20 $ 5.50 $ 110.00
244 Telecommunications Wiring Parts and
Services:Fiber Optic PVC Innerduct 1 1/2inch
Each(100ft
setting)20 $ 9.10 $ 182.00
245 Telecommunications Wiring Parts and
Services:Fiber Optic Plenum Innerduct 1inch
Each(100ft
setting)20 $ 21.80 $ 436.00
246
Telecommunications Wiring Parts and
Services:Fiber Optic Plenum Innerduct
11/2inch
Ea (100ft
setting)20 $ 39.50 $ 790.00
247 Telecommunications Wiring Parts and
Services:NEMA 12x12x6 Box Each 10 $ 41.00 $ 410.00
248 Telecommunications Wiring Parts and
Services:NEMA 24x24x8 Box Each 10 $ 138.00 $ 1,380.00
249
Telecommunications Wiring Parts and
Services:Standard Box 1.78inch Deep 1
Gang Device Box
Each 100 $ 0.90 $ 90.00
250 Telecommunications Wiring Parts and
Services:Core drill, 1-4inch Each 10 $ 17.50 $ 175.00
251
Telecommunications Wiring Parts and
Services:Directional underground core drilling
including installation of conduit and all related
hardware
Each 10 $ 18.80 $ 188.00
252
Telecommunications Wiring Parts and
Services:Back Board, Flush Mounted, 4feet x
8feet, Fire Retardant
Each 75 $ 123.50 $ 9,262.50
253
Telecommunications Wiring Parts and
Services:Back Board, Flush Mounted, 4feet x
4feet, Fire Retardant
Each 100 $ 74.00 $ 7,400.00
254
Telecommunications Wiring Parts and
Services:Back Board, Flush Mounted, 2feet x
8feet, Fire Retardant
Each 10 $ 74.00 $ 740.00
255 Telecommunications Wiring Parts and
Services:7ft X 19inch Relay 4 Post Rack Each 10 $ 367.00 $ 3,670.00
256 Telecommunications Wiring Parts and
Services:8ft X 19inch Relay 2 Post Rack Each 10 $ 256.00 $ 2,560.00
257 Telecommunications Wiring Parts and
Services:8ft X 19inch Relay 4 Post Rack Each 10 $ 382.00 $ 3,820.00
258
Telecommunications Wiring Parts and
Services:42U Close Cabinet with Plexiglass
door Rack
Each 10 $ 1,000.00 $ 10,000.00
259
Telecommunications Wiring Parts and
Services:45U Close Cabinet with Plexiglass
door Rack
Each 10 $ 1,150.00 $ 11,500.00
260
Telecommunications Wiring Parts and
Services:48U Close Cabinet with Plexiglass
door Rack
Each 10 $ 1,435.00 $ 14,350.00
261
Telecommunications Wiring Parts and
Services:52U Close Cabinet with Plexiglass
door Rack
Each 10 $ 1,516.00 $ 15,160.00
262
Flat Rate Fee - Labor cost for per security
device installation at termination point.
Camera or door security equipment is
customer provided. Installation – MOUNTING
NOT INCLUDED
Each 100 $ 50.00 $ 5,000.00
263
Flat Rate Fee - Labor cost for per security
device installation at termination point.
Camera or door security equipment is
customer provided. Installation – INCLUDING
MOUNTING
Each 100 $ 65.00 $ 6,500.00
Item No:Description: Indicate if Discount
or Markup
264 Percentage markup or discount for
materials/supplies not included in the ITB. Markup
Percentage:
10%
Grand Total for Group B - External Work $ 791,545.22 (Add Extended Amounts (C) for Lines 133-263)
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
ATTACHMENT A
COMMISSION AWARD MEMO
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Do
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
0
E
2
C
E
C
F
8
-
2
A
0
0
-
4
9
7
2
-
9
C
7
F
-
2
4
5
D
2
3
7
B
0
C
B
9
ATTACHMENT B
ADDENDA AND ITB SOLICITATION
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
1 ADDENDUM NO. 3
INVITATION TO BID NO. 2021-050-JC
FOR STRUCTURED CABLING
ADDENDUM NO. 3
INVITATION TO BID NO. 2021-050-JC
FOR STRUCTURED CABLING
April 14, 2021
This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. REVISIONS: Appendix C – Plans and Specifications – Section No. 1. Technology of the ITB, is hereby
amended as follows:
1. Technology.
The City of Miami Beach has a need to continually review new developments in voice, data, and cable
television or video technology. It is imperative that the communications infrastructure currently being
build positioning the City to take advantage of new technology. Therefore, any Bidder who may be
awarded work under this contract is obligated/required to perform comply with the following:
• The City requires that the awarded bidder(s) to utilize the below listed manufacturer/brands or
brand of equal performance and quality for all work requested pursuant to this
solicitation/contract. The determination of an approved equal is solely at the City’s discretion.
Prior to the use of an alternate brand, the Contractor shall submit specifications and details for
the City’s approval. The cost of replacing an alternate brand, not previously approved by the
City, shall be solely borne by the Contractor.
o For Cat6 Flat and Angled Patch Panels, Face Plates, and Jacks:
▪ Panduit, Leviton, Ortronics, or an approved equal
o For Fiber Enclosures:
▪ Corning, Panduit, Leviton, Ortronics, or an approved equal
o For Fiber Cabling:
▪ Corning, Commscope, Berk-Tek (Leviton), or an approved equal
o For Patch Cords:
▪ Hubbell, Leviton, Corning, or an approved equal
II. ATTACHMENTS (Found on Periscope under Attachments):
ATTACHMENT A: Cost Proposal Form Excel
ATTACHMENT B: Pre-Bid Meeting Recording
ATTACHMENT C: Structured Cabling Solutions bid response to ITB 2015-203-AK.
ATTACHMENT D: Pre-Bid Meeting Sign in Sheet
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
2 ADDENDUM NO. 3
INVITATION TO BID NO. 2021-050-JC
FOR STRUCTURED CABLING
III. RESPONSES TO QUESTIONS RECEIVED:
Q1: Will the City accepted generic hardware (cable, jacks, face plate, fiber, etc)?
A1: Please refer to II. Revision above.
Q2: Please clarify the type of fiber (SM, MM, OM3, or OM4) for Line Items 17, 38-48, 78-80, and 210-212.
A2: For Line 17: SM. For Lines 38-48: MM 62.5. For Lines 78-80: SM 6-12 Duplex Couplers. For
Lines 210-212: MM 6-12 Duplex Couplers.
Q3: Are the line items 115 and 116 meant for indoor or outdoor scenarios?
A3: Both line items 115 and 116 correspond to Group A – Internal (indoor) Work
Q4: The budget shown on the second page is $175,000. Is this per year ?
A4: The budget shown is the estimated annual budget.
Q5: Will the city accept Local Business Tax Receipts of any other county and/or city other than Miami
Beach? Or is this bid only open to local businesses?
A5: There is no proximity-based requirement for potential bidders.
Q6: We would also like to request that appendix A on the bid form be sent to us in Excel format?
A6: Please refer to Attachment A.
Q7: Please share the recording from today’s prebid conference?
A7: Please refer to Attachment B.
Q8: What manufacturers for cable does the city typically use? Is a generic brand ok?
A8: Please refer to II. Revision above.
Q9: Where fiber patch cords/ components are requested in the price sheet, do we quote it all as single
mode?
A9: Please refer to II. Revision above.
Q10: What manufacturer of fiber optic cable does the city prefer?
A10: Please refer to II. Revision above.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
3 ADDENDUM NO. 3
INVITATION TO BID NO. 2021-050-JC
FOR STRUCTURED CABLING
Q11: What type of patch panels/ jacks / faceplates does the city typically use? Leviton? Ortronics? Can we
quote generic?
A11: Please refer to II. Revision above.
Q12: Please send the price list (appendix A) in EXCEL format
A12: Please refer to Attachment A
Q13: Please send over a copy of the winning bid submission from the previous contract (as awarded to
Structured Cabling Solutions).
A13: Please refer to Attachment C.
Q14: Will this contract be awarded to one vendor, or multiple?
A14: Primary, secondary, tertiary award per category of inside work and OSP (Group A and B,
respectively). Work will be done with primary until such time that vendor is unable to perform
work due to capacity or performance, at which time the secondary awardee will be used. The
same process will be followed for tertiary.
Q15: Please send a list of all attendees from today’s prebid conference.
A15: Please refer to Attachment D.
Q16: Is the estimated budget of $175,000 yearly or for the duration of the contract?
A16: Please refer to response for Q4.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk’s Office at
RafaelGranado@miamibeachfl.gov
Contact:
Danny Flores
Telephone:
305-673-7000 ext. 26652
Email:
DannyFlores@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential
proposers that have elected not to submit a response to the ITB are requested to complete and return the “Notice to
Prospective Bidders” questionnaire with the reason(s) for not submitting a proposal.
Sincerely,
Alex Denis
Procurement Director
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
1 ADDENDUM NO. 2
INVITATION TO BID NO. 2021-050-JC
FOR STRUCTURED CABLING
ADDENDUM NO. 2
INVITATION TO BID NO. 2021-050-JC
FOR STRUCTURED CABLING
April 13, 2021
This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on
Thursday, April 22, 2021.
Bid Opening Via Conference Call Only:
(1) Dial the TELEPHONE NUMBER: +1 786-636-1480
(2) Enter the MEETING NUMBER: 498 608 666, Then #
Late proposals will not be accepted. Proposers are cautio ned to plan sufficient time to allow for traffic or
other delays for which the Proposer is solely responsible.
QUESTIONS RECEIVED WILL BE ADDRESSED IN A FORTHCOMING ADDENDUM
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk’s Office at
RafaelGranado@miamibeachfl.gov
Contact:
Danny Flores
Telephone:
305-673-7000 ext. 26652
Email:
DannyFlores@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential
proposers that have elected not to submit a response to the ITB are requested to complete and return the “Notice to
Prospective Bidders” questionnaire with the reason(s) for not submitting a proposal.
Sincerely,
Alex Denis
Procurement Director
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
1 ADDENDUM NO. 1
INVITATION TO BID NO. 2021-050-JC
FOR STRUCTURED CABLING
ADDENDUM NO. 1
INVITATION TO BID NO. 2021-050-DF
FOR STRUCTURED CABLING
March 17, 2021
This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. REVISION: ITB Summary – Important Dates, on page 2, is hereby amended as follows:
Due Date & Time for Bid
Submittal:
Due date may be modified by
addendum to the ITB. It is important
that bidder download all addenda.
The deadline for submittal of bids is 3:00 PM, on April 14, 2021
Bidders are cautioned that late bids can not be submitted. Bidders are fully
responsible for assuring that bids are received by the deadline.
Dial-in Instructions for Bid Opening:
Call-In Number: +1 786-636-1480
Phone Conference ID: 498 608 666#, Then #
Pre-Bid Conference:
Pre-Bid Conference will
be held.
Pre-Bid Conference is
Mandatory.
A Pre-Bid Conference
will not be held.
Date: March 31, 2021 March 23, 2021
Time: 10:00 AM 10:30AM ET
Location: Video Conference via Microsoft Teams
Dial-in Instructions: TO BE RELEASED VIA ADDENDUM
Call-In Number: +1 786-636-1480
Phone Conference ID: 607 818 606, Then #
Reference: Section 0100, Sub-section 6, Pre-Bid Interpretations.
QUESTIONS POSED TO THE CITY WILL BE ANSWERED IN A FORTHCOMING ADDENDUM
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk’s Office at
RafaelGranado@miamibeachfl.gov
Contact:
Danny Flores
Telephone:
305-673-7000 ext. 26652
Email:
DannyFlores@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential
proposers that have elected not to submit a response to the ITB are requested to complete and return the “Notice to
Prospective Bidders” questionnaire with the reason(s) for not submitting a proposal.
Sincerely,
Alex Denis
Procurement Director
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
ITB SUMMARY
The purpose of this ITB Summary is to summarize the major terms, conditions and requirements of the ITB. Bidders shall
note that various paragraphs within these bid documents have a box ( ☐ ) which may be checked ( ☒ ). If the box is
checked, the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box
is not checked, the language is not made a part of the bid documents. It is the Bidder’s responsibility to become familiar
with all terms, conditions and requirements of the ITB, whether or not included in the ITB Summary. Further, it is the
Bidder’s responsibility to make note of and account for any revisions to any portion of the ITB Summary that may result
from an addendum to the ITB.
ITB Information & General Requirements
ITB No.: 2021-050-JC
ITB Title: Structured Cabling
Date of Issuance: March 15, 2021
Project Description &
Scope of Work
(ITB Summary):
The purpose of this solicitation is to establish a contract, for installation, termination,
configuration of associated hardware, conduct wiring and cabling, moves, adds, and
changes in the wiring infrastructure of the City data, cable television, video, and voice
network, from a source(s) of supply that will give prompt and efficient service, from
both external (outside of facilities) and internal (within facilities).
The type and magnitude of work that may be requested under this ITB is to include,
but not be limited to, the following:
Minor modifications of voice, data, and/or cable television or video wiring in
existing facilities to accommodate new offices and modular furniture
configurations or to provide increased abilities in existing work spaces.
When working externally (outside of facility(ies)), Bidder shall furnish, install
and maintain all warning devices, i.e., barricades, cones, traffic display
boards, etc., required to adequately protect the public, City staff and others
during the performance of the requested work.
Re-wiring of all or a portion of existing facilities to accommodate the
implementation of new voice, data, and/or cable television or video
technology.
Wiring or re-wiring for voice, data or cable television or video of new facilities
acquired by the City.
Interconnection of City facilities to enhanced voice, data and/or cable
television or video
communications.
Relocation, reconfiguration, and/or maintenance of telephone key systems
and installation of associated wiring.
All work shall be performed in accordance with National Electrical Code, NEC
2017, BICSI, ANSI/TIA/EIA 568A, 569, 606 and 607, TSB 67, 72, 75,
ANSI/TIA/EIA 526-14, specifications and all applicable State and Local
Codes as amended to date.
Bidder shall be familiar with all federal, state and local laws, ordinances, code
rules and regulations that in any way may affect the work. Ignorance on the
part of the Contractor shall in no way relieve them from responsibility.
Bidder shall obtain all licenses and permits required for the electrical portions
of those projects for which they are responsible. Bidder shall comply with all
laws, ordinances, regulations and building code requirements applicable to
the scope of work included herein. Permits required are Electrical Low
Voltage. The fee current at the time of the work shall apply.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Bidder must have the ability to provide test equipment generated
documentation certifying copper or fiber optic wiring installations. All installed
cable must be media certified for throughput with printout results, as required
to maintain manufacturer warranty as installed
Upon discovery of asbestos or asbestos containing materials, Bidder staff
shall immediately stop work, notify the Project Manager and shall not resume
work until directed to do so by the City. Contractor shall not be responsible
for abatement of asbestos-containing material(s).
Bidder shall provide a bid line item price for a flat rate fee in regards to labor
cost(s) for per security device installation at termination point. Camera or door
security equipment will be provided by the City. Installation may include:
o Mounting assembly
o Be indoor or outdoor
o Connection of fiber optic cable
o Laying conduit
Specifications are further detailed in Appendix C.
Project Location: Citywide locations (as needed)
Estimated Budget: $175,000.00
Procurement Contact: Name: Danny Flores
Telephone: 305-673-7490 ext. 26652
Email: dannyflores@miamibeachfl.gov
Cone of Silence: Bidders are hereby advised that, pursuant to Section 2-486 of the City Code, this
solicitation is under the Cone of Silence law. Communications regarding this
solicitation are to be submitted in writing to the Procurement Contact named herein
with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov.
Reference: Section 0400, Solicitation Terms and Conditions
Important Dates
Due Date & Time for Bid Submittal:
Due date may be modified by addendum to
the ITB. It is important that bidder download
all addenda.
The deadline for submittal of bids is 3:00 PM, on April 14, 2021
Bidders are cautioned that late bids can not be submitted. Bidders are fully responsible
for assuring that bids are received by the deadline.
Pre-Bid Conference:
Pre-Bid Conference will be
held.
Pre-Bid Conference is
Mandatory.
A Pre-Bid Conference will not
be held.
Date: March 31, 2021
Time: 10:00 AM
Location: Video Conference via Microsoft Teams
Dial-in Instructions: TO BE RELEASED VIA ADDENDUM
Reference: Section 0100, Sub-section 6, Pre-Bid Interpretations.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Site Visit:
Site Visit will be held.
Site Visit is Mandatory.
Site Visit will not be held.
N/A
Last Day for Receipt of Questions: April 2, 2021 by 5:00 PM ET
Questions will be allowed up to 10 days before the initial deadline for submittal of Bids.
Questions must be directed to dannyflores@miamibeachfl.gov, with a copy to the City
Clerk rafaelgranado@miamibeachfl.gov.
Reference: Section 0100, Sub-section 6, Pre-Bid Interpretations.
Project Specific Information & Requirements
Minimum Requirements:
Shall apply.
Shall not apply.
1. Bidder and/or its principals must be licensed as an Electrical Specialty Contractor
for low voltage system installation through the Florida State Electrical Contractors
Licensing Board and/or Low Voltage Specialty Electrical Contractor licensed by
Miami-Dade County.
SUBMITTAL REQUIREMENT: Bidder must provide its Florida State Electrical
Contractor License and/or Miami-Dade County Low Voltage Specialty
Electrical Contractor License at the time of bid submittal, or within three (3)
days of request by the City.
Bid Bond Requirements:
Shall apply.
Shall not apply.
If the requirement applies, Bidder shall submit, WITH ITS BID, an original bid bond,
certified check, or cashier's check, in the amount of 5% of the bid amount, payable to
City of Miami Beach, Florida.
Failure to include the bid bond WITH THE BID shall result in the bid being
deemed non-responsive and not being considered.
Reference: Section 0100, Sub-section 8, Bid Bond.
Davis-Bacon Wage Rates:
Shall apply.
Shall not apply.
If the requirement applies, Bidder agrees it, and its sub-contractors, shall pay laborers
and mechanics employed under the contract no less than the prevailing wage rate and
fringe benefit payments to be used in implementation of this article shall be those last
published by the United States Department of Labor in the Federal Register prior to
the date of issuance of the ITB.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Insurance:
Shall apply.
Shall not apply.
The Contractor 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. Workers' Compensation Insurance for all employees of the
Contractor as required by Florida Statute Chapter 440 and Employer
Liability Insurance with a limit of no less than $1,000,000 per
accident for bodily injury or disease. Should the Contractor be
exempt from this Statute, the Contractor and each employee shall
hold the City harmless from any injury incurred during performance
of the Contract. The exempt contractor shall also submit (i) a written
statement detailing the number of employees and that they are not
required to carry Workers’ Compensation insurance and do not
anticipate hiring any additional employees during the term of this
contract or (ii) a copy of a Certificate of Exemption.
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
$1,000,000 per occurrence. If a general aggregate limit applies,
either the general aggregate limit shall apply separately to this
project or the general aggregate limit shall be twice the required
occurrence limit.
C. Automobile Liability Insurance covering any automobile, if Contractor
has no owned automobiles, then coverage for hired and non-owned
automobiles, with limit no less than $1,000,000 combined per
accident for bodily injury and property damage.
D. Installation Floater Insurance against damage or destruction of the
materials or equipment in transit to, or stored on or off the Project
Site, which is to be used (installed into a building or structure) in the
Project. (City of Miami Beach shall Named as a Loss Payee on this
policy, as its interest may appear. This policy shall remain in force
until acceptance of the project by the City.)
E. Umbrella Liability Insurance in an amount no less than $2,000,000
per occurrence. The umbrella coverage must be as broad as the
primary General Liability coverage.
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
Workers’ Compensation) 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 the contractor’s insurance.
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.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Waiver of Subrogation – Contractor 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
Contractor’s obligation to provide them. The City reserves the right to require
complete, certified copies of all required insurance policies, including endorsements,
required by these specifications, at any time.
CERTIFICATE HOLDER MUST READ:
CITY OF MIAMI BEACH
c/o EXIGIS Insurance Compliance Services
P.O. Box 4668 – ECM #35050
New York, NY 10163-4668
Kindly submit all certificates of insurance, endorsements, exemption letters to our
servicing agent, EXIGIS, at:
Certificates-miamibeach@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 Contractor of his
liability and obligation under this section or under any other section of this agreement.
Contract Price:
Lump sum pricing shall apply.
Unit pricing shall apply.
As indicated, contract pricing shall be based on unit pricing in accordance with Section
0400, Terms and Conditions of the Contract.
Contract Completion Time &
Schedule:
To be determined at time of Service Order.
Reference: Section 0400, Terms and Conditions of the Contract.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Liquidated Damages:
Shall apply.
Shall not apply.
To be determined at time of Service Order.
Reference: Section 0400, Terms and Conditions of the Contract.
Local Workforce Participation:
Shall apply.
Shall not apply.
To be determined at time of Service Order.
If the requirement applies (for service order(s) in excess of $1,500,000), the Bidder
agrees it, and its sub-contractors, shall make its best reasonable efforts to promote
employment opportunities for Miami-Dade County residents by seeking to achieve a
project goal of having thirty percent (30%) of all construction labor hours performed by
Miami-Dade County residents. The contractor shall also make its best reasonable
efforts to promote employment opportunities for Miami Beach residents.
Minimum % of Self-Work
Requirement:
Shall apply.
Shall not apply.
Minimum % of the Work Contractor self-perform with its own forces: 80%
See Section 0400, Terms and Conditions of the Contract.
Performance & Payment
Bond Requirements:
Shall apply.
Shall not apply.
To be determined at time of Service Order.
For such projects $200,000 or greater, Bidder shall, prior to the issuance of a Notice
to Proceed, furnish and deliver to the City a payment bond and a performance bond,
in a form to be provided by the City, issued by sureties licensed and authorized to do
business in the State of Florida, covering the faithful performance and completion of
the Project pursuant to the Contract or Service Order, including the performance and
completion of those services provided by Subcontractors of any tier and covering the
payment of all obligations arising hereunder including but not limited to, the payment
for all materials used in the performance of the Project or Service Order in accordance
with the Contract, and for all labor and services performed under the Contract
(including materials, labor and/or services provided by Subconsultants and
Subcontractors of any tier), whether by Subcontractors or otherwise.
Each of the aforesaid bonds (collectively herein referred to as the "Performance Bond
and Payment Bond") shall have a penal amount equal to the Service Order Price,
unless otherwise approved by the City and to the extent permitted by law. The Bidder
shall be compensated for the cost of the bonds up to 2% of the Service Order Price
through the reimbursable work task in the Service Order.
See Section 0400, Terms and Conditions of the Contract.
Prevailing Wage Rates:
Shall apply.
Shall not apply.
If the requirement applies (for service order(s) in excess of $1,500,000), Bidder agrees
it, and its sub-contractors, shall pay laborers and mechanics employed under the
contract no less than the prevailing wage rate and fringe benefit payments to be used
in implementation of this article shall be those last published by the United States
Department of Labor in the Federal Register prior to the date of issuance of the ITB.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Service Order Approval Authority:
Shall apply.
Shall not apply.
To be determined at time of Service Order and based on Citywide Procedure 03.02
Required Licenses/Permits:
Shall apply.
Shall not apply.
LICENSES:
1. Bidder shall provide its Miami-Dade County Local Business Tax
Receipt (formerly known as Occupational License).
PERMITS: The CONTRACTOR shall obtain and pay for any permits that may be
required for execution of the work, including but not limited to:
1. To be determined at time of Service Order.
The City will reimburse the contractor 100% of the cost of the permits only. No
administrative fee is allowed to be assessed to the cost of the permits.
Trench Safety Act Requirements
Shall apply.
Shall not apply.
Reference: Section 0100, Sub-section 12, Florida Trench Safety Act.
Consultant: N/A
Departmental Contract Manager: Frank Quintana
DEPUTY CHIEF INFORMATION OFFICER
INFORMATION TECHNOLOGY OPERATIONS
1755 Meridian Avenue, 4th Floor, Miami Beach, FL 33139
Tel: 305.673.7000 x 26150 | www.miamibeachfl.gov
Submittal Requirements
Submittal Location: Bids will be submitted ELECTRONICALLY ONLY through
https://prod.bidsync.com/Miami-Beach.
Submittal Format & Requirements: Bids are to be submitted ELECTRONICALLY ONLY, contain all information, and
organized in accordance with Section 0300, including:
TAB 1: MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS
Submit evidence, as specifically requested in the ITB Summary, of
compliance with each minimum requirement(s) of this ITB. Bidders that do not
comply, or for whom the City cannot verify compliance, shall be deemed non-
responsive and its bid shall not be considered.
TAB 2: BID PRICE FORM
The following documents shall be submitted with the by the deadline
for submittal of bids:
1. Bid Price Form. (APPENDIX A).
FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND EXECUTED: 1)
BID PRICE FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED
VIA AN ADDENDUM) SHALL RESULT IN BID BEING DEEMED NOT
RESPONSIVE AND NOT BEING FURTHER CONSIDERED.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
SOLICITATION SECTIONS
0100 INSTRUCTIONS TO BIDDERS
0200 MINIMUM QUALIFICATIONS
0300 BID SUBMITTAL FORMAT
0400 TERMS & CONDITIONS (Under separate cover)
APPENDICES:
APPENDIX A - BID PRICE FORM
APPENDIX B - CONTRACT
APPENDIX C - PLANS & SPECIFICATIONS
APPENDIX D - POST AWARD FORMS
APPENDIX E - SPECIAL CONDITIONS
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
SECTION 0100 – INSTRUCTIONS TO BIDDERS:
1. General. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the “City”),
as the means for prospective Bidders to submit their qualifications, proposed scopes of work
and cost proposals (the “proposal”) to the City for the City’s consideration as an option in
achieving the required scope of services and requirements as noted herein. All documents
released in connection with this solicitation, including all appendixes and addenda, whether
included herein or released under separate cover, comprise the solicitation, and are
complementary to one another and together establish the complete terms, conditions and
obligations of the Bidders and, subsequently, the successful Bidder(s) (the “contractor[s]”) if
this ITB results in an award.
The City utilizes Periscope S2G (formerly BidSync) (https://www.periscopeholdings.com/s2g)
for automatic notification of solicitation opportunities and document fulfillment. Any
prospective bidder who has received this ITB by any means other than through Periscope
S2G is solely responsible for registering immediately with Periscope S2G 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.
2. Background and Scope of Work. The Project is described more fully in the Invitation to Bid
Summary (and/or the exhibits referenced therein).
3. Abbreviations and Symbols. The abbreviations used throughout the Contract Documents
are defined hereinafter in the Technical Specifications. The symbols used in the Plans are
defined therein.
4. Examination of Contract Documents and Site. It is the responsibility of each Bidder before
submitting a Bid, to:
a. Examine the Contract Documents thoroughly.
b. Visit the site or structure to become familiar with conditions that may affect costs,
progress, performance or furnishing of the Work.
c. Take into account federal, state and local (City and Miami-Dade County) laws,
regulations, permits, and ordinances that may affect costs, progress, performance,
furnishing of the Work, or award.
d. Study and carefully correlate Bidder's observations with the Contract Documents.
e. Carefully review the Contract Documents and notify City of all conflicts, errors or
discrepancies in the Contract Documents of which Bidder knows or reasonably
should have known.
The submission of a Bid shall constitute an incontrovertible representation by Bidder that
Bidder has complied with the above requirements and that without exception, the Bid is
premised upon performing and furnishing the Work required by the Contract Documents and
that the Contract Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing of the Work.
5. Location of Work. This Scope of Work shall be completed at the Project Site/Location of the
Work specified in the Invitation to Bid Summary (the “Project Site”).
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
6. Pre-Bid Interpretations. Only those questions answered by the City’s Procurement
Department, via written addendum to this ITB, shall be binding as to this ITB. City’s answers
to questions may supersede terms noted in this ITB, and in such event, such answers shall
govern and control this ITB. Verbal and other interpretations or clarifications of City
representatives or employees will be without legal effect. All questions about the meaning
or intent of the Contract Documents are to be directed to the City's Procurement Director in
writing. Interpretations or clarifications considered necessary by the City's Procurement
Director in response to such questions will be issued by City by means of addenda mailed or
delivered to all parties recorded by the City's Procurement Director as having received the
Bidding Documents. Written questions should be received no less than ten (10)
calendar days prior to the date of the opening of Bids. There shall be no obligation on
the part of City or the City's Procurement Director to respond to questions received
less than ten (10) calendar days prior to bid opening.
7. Electronic Form of Bid. All bids must be made upon the blank Bid/Tender Form included
herein and must give the price in strict accordance with the instructions thereon. The bid
must be signed and acknowledged by the Bidder in accordance with Section 0300 and must
be received on or before the deadline for the submittal of bids. Late bids will not be accepted
and will not be considered. It is the Bidder’s responsibility to account any possible delay.
8. Bid Bond. If the Invitation to Bid Summary specifies that a bid bond is required, Bidder shall
submit, WITH ITS BID (fully executed), either an original bid bond, in a form acceptable to
the City, executed by a surety company meeting the qualifications specified herein, in the
amount of 5% of the bid amount, payable to City of Miami Beach, Florida. In the alternative,
Bidder may submit a certified check or cashier's check issued by any national or state bank
(United States).
A PERSONAL CHECK OR A COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED
A VALID BID SECURITY.
Security of the successful Bidder shall be forfeited to the City of Miami Beach as liquidated
damages, not as a penalty, for the cost and expense incurred should said Bidder fail to
execute the Contract, provide the required Performance Bond, Payment Bond and
Certificate(s) of Insurance, within fifteen (15) calendar days after notification of the award of
the Contract, or failure to comply with any other requirements set forth herein. Bid guaranties
of the unsuccessful Bidders will be returned after award to the successful bidder.
9. Prevailing Wage Rates & Local Workforce Participation. See ITB Bid Summary to
determine if prevailing wages and local workforce participation are a requirement of this ITB.
If required, Chapter 31, Articles II and III, of the Code of City of Miami Beach requires that
the rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and
apprentices employed by any contractor or subcontractor on the work covered by the
contract, shall not be less than the prevailing rate of wages and fringe benefit payments or
cash equivalence for similar skills or classifications of work, as established by the Federal
Register last published by the United States Department of Labor prior to the date of issuance
of this solicitation. Additionally, the contractor will make its best reasonable efforts to promote
employment opportunities for Miami-Dade County residents by seeking to achieve a project
goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade
County residents. The contractor shall also make its best reasonable efforts to promote
employment opportunities for Miami Beach residents. Refer to Appendix B for additional
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
information and submittal requirements of these programs, and the applicable
prevailing wage table for the project.
10. Method of Award. Following the review of bids and application of vendor preferences, the
lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of
the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid
items, as deemed in the best interest of the City, to the City Manager for his consideration.
After considering the staff recommendation for award, the City Manager shall exercise his
due diligence and recommend to the Mayor and City Commission the bid that the City
Manager deems to be in the best interest of the City. The City Commission shall consider the
City Manager’s recommendation(s) and, may approve or reject the City Manager’s
recommendation(s). The City Commission may also reject all bids received. In determining
the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides
that the City may consider the following:
The ability, capacity and skill of the bidder to perform the Contract.
Whether the bidder can perform the Contract within the time specified, without delay
or interference.
The character, integrity, reputation, judgment, experience and efficiency of the bidder.
The quality of performance of previous contracts.
The previous and existing compliance by the bidder with laws and ordinances relating to the
Contract.
The selection or approval by the City Commission shall not constitute a binding
contract between the City and the selected or approved bidder(s). A binding contract will exist
upon the completion as determined by the Administration, the City Attorney’s Office form
approving the contract or contracts, and the Mayor and City Clerk or their respective
designees signing the contract(s) after the selected or approved bidder(s) has (or have) done
so. Only the executed contract(s) will be binding on the contracting parties.
Alternatively, in the City’s sole discretion, contracts may be awarded pursuant to a push
button option. Push button contracts allow the City to issue a purchase order to the awarded
vendor that has the best price for the combination of items required for a specific project. If
the City elects to make an award pursuant to the push button option, one or more responsive
bidders, to be recommended to the City Commission at the sole discretion of the City
Manager, may be awarded contracts for future push button orders.
11. Multiple Award. The City may award two or more vendors (primary, secondary, tertiary, or
higher), as available, by line item, by group or in its entirety, beginning with lowest,
responsive, responsible bidder (primary), followed by the second lowest, responsive,
responsible bidder (secondary), and continuing with other responsive, responsible bidders in
order of next best cost. The City will endeavor to utilize vendors in order of award. However,
the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to
be in compliance with any contract or delivery requirement; 2) it is in the best interest of the
City to do so regardless of reason.
Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is
non-exclusive, and the City may, at its sole and absolute discretion, award similar services
or work to other firms under contract with the City (either as a co-primary contractor, or as
secondary or tertiary contractors). No Purchase Order shall be issued to Contractor, and no
work or Services shall be authorized under this Agreement, except at City’s sole discretion.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Contractor shall have no entitlement to perform any services hereunder, or to be
compensated for any Services, unless set forth in a written Purchase Order.
12. Contract Price. The Contract Price is to include the furnishing of all labor, materials,
equipment including tools, shoring, services, permit fees, general conditions costs, applicable
taxes, overhead and profit for the completion of the Work, except as may be otherwise
expressly provided in the Contract Documents. The cost of any item(s) of Work not covered
by a specific Contract unit price or lump sum price shall be included in the Contract unit price
or lump sum price to which the item(s) is most applicable.
13. Florida Trench Safety Act. If the work involves trench excavations that will exceed a depth
of 5 feet, the requirements of Florida Statutes, Chapter 553, Part III, Trench Safety Act, will
be in effect. The Bidder, by virtue of submitting a bid, certifies that such Act will be complied
with during the execution of the work. Bidder acknowledges that included in the total bid price
are all costs for complying with the Florida Trench Safety Act.
14. Omitted or Additional Information. Failure to include the Bid Price Form and the Bid
Bond (if applicable) shall render a bid non-responsive. Non-responsive bids will not
be considered. With exception of the Bid Price Form and the Bid Bond, if applicable, the
City reserves the right to seek any omitted information/documentation or any additional
information from bidder or other source(s), including but not limited to: any firm or principal
information, applicable licensure, resumes of relevant individuals, client information, financial
information, or any information the City deems necessary to evaluate the capacity of the
Bidder to perform in accordance with contract requirements. Failure to submit any omitted or
additional information in accordance with the City’s request shall result in proposal being
deemed non-responsive.
15. E-VERIFY. As a contractor you are obligated to comply with the provisions of Section
448.095, Fla. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department
of Homeland Security’s E-Verify system to verify the employment eligibility of all new
employees hired by the Contractor during the 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.
Rest of page left blank intentionally.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
SECTION 0200 – MINIMUM QUALIFICATIONS AND REQUIREMENTS
The Minimum Eligibility Requirements for this solicitation are listed in the ITB Bid Summary.
Bidders that fail to comply with minimum requirements shall be deemed non-responsive and shall
not have its bid considered.
Rest of page left blank intentionally.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
SECTION 0300 – ELECTRONIC BID SUBMITTAL FORMAT
1. ELECTRONIC RESPONSES (ONLY). Bids must be submitted electronically through
Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy
proposals or proposals received through email or facsimile are not acceptable and will be
rejected.
A bidder may submit a modified bid to replace all or any portion of a previously submitted
bid until the deadline for bid submittals. The City will only consider the latest version of the
bid.
Electronic bid submissions may require the uploading of attachments. All documents
should be attached as separate files in accordance with the instructions included in
Section 4, below. Attachments containing embedded documents or proprietary file
extensions are prohibited. It is the Bidder’s responsibility to assure that its bid, including
all attachments, is uploaded successfully.
Only bid submittals received and time stamped by Periscope S2G (formerly BidSync) prior
to the bid submittal deadline shall be accepted as timely submitted. Late bids cannot be
submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the
submitall of bids and uploading of attachments. Any technical issues must be submitted
to Periscope S2G (formerly BidSync) by contacting (800) 990-9339 (toll free) or
S2G@periscopeholdings.com. The City cannot assist with technical issues regarding
submittals and will in no way be responsible for delays caused by any technical or other
issue.
It is the sole responsibility of each Bidder to ensure its proposal is successfully
submitted in BidSync prior to the deadline for bid submittals.
2. NON-RESPONSIVENESS. Failure to submit the following requirements shall result in a
determination of non-responsiveness. Non-responsive bids will not be considered.
1. Bid Submittal Questionnaire (completed and submitted electronically)
2. Bid Price Form, Form A1
3. Bid Bond (Fully Executed)
3. OMITTED INFORMATION. The City reserves the right to request any documentation
omitted, with exception of the signed Bid Price Form and Bid Bond (if applicable),
which must be submitted at time of bid. Bid Submittals received with no Bid Price Form
or Bid Bond (if applicable), or with an unsigned Bid Price Form or Bid Bond (if applicable),
shall be deemed non-responsive. Bidder must submit any other omitted documentation
within three (3) business days upon request from the City, or the bid may be deemed non-
responsive. Non-responsive bid packages will receive no further consideration.
4. ELECTRONIC PROPOSAL FORMAT. In order to maintain comparability, facilitate the
review process and assist the in the review of bid submittals, it is strongly recommended
that bids be organized and tabbed in accordance with the tabs, and sections as specified
in the below. The electronic submittal should be tabbed as enumerated below and contain
a table of contents with page references. The electronic proposal shall be submitted
through the “Line Items” attachment tab in Periscope S2G.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
TAB 1: MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS
Submit evidence, as specifically requested in the ITB Summary, of
compliance with each minimum requirement(s) of this ITB. Bidders that do
not comply, or for whom the City cannot verify compliance, shall be deemed
non-responsive and its bid shall not be considered.
TAB 2: BID PRICE FORM
The following documents shall be submitted with the by the deadline for
submittal of bids:
1. Bid Price Form (APPENDIX A).
FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND
EXECUTED: 1) BID PRICE FORM (EITHER INCLUDED IN THE
ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) SHALL RESULT
IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING
FURTHER CONSIDERED.
Rest of page left blank intentionally.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
SECTION 0400 – TERMS AND CONDITIONS
The following documents identify terms and conditions that together with the ITB, inclusive of all
appendixes and addenda, whether included herein or released under separate cover, comprise
the solicitation and the contract, and are complementary to one another and together establish
the complete terms, conditions and obligations of the bidder and, subsequently, the awarded
contractor.
1. SOLICITATION TERMS & CONDITIONS - SERVICES. By virtue of submitting a bid in
response to this ITB, bidder agrees to be bound by and in compliance with the Solicitation
Terms and Conditions (dated 4/13/20), incorporated herein, located at:
https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/
2. GENERAL CONDITIONS FOR CONSTRUCTION CONTRACTS. By virtue of submitting
a bid in response to this ITB, bidder agrees that all work shall be bound by and in
compliance with the Terms and Conditions for Construction Contracts (dated 4/13/20),
incorporated herein, located at:
https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/
Rest of page left blank intentionally.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
APPENDIX A
________________________________________________________________________
Bid Price Form
MUST BE SUBMITTED WITH THE BID. FAILURE TO DO SO WILL
RENDER BID NON-RESPONSIVE.
________________________________________________________________________
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Bid Price Form
Page 1 of 1
FAILURE TO SUBMIT THIS BID PRICE FORM FULLY COMPLETED ON OR BEFORE
THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND
BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION.
Bidder affirms that the TOTAL BID PRICES include the all-inclusive total cost for the work
specified in this bid, consisting of furnishing all materials, labor, equipment, supervision,
mobilization, demobilization, overhead and profit, insurance, permits, and taxes to
complete the work to the full intent as shown or indicated in the contract documents. Any
or all alternates, if applicable, may be selected at the City’s sole discretion and based on
funding availability. The city will not accept any revision to the total base bid sum, divisions,
line item totals, or add alternates, after the deadline for receipt of bids.
In the event of arithmetical errors between the division or item totals and the total base
bid, the Bidder agrees that the total base bid shall govern. In the event of a discrepancy
between the numerical total base bid and the written total base bid, the written total base
bid shall govern. In absence of totals submitted for any division cost, the City shall interpret
as no bid for the division, which may disqualify bidder.
The allowance items that have been delineated below shall be used only upon the City's
discretion, as needed. In the event that the item of work is not conducted or only a portion
of the estimated allowance is used, the Bidder understands that the balance of the cost
shall be returned to the City.
Group A – Internal Work
Item
No: Description: UOM:
(A)
Est.
Annum.
Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
1
Telecommunications Wiring Parts and Services:
Laborer/Helper, Regular hourly rate.
(Monday thru Friday, 8:00 am - 5:00 pm)
Hour 8,000 $ $
2
Telecommunications Wiring Parts and Services:
Laborer/Helper, After-hours hourly rate.
(Monday thru Friday, 5:00 pm - 8:00 am, Weekends
and Holiday
Hour 2,000 $ $
3
Telecommunications Wiring Parts and Services:
Technician, Regular hourly rate.
(Monday thru Friday, 8:00 am - 5:00 pm)
Hour 8,000 $ $
4
Telecommunications Wiring Parts and Services:
Technician, After-hours hourly rate.
(Monday thru Friday, 5:00 pm - 8:00 am, Weekends
and Holidays)
Hour 2,000 $ $
5
Telecommunications Wiring Parts and Services:
Supervisor, Regular hourly rate.
(Monday thru Friday, 8:00 am - 5:00 pm)
Hour 3,000 $ $
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item
No: Description: UOM:
(A)
Est.
Annum.
Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
6
Telecommunications Wiring Parts and Services:
Supervisor, After-hours hourly rate.
(Monday thru Friday, 5:00 pm - 8:00 am, Weekends
and Holidays
Hour 1,000 $ $
7
Telecommunications Wiring Parts and Services:
100ft Category 6 Quad Cable Plenum
Each
(100ft
setting)
200 $ $
8
Telecommunications Wiring Parts and Services:
100ft Category 6 Dual Cable Plenum
Each
(100ft
setting)
200 $ $
9
Telecommunications Wiring Parts and Services:
100ft 8 standard 62.5/125 um Optical Fiber Cable,
Riser
Each
(100ft
setting)
100 $ $
10
Telecommunications Wiring Parts and Services:
100ft 100Pair Gel Filled Cable 24 AWG
Each
(100ft
setting)
50 $ $
11
Telecommunications Wiring Parts and Services:
100ft 12 –Pair Gel Filled Cable 24 AWG
Each
(100ft
setting)
20 $ $
12
Telecommunications Wiring Parts and Services:
100ft 200 –Pair Gel Filled Cable 24 AWG
Each
(100ft
setting)
10 $ $
13
Telecommunications Wiring Parts and Services:
100ft 300 –Pair Gel Filled Cable 24 AWG
Each
(100ft
setting)
10 $ $
14
Telecommunications Wiring Parts and Services:
100ft 4 –Pair STP 24 AWG Gel Filled Cat6
Each
(100ft
setting)
75 $ $
15
Telecommunications Wiring Parts and Services:
100ft 6–Pair Gel Filled Cable
Each
(100ft
setting)
20 $ $
16
Telecommunications Wiring Parts and Services:
100ft 6 –Standard Fiber Optic Cable I/O
Each
(100ft
setting)
25 $ $
17
Telecommunications Wiring Parts and Services:
100ft 12 –Standard Fiber Optic I/O
Each
(100ft
setting)
25 $ $
18
Telecommunications Wiring Parts and Services:
100ft RG6 Coaxial Cable, Plenum
Ea(100ft
setting) 75 $ $
19
Telecommunications Wiring Parts and Services:
100ft Category 6 Single Cable Plenum
Each
(100ft
setting)
200 $ $
20
Telecommunications Wiring Parts and Services:
Category 6 RJ45 Connectors Each 100 $ $
21
Telecommunications Wiring Parts and Services:
1U Patch Panel Wall Mount Bracket Each 5 $ $
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item
No: Description: UOM:
(A)
Est.
Annum.
Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
22
Telecommunications Wiring Parts and Services:
2U Patch Panel Wall Mount Bracket Each 5 $ $
23
Telecommunications Wiring Parts and Services:
1 Hole Modular Wall Plate Each 500 $ $
24
Telecommunications Wiring Parts and Services:
2 Hole Modular Wall Plate
Each
500
$
$
25
Telecommunications Wiring Parts and Services:
3 Hole Modular Wall Plate Each 200 $ $
26
Telecommunications Wiring Parts and Services:
4 Hole Modular Wall Plate Each 500 $ $
27
Telecommunications Wiring Parts and Services:
6 Hole Modular Wall Plate Each 200 $ $
28
Telecommunications Wiring Parts and Services:
8 Hole Modular Wall Plate Each 200 $ $
29
Telecommunications Wiring Parts and Services:
25ft Patch Cord Cat 6
Each
(25ft
setting)
100 $ $
30
Telecommunications Wiring Parts and Services:
1ft Patch Cord Cat 6
Each
(1ft
setting)
100 $ $
31
Telecommunications Wiring Parts and Services:
3ft Patch Cord Cat 6
Each
(3ft
setting)
100 $ $
32
Telecommunications Wiring Parts and Services:
5ft Patch Cord Cat 6
Each
(5ft
setting)
100 $ $
33
Telecommunications Wiring Parts and Services:
7ft Patch Cord Cat 6
Each
(7ft
setting)
100 $ $
34
Telecommunications Wiring Parts and Services:
10ft Patch Cord Cat 6
Each
(10ft
setting)
100 $ $
35
Telecommunications Wiring Parts and Services:
12ft Patch Cord Cat 6
Each
(12ft
setting)
100 $ $
36
Telecommunications Wiring Parts and Services:
16ft Patch Cord Cat 6
Each
(16ft
setting)
100 $ $
37
Telecommunications Wiring Parts and Services:
20ft Patch Cord Cat 6
Each
(20ft
setting)
100 $ $
38
Telecommunications Wiring Parts and Services:
1 meter SC to SC Patch Cord
Each
(1meter
setting)
25 $ $
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item
No: Description: UOM:
(A)
Est.
Annum.
Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
39
Telecommunications Wiring Parts and Services:
1 meter ST to ST Patch Cord
Each
(1meter
setting)
25 $ $
40
Telecommunications Wiring Parts and Services:
1 meter ST to SC Patch Cord
Each
(1meter
setting)
25 $ $
41
Telecommunications Wiring Parts and Services:
1 meter LC to LC Patch Cord
Each
(1meter
setting)
25
$
$
42
Telecommunications Wiring Parts and Services:
1 meter LC to SC Patch Cord
Each
(1meter
setting)
25 $ $
43
Telecommunications Wiring Parts and Services:
10 meters SC to SC Patch Cord
Each
(10meter
setting)
25 $ $
44
Telecommunications Wiring Parts and Services:
10 meters ST to ST Patch Cord
Each
(10meter
setting)
20 $ $
45
Telecommunications Wiring Parts and Services:
10 meters ST to SC Patch Cord
Each
(10meter
setting)
20 $ $
46
Telecommunications Wiring Parts and Services:
10 meters LC to LC Patch Cord
Each
(10meter
setting)
25 $ $
47
Telecommunications Wiring Parts and Services:
10 meters LC to SC Patch Cord
Each
(10meter
setting)
25 $ $
48
Telecommunications Wiring Parts and Services:
30 meters duplex SC/LC Fiber Optic Patch Cord
Each
(30meter
setting)
25 $ $
49
Telecommunications Wiring Parts and Services:
3ft Patch Cord RG6
Each
(3ft
setting)
25 $ $
50
Telecommunications Wiring Parts and Services:
6ft Patch Cord RG6
Each
(6ft
setting)
25 $ $
51
Telecommunications Wiring Parts and Services:
8ft Patch Cord RG6
Ea(8ft
setting) 25 $ $
52
Telecommunications Wiring Parts and Services:
10ft Patch Cord RG6
Each
(10ft
setting)
25 $ $
53
Telecommunications Wiring Parts and Services:
12ft Patch Cord RG6
Each
(12ft
setting)
25
$
$
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item
No: Description: UOM:
(A)
Est.
Annum.
Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
54
Telecommunications Wiring Parts and Services:
RG6 F-Connectors Each 200 $ $
55
Telecommunications Wiring Parts and Services:
50mic. MTRJ Connectors Each 25 $ $
56
Telecommunications Wiring Parts and Services:
Modular Jack Cat 6 Each 1000 $ $
57
Telecommunications Wiring Parts and Services:
Furniture Plate Inserts Each 200 $ $
58
Telecommunications Wiring Parts and Services:
Modular Wall Phone Plate Each 75 $ $
59
Telecommunications Wiring Parts and Services:
Surface Mount Box Modular Plate
Each
100
$
$
60
Telecommunications Wiring Parts and Services:
7ft X 19inch Relay 2 Post Rack Each 10 $ $
61
Telecommunications Wiring Parts and Services:
Vertical Cable Management Each 10 $ $
62
Telecommunications Wiring Parts and Services:
Horizontal Cable Management Each 10 $ $
63
Telecommunications Wiring Parts and Services:
3.5 Horizontal Wire Management Each 10 $ $
64
Telecommunications Wiring Parts and Services:
Reusable One-Wrap Cable Ties Each 1000 $ $
65
Telecommunications Wiring Parts and Services:
12inch Ladder Rack (length 10ft) Each 10 $ $
66
Telecommunications Wiring Parts and Services:
18inch Ladder Rack (length 10ft) Each 10 $ $
67
Telecommunications Wiring Parts and Services:
24inch Ladder Rack (length 10ft) Each 10 $ $
68
Telecommunications Wiring Parts and Services:
23inch Single Sided Vented Shelf ( Black) Each 10 $ $
69
Telecommunications Wiring Parts and Services:
24inch Open Swingate Rack Each 10 $ $
70
Telecommunications Wiring Parts and Services:
48inch Swing Gate Each 10 $ $
71
Telecommunications Wiring Parts and Services:
Wall mount Cabinet 24x24x24 with Plexiglass Door Each 10 $ $
72
Telecommunications Wiring Parts and Services:
Wall Mount Cabinet 36x24x24 with Plexiglass Door Each 10 $ $
73
Telecommunications Wiring Parts and Services:
Wall Mount Cabinet 48x24x24 with Plexiglass Door Each 10 $ $
74
Telecommunications Wiring Parts and Services:
19inch Equipment Shelve Each 10 $ $
75
Telecommunications Wiring Parts and Services:
Fiber Optic 12-36 ST LIU ( Rack Mounted) Each 10 $ $
76
Telecommunications Wiring Parts and Services:
Fiber Optic 12-72 Standard LIU Panel Each 10 $ $
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item
No: Description: UOM:
(A)
Est.
Annum.
Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
77
Telecommunications Wiring Parts and Services:
Fiber Blank Panel Each 10 $ $
78
Telecommunications Wiring Parts and Services:
Fiber optic 6-18 Port Panels Each 10 $ $
79
Telecommunications Wiring Parts and Services
Fiber optic SC 6 Pack Panel Duplex Each 10 $ $
80
Telecommunications Wiring Parts and Services:
Fiber optic LC 6 Pack Panel Duplex Conn Panel
Each
10
$
$
81
Telecommunications Wiring Parts and Services:
12 Port Patch Panel Category 6 Wall Mount Each 10 $ $
82
Telecommunications Wiring Parts and Services:
12 Port Patch Panel Category 6 568 A/B Each 10 $ $
83
Telecommunications Wiring Parts and Services:
96 Port Patch Panel Category 6 568 A/B Each 10 $ $
84
Telecommunications Wiring Parts and Services:
24 Port Patch Panel Category 6 568 A/B Each 25 $ $
85
Telecommunications Wiring Parts and Services:
48 Port Patch Panel Category 6 568 A/B Each
25 $ $
86
Telecommunications Wiring Parts and Services:
110 Connecting Block 4-pair Each 10 $ $
87
Telecommunications Wiring Parts and Services:
Cat 5e 50-pair 110 wiring block with legs Each 10 $ $
88
Telecommunications Wiring Parts and Services:
Cat 5e 100-pair 110 wiring block with legs Each 10 $ $
89
Telecommunications Wiring Parts and Services:
Cat 5e 300-pair 110 wiring block with legs Each 10 $ $
90
Telecommunications Wiring Parts and Services:
Modular 66 Cross Connect Block Each 10 $ $
91
Telecommunications Wiring Parts and Services:
10ft Non-Metallic Surface Raceway
Ea (10ft
setting) 10 $ $
92
Telecommunications Wiring Parts and Services:
10ft Flexible PVC Floor Trak
Each
(10ft
setting)
10 $ $
93
Telecommunications Wiring Parts and Services:
Flush, Fire-Rated Poke-Through Each 10 $ $
94
Telecommunications Wiring Parts and Services:
Pedestal, High-Capacity Fire-Rated Poke-Through Each 10 $ $
95
Telecommunications Wiring Parts and Services:
10ft EMT 1/4inch Conduit
Each
(10ft
setting)
20 $ $
96
Telecommunications Wiring Parts and Services:
10ft EMT 1/2inch Conduit
Each
(10ft
setting)
25 $ $
97
Telecommunications Wiring Parts and Services:
10ft EMT 3/4inch Conduit
Each
(10ft
setting)
50 $ $
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item
No: Description: UOM:
(A)
Est.
Annum.
Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
98
Telecommunications Wiring Parts and Services:
10ft EMT 1inch Conduit
Each
(10ft
setting)
30 $ $
99
Telecommunications Wiring Parts and Services:
10ft EMT 1 1/2inch Conduit
Each
(10ft
setting)
25 $ $
100
Telecommunications Wiring Parts and Services:
10ft EMT 2inch Conduit
Each
(10ft
setting)
30
$
$
101
Telecommunications Wiring Parts and Services:
10ft EMT 3inch Conduit
Each
(10ft
setting)
25 $ $
102
Telecommunications Wiring Parts and Services:
10ft EMT 4inch Conduit
Each
(10ft
setting)
25 $ $
103
Telecommunications Wiring Parts and Services:
10ft PVC 1/4inch Conduit
Each
(10ft
setting)
20 $ $
104
Telecommunications Wiring Parts and Services:
10ft PVC 1/2inch Conduit
Each
(10ft
setting)
25 $ $
105
Telecommunications Wiring Parts and Services:
10ft PVC 3/4inch Conduit
Each
(10ft
setting)
50 $ $
106
Telecommunications Wiring Parts and Services:
10ft PVC 1inch Conduit
Each
(10ft
setting)
25 $ $
107
Telecommunications Wiring Parts and Services:
10ft PVC 1 1/2inch Conduit
Each
(10ft
setting)
25 $ $
108
Telecommunications Wiring Parts and Services:
10ft PVC 2inch Conduit
Each
(10ft
setting)
25 $ $
109
Telecommunications Wiring Parts and Services:
10ft PVC 3inch Conduit
Each
(10ft
setting)
25 $ $
110
Telecommunications Wiring Parts and Services:
10ft PVC 4inch Conduit
Each
(10ft
setting)
20 $ $
111
Telecommunications Wiring Parts and Services:
Fiber Optic PVC Innerduct 1inch
Each
(100ft
setting)
20 $ $
112
Telecommunications Wiring Parts and Services:
Fiber Optic PVC Innerduct 1 1/2inch
Each
(100ft
setting)
20 $ $
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item
No: Description: UOM:
(A)
Est.
Annum.
Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
113
Telecommunications Wiring Parts and Services:
Fiber Optic Plenum Innerduct 1inch
Each
(100ft
setting)
20 $ $
114
Telecommunications Wiring Parts and Services:
Fiber Optic Plenum Innerduct 11/2inch
Ea (100ft
setting) 20 $ $
115
Telecommunications Wiring Parts and Services:
NEMA 12x12x6 Box Each 10 $ $
116
Telecommunications Wiring Parts and Services:
NEMA 24x24x8 Box
Each
10
$
$
117
Telecommunications Wiring Parts and Services:
Standard Box 1.78inch Deep 1 Gang Device Box Each 100 $ $
118
Telecommunications Wiring Parts and Services:
Core drill, 1-4inch Each 10 $ $
119
Telecommunications Wiring Parts and Services:
Directional underground core drilling including
installation of conduit and all related hardware
Each 10 $ $
120
Telecommunications Wiring Parts and Services:
Back Board, Flush Mounted, 4feet x 8feet, Fire
Retardant
Each 75 $ $
121
Telecommunications Wiring Parts and Services:
Back Board, Flush Mounted, 4feet x 4feet, Fire
Retardant
Each 100 $ $
122
Telecommunications Wiring Parts and Services:
Back Board, Flush Mounted, 2feet x 8feet, Fire
Retardant
Each
10
$
$
123
Telecommunications Wiring Parts and Services:
7ft X 19inch Relay 4 Post Rack
Each 10 $ $
124
Telecommunications Wiring Parts and Services:
8ft X 19inch Relay 2 Post Rack
Each 10 $ $
125
Telecommunications Wiring Parts and Services:
8ft X 19inch Relay 4 Post Rack
Each 10 $ $
126
Telecommunications Wiring Parts and Services:
42U Close Cabinet with Plexiglass door Rack
Each 10 $ $
127
Telecommunications Wiring Parts and Services:
45U Close Cabinet with Plexiglass door Rack
Each 10 $ $
128
Telecommunications Wiring Parts and Services:
48U Close Cabinet with Plexiglass door Rack
Each 10 $ $
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item
No: Description: UOM:
(A)
Est.
Annum.
Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
129
Telecommunications Wiring Parts and Services:
52U Close Cabinet with Plexiglass door Rack Each 10 $ $
130
Flat Rate Fee - Labor cost for per security device
installation at termination point. Camera or door
security equipment is customer provided.
Installation – MOUNTING NOT INCLUDED
Each 100 $ $
131
Flat Rate Fee - Labor cost for per security device
installation at termination point. Camera or door
security equipment is customer provided.
Installation – INCLUDING MOUNTING
Each 100 $ $
Grand Total for Group A - Internal Work
(Add Extended Amounts (C) for Lines 1-131) $
Item No: Description: Percentage:
Indicate if
Discount or
Markup
132
Percentage markup or
discount for
materials/supplies not
included in the ITB.
______%
Group B – External Work
Item
No: Description: UOM:
(A)
Est.
Annum
Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
133
Telecommunications Wiring Parts and Services:
Laborer/Helper, Regular hourly rate.
(Monday thru Friday, 8:00 am - 5:00 pm)
Hour 8,000 $ $
134
Telecommunications Wiring Parts and Services:
Laborer/Helper, After-hours hourly rate.
(Monday thru Friday, 5:00 pm - 8:00 am, Weekends
and Holiday
Hour 2,000 $ $
135
Telecommunications Wiring Parts and Services:
Technician, Regular hourly rate.
(Monday thru Friday, 8:00 am - 5:00 pm)
Hour 8,000 $ $
136
Telecommunications Wiring Parts and Services:
Technician, After-hours hourly rate.
(Monday thru Friday, 5:00 pm - 8:00 am, Weekends
and Holidays)
Hour 2,000 $ $
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item
No: Description: UOM:
(A)
Est.
Annum
. Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
137
Telecommunications Wiring Parts and Services:
Supervisor, Regular hourly rate.
(Monday thru Friday, 8:00 am - 5:00 pm)
Hour 3,000 $ $
138
Telecommunications Wiring Parts and Services:
Supervisor, After-hours hourly rate.
(Monday thru Friday, 5:00 pm - 8:00 am, Weekends
and Holidays
Hour 1,000 $ $
139
Telecommunications Wiring Parts and Services:
100ft Category 6 Quad Cable Plenum
Each
(100ft
setting)
200 $ $
140
Telecommunications Wiring Parts and Services:
100ft Category 6 Dual Cable Plenum
Each
(100ft
setting)
200 $ $
141
Telecommunications Wiring Parts and Services:
100ft 8 standard 62.5/125 um Optical Fiber Cable,
Riser
Each
(100ft
setting)
100 $ $
142
Telecommunications Wiring Parts and Services:
100ft 100Pair Gel Filled Cable 24 AWG
Each
(100ft
setting)
50 $ $
143
Telecommunications Wiring Parts and Services:
100ft 12 –Pair Gel Filled Cable 24 AWG
Each
(100ft
setting)
20 $ $
144
Telecommunications Wiring Parts and Services:
100ft 200 –Pair Gel Filled Cable 24 AWG
Each
(100ft
setting)
10 $ $
145
Telecommunications Wiring Parts and Services:
100ft 300 –Pair Gel Filled Cable 24 AWG
Each
(100ft
setting)
10 $ $
146
Telecommunications Wiring Parts and Services:
100ft 4 –Pair STP 24 AWG Gel Filled Cat6
Each
(100ft
setting)
75 $ $
147
Telecommunications Wiring Parts and Services:
100ft 6–Pair Gel Filled Cable
Each
(100ft
setting)
20 $ $
148
Telecommunications Wiring Parts and Services:
100ft 6 –Standard Fiber Optic Cable I/O
Each
(100ft
setting)
25 $ $
149
Telecommunications Wiring Parts and Services:
100ft 12 –Standard Fiber Optic I/O
Each
(100ft
setting)
25 $ $
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item
No: Description: UOM:
(A)
Est.
Annum
. Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
150
Telecommunications Wiring Parts and Services:
100ft RG6 Coaxial Cable, Plenum
Ea(100ft
setting) 75 $ $
151
Telecommunications Wiring Parts and Services:
100ft Category 6 Single Cable Plenum
Each
(100ft
setting)
200 $ $
152
Telecommunications Wiring Parts and Services:
Category 6 RJ45 Connectors Each 100 $ $
153
Telecommunications Wiring Parts and Services:
1U Patch Panel Wall Mount Bracket Each 5 $ $
154
Telecommunications Wiring Parts and Services:
2U Patch Panel Wall Mount Bracket Each 5 $ $
155
Telecommunications Wiring Parts and Services:
1 Hole Modular Wall Plate Each 500 $ $
156
Telecommunications Wiring Parts and Services:
2 Hole Modular Wall Plate
Each
500
$
$
157
Telecommunications Wiring Parts and Services:
3 Hole Modular Wall Plate Each 200 $ $
158
Telecommunications Wiring Parts and Services:
4 Hole Modular Wall Plate Each 500 $ $
159
Telecommunications Wiring Parts and Services:
6 Hole Modular Wall Plate Each 200 $ $
160
Telecommunications Wiring Parts and Services:
8 Hole Modular Wall Plate Each 200 $ $
161
Telecommunications Wiring Parts and Services:
25ft Patch Cord Cat 6
Each
(25ft
setting)
100 $ $
162
Telecommunications Wiring Parts and Services:
1ft Patch Cord Cat 6
Each
(1ft
setting)
100 $ $
163
Telecommunications Wiring Parts and Services:
3ft Patch Cord Cat 6
Each
(3ft
setting)
100 $ $
164
Telecommunications Wiring Parts and Services:
5ft Patch Cord Cat 6
Each
(5ft
setting)
100 $ $
165
Telecommunications Wiring Parts and Services:
7ft Patch Cord Cat 6
Each
(7ft
setting)
100 $ $
166
Telecommunications Wiring Parts and Services:
10ft Patch Cord Cat 6
Each
(10ft
setting)
100 $ $
167
Telecommunications Wiring Parts and Services:
12ft Patch Cord Cat 6
Each
(12ft
setting)
100 $ $
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item
No: Description: UOM:
(A)
Est.
Annum
. Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
168
Telecommunications Wiring Parts and Services:
16ft Patch Cord Cat 6
Each
(16ft
setting)
100 $ $
169
Telecommunications Wiring Parts and Services:
20ft Patch Cord Cat 6
Each
(20ft
setting)
100 $ $
170
Telecommunications Wiring Parts and Services:
1 meter SC to SC Patch Cord
Each
(1meter
setting)
25 $ $
171
Telecommunications Wiring Parts and Services:
1 meter ST to ST Patch Cord
Each
(1meter
setting)
25 $ $
172
Telecommunications Wiring Parts and Services:
1 meter ST to SC Patch Cord
Each
(1meter
setting)
25 $ $
173
Telecommunications Wiring Parts and Services:
1 meter LC to LC Patch Cord
Each
(1meter
setting)
25
$
$
174
Telecommunications Wiring Parts and Services:
1 meter LC to SC Patch Cord
Each
(1meter
setting)
25 $ $
175
Telecommunications Wiring Parts and Services:
10 meters SC to SC Patch Cord
Each
(10meter
setting)
25 $ $
176
Telecommunications Wiring Parts and Services:
10 meters ST to ST Patch Cord
Each
(10meter
setting)
20 $ $
177
Telecommunications Wiring Parts and Services:
10 meters ST to SC Patch Cord
Each
(10meter
setting)
20 $ $
178
Telecommunications Wiring Parts and Services:
10 meters LC to LC Patch Cord
Each
(10meter
setting)
25 $ $
179
Telecommunications Wiring Parts and Services:
10 meters LC to SC Patch Cord
Each
(10meter
setting)
25 $ $
180
Telecommunications Wiring Parts and Services:
30 meters duplex SC/LC Fiber Optic Patch Cord
Each
(30meter
setting)
25 $ $
181
Telecommunications Wiring Parts and Services:
3ft Patch Cord RG6
Each
(3ft
setting)
25 $ $
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item
No: Description: UOM:
(A)
Est.
Annum
. Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
182
Telecommunications Wiring Parts and Services:
6ft Patch Cord RG6
Each
(6ft
setting)
25 $ $
183
Telecommunications Wiring Parts and Services:
8ft Patch Cord RG6
Ea(8ft
setting) 25 $ $
184
Telecommunications Wiring Parts and Services:
10ft Patch Cord RG6
Each
(10ft
setting)
25 $ $
185
Telecommunications Wiring Parts and Services:
12ft Patch Cord RG6
Each
(12ft
setting)
25
$
$
186
Telecommunications Wiring Parts and Services:
RG6 F-Connectors Each 200 $ $
187
Telecommunications Wiring Parts and Services:
50mic. MTRJ Connectors Each 25 $ $
188
Telecommunications Wiring Parts and Services:
Modular Jack Cat 6 Each 1000 $ $
189
Telecommunications Wiring Parts and Services:
Furniture Plate Inserts Each 200 $ $
190
Telecommunications Wiring Parts and Services:
Modular Wall Phone Plate Each 75 $ $
191
Telecommunications Wiring Parts and Services:
Surface Mount Box Modular Plate
Each
100
$
$
192
Telecommunications Wiring Parts and Services:
7ft X 19inch Relay 2 Post Rack Each 10 $ $
193
Telecommunications Wiring Parts and Services:
Vertical Cable Management Each 10 $ $
194
Telecommunications Wiring Parts and Services:
Horizontal Cable Management Each 10 $ $
195
Telecommunications Wiring Parts and Services:
3.5 Horizontal Wire Management Each 10 $ $
196
Telecommunications Wiring Parts and Services:
Reusable One-Wrap Cable Ties Each 1000 $ $
197
Telecommunications Wiring Parts and Services:
12inch Ladder Rack (length 10ft) Each 10 $ $
198
Telecommunications Wiring Parts and Services:
18inch Ladder Rack (length 10ft) Each 10 $ $
199
Telecommunications Wiring Parts and Services:
24inch Ladder Rack (length 10ft) Each 10 $ $
200
Telecommunications Wiring Parts and Services:
23inch Single Sided Vented Shelf ( Black) Each 10 $ $
201
Telecommunications Wiring Parts and Services:
24inch Open Swing Gate Rack Each 10 $ $
202
Telecommunications Wiring Parts and Services:
48inch Swing Gate Each 10 $ $
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item
No: Description: UOM:
(A)
Est.
Annum
. Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
203
Telecommunications Wiring Parts and Services:
Wall mount Cabinet 24x24x24 with Plexiglass Door Each 10 $ $
204
Telecommunications Wiring Parts and Services:
Wall Mount Cabinet 36x24x24 with Plexiglass Door Each 10 $ $
205
Telecommunications Wiring Parts and Services:
Wall Mount Cabinet 48x24x24 with Plexiglass Door Each 10 $ $
206
Telecommunications Wiring Parts and Services:
19inch Equipment Shelve Each 10 $ $
207
Telecommunications Wiring Parts and Services:
Fiber Optic 12-36 ST LIU ( Rack Mounted) Each 10 $ $
208
Telecommunications Wiring Parts and Services:
Fiber Optic 12-72 Standard LIU Panel Each 10 $ $
209
Telecommunications Wiring Parts and Services:
Fiber Blank Panel Each 10 $ $
210
Telecommunications Wiring Parts and Services:
Fiber optic 6-18 Port Panels Each 10 $ $
211
Telecommunications Wiring Parts and Services
Fiber optic SC 6 Pack Panel Duplex Each 10 $ $
212
Telecommunications Wiring Parts and Services:
Fiber optic LC 6 Pack Panel Duplex Conn Panel
Each
10
$
$
213
Telecommunications Wiring Parts and Services:
12 Port Patch Panel Category 6 Wall Mount Each 10 $ $
214
Telecommunications Wiring Parts and Services:
12 Port Patch Panel Category 6 568 A/B Each 10 $ $
215
Telecommunications Wiring Parts and Services:
96 Port Patch Panel Category 6 568 A/B Each 10 $ $
216
Telecommunications Wiring Parts and Services:
24 Port Patch Panel Category 6 568 A/B Each 25 $ $
217
Telecommunications Wiring Parts and Services:
48 Port Patch Panel Category 6 568 A/B Each
25 $ $
218
Telecommunications Wiring Parts and Services:
110 Connecting Block 4-pair Each 10 $ $
219
Telecommunications Wiring Parts and Services:
Cat 5e 50-pair 110 wiring block with legs Each 10 $ $
220
Telecommunications Wiring Parts and Services:
Cat 5e 100-pair 110 wiring block with legs Each 10 $ $
221
Telecommunications Wiring Parts and Services:
Cat 5e 300-pair 110 wiring block with legs Each 10 $ $
222
Telecommunications Wiring Parts and Services:
Modular 66 Cross Connect Block Each 10 $ $
223
Telecommunications Wiring Parts and Services:
10ft Non-Metallic Surface Raceway
Ea (10ft
setting) 10 $ $
224
Telecommunications Wiring Parts and Services:
10ft Flexible PVC Floor Trak
Each
(10ft
setting)
10 $ $
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item
No: Description: UOM:
(A)
Est.
Annum
. Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
225
Telecommunications Wiring Parts and Services:
Flush, Fire-Rated Poke-Through Each 10 $ $
226
Telecommunications Wiring Parts and Services:
Pedestal, High-Capacity Fire-Rated Poke-Through Each 10 $ $
227
Telecommunications Wiring Parts and Services:
10ft EMT 1/4inch Conduit
Each
(10ft
setting)
20 $ $
228
Telecommunications Wiring Parts and Services:
10ft EMT 1/2inch Conduit
Each
(10ft
setting)
25 $ $
229
Telecommunications Wiring Parts and Services:
10ft EMT 3/4inch Conduit
Each
(10ft
setting)
50 $ $
230
Telecommunications Wiring Parts and Services:
10ft EMT 1inch Conduit
Each
(10ft
setting)
30 $ $
231
Telecommunications Wiring Parts and Services:
10ft EMT 1 1/2inch Conduit
Each
(10ft
setting)
25 $ $
232
Telecommunications Wiring Parts and Services:
10ft EMT 2inch Conduit
Each
(10ft
setting)
30
$
$
233
Telecommunications Wiring Parts and Services:
10ft EMT 3inch Conduit
Each
(10ft
setting)
25 $ $
234
Telecommunications Wiring Parts and Services:
10ft EMT 4inch Conduit
Each
(10ft
setting)
25 $ $
235
Telecommunications Wiring Parts and Services:
10ft PVC 1/4inch Conduit
Each
(10ft
setting)
20 $ $
236
Telecommunications Wiring Parts and Services:
10ft PVC 1/2inch Conduit
Each
(10ft
setting)
25 $ $
237
Telecommunications Wiring Parts and Services:
10ft PVC 3/4inch Conduit
Each
(10ft
setting)
50 $ $
238
Telecommunications Wiring Parts and Services:
10ft PVC 1inch Conduit
Each
(10ft
setting)
25 $ $
239
Telecommunications Wiring Parts and Services:
10ft PVC 1 1/2inch Conduit
Each
(10ft
setting)
25 $ $
240
Telecommunications Wiring Parts and Services:
10ft PVC 2inch Conduit
Each
(10ft
setting)
25 $ $
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item
No: Description: UOM:
(A)
Est.
Annum
. Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
241
Telecommunications Wiring Parts and Services:
10ft PVC 3inch Conduit
Each
(10ft
setting)
25 $ $
242
Telecommunications Wiring Parts and Services:
10ft PVC 4inch Conduit
Each
(10ft
setting)
20 $ $
243
Telecommunications Wiring Parts and Services:
Fiber Optic PVC Innerduct 1inch
Each
(100ft
setting)
20 $ $
244
Telecommunications Wiring Parts and Services:
Fiber Optic PVC Innerduct 1 1/2inch
Each
(100ft
setting)
20 $ $
245
Telecommunications Wiring Parts and Services:
Fiber Optic Plenum Innerduct 1inch
Each
(100ft
setting)
20 $ $
246
Telecommunications Wiring Parts and Services:
Fiber Optic Plenum Innerduct 11/2inch
Ea (100ft
setting) 20 $ $
247
Telecommunications Wiring Parts and Services:
NEMA 12x12x6 Box Each 10 $ $
248
Telecommunications Wiring Parts and Services:
NEMA 24x24x8 Box
Each
10
$
$
249
Telecommunications Wiring Parts and Services:
Standard Box 1.78inch Deep 1 Gang Device Box Each 100 $ $
250
Telecommunications Wiring Parts and Services:
Core drill, 1-4inch Each 10 $ $
251
Telecommunications Wiring Parts and Services:
Directional underground core drilling including
installation of conduit and all related hardware
Each 10 $ $
252
Telecommunications Wiring Parts and Services:
Back Board, Flush Mounted, 4feet x 8feet, Fire
Retardant
Each 75 $ $
253
Telecommunications Wiring Parts and Services:
Back Board, Flush Mounted, 4feet x 4feet, Fire
Retardant
Each 100 $ $
254
Telecommunications Wiring Parts and Services:
Back Board, Flush Mounted, 2feet x 8feet, Fire
Retardant
Each
10
$
$
255
Telecommunications Wiring Parts and Services:
7ft X 19inch Relay 4 Post Rack Each 10 $ $
256
Telecommunications Wiring Parts and Services:
8ft X 19inch Relay 2 Post Rack Each 10 $ $
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item
No: Description: UOM:
(A)
Est.
Annum
. Qty
(B)
Unit Price
(C)
Extended
amount:
( A x B=C)
257
Telecommunications Wiring Parts and Services:
8ft X 19inch Relay 4 Post Rack Each 10 $ $
258
Telecommunications Wiring Parts and Services:
42U Close Cabinet with Plexiglass door Rack Each 10 $ $
259
Telecommunications Wiring Parts and Services:
45U Close Cabinet with Plexiglass door Rack Each 10 $ $
260
Telecommunications Wiring Parts and Services:
48U Close Cabinet with Plexiglass door Rack Each 10 $ $
261
Telecommunications Wiring Parts and Services:
52U Close Cabinet with Plexiglass door Rack Each 10 $ $
262
Flat Rate Fee - Labor cost for per security device
installation at termination point. Camera or door
security equipment is customer provided.
Installation – MOUNTING NOT INCLUDED
Each 100 $ $
263
Flat Rate Fee - Labor cost for per security device
installation at termination point. Camera or door
security equipment is customer provided.
Installation – INCLUDING MOUNTING
Each 100 $ $
Grand Total for Group B - External Work
(Add Extended Amounts (C) for Lines 133-263) $
Item No: Description: Percentage:
Indicate if
Discount or
Markup
264
Percentage markup or
discount for
materials/supplies not
included in the ITB.
______%
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
APPENDIX B
________________________________________________________________________
Sample Contract
________________________________________________________________________
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
CONTRACT
THIS CONTRACT (“Contract”) is made and entered into as of the day of
, 2020, by and between the City of Miami Beach, Florida, a municipal
corporation (the “City”) and
(the “Contractor”):
WTTNESSETH, that the Contractor, for and in consideration of the payments hereinafter
specified and agreed to be made by the City, hereby covenants and agrees to furnish and
deliver all the materials required, to do and perform all the work and labor, in a satisfactory
and workmanlike manner, required to complete this Contract within the time specified, in
strict and entire conformity with the Plans, Specifications, and other Contract Documents,
which are hereby incorporated into this Contract by reference, for:
ITB No. and Title:
The Contractor agrees to make payment of all proper charges for labor and materials
required in the aforementioned work, and to defend, indemnify and save harmless City,
and their respective officers and employees, from liabilities, damages, losses and costs
including, but not limited to, reasonable attorney’s fees, to the extent caused by the
negligence, recklessness, or intentional wrongful misconduct of Contractor and persons
employed or utilized by Contractor in the performance of this Contract.
The requirements of the Contract Documents, as such term is defined in the Invitation to
Bid, are hereby incorporated by reference as if fully set forth herein. This Contract is part
of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the
documents incorporated by the Contract Documents shall govern this Project.
In consideration of these premises, the City hereby agrees to pay to the Contractor for the
said work, when fully completed, the total maximum sum of [ Base Bid below +
allowance account items] dollars ($ ) (the “Contract
Price”), consisting of the following accepted items or schedules of work as taken from the
Contractor’s Bid Submittal:
Total Base Bid ..................................................................................................... $
Total Allowance Account Items ............................................................................. $
Total Owner’s Contingency……………………………………………………………..$
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
The Contract Price is subject to such additions and deductions as may be provided for in
the Contract Documents. Partial and Final Payments will be made as provided for in the
Contract Documents.
Whenever either party desires to give notice to the other, such notice must be in writing,
sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-
delivery with a request for a written receipt of acknowledgment of delivery, addressed to
the party for whom it is intended at the place last specified.
The place for giving notice shall remain the same as set forth herein, unless such
notice information is revised in a Contract amendment duly executed by the City
and the Contractor. For the present, the parties designate the following:
For City:
TBD
1700 Convention Center Drive, Miami Beach, FL 33139
Attn:
With copies to:
City Attorney
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
For Contractor:
___________________________
___________________________
___________________________
Attn: _______________________
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
IN WITNESS WHEREOF, the above parties have caused this Contract to be executed by
their appropriate officials as of the date first above written.
ATTEST: CITY OF MIAMI BEACH, FLORIDA
By:
Rafael E. Granado, City Clerk Jimmy L. Morales, City Manager
[seal]
ATTEST: [INSERT CONTRACTOR NAME]
By:
N a m e : N a m e :
[seal]
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
APPENDIX C
________________________________________________________________________
Plans & Specifications
________________________________________________________________________
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
I. Scope of Work:
The City of Miami Beach is soliciting formal bids from qualified and experienced bidders to
perform installation, termination, configuration of associated hardware, conduct wiring or cabling,
moves, adds, and changes in the wiring infrastructure of the City data, cable television, video,
and voice networks. Associated work is to take place at any one or all of the City’s facilities.
The type and magnitude of work that may be requested under this ITB is to include, but not be limited
to, the following:
Minor modifications of voice, data, and/or cable television or video wiring in existing facilities
to accommodate new offices and modular furniture configurations or to provide increased
abilities in existing work spaces.
When working externally (outside of facility(ies)), Bidder shall furnish, install and maintain all
warning devices, i.e., barricades, cones, traffic display boards, etc., required to adequately
protect the public, City staff and others during the performance of the requested work.
Re-wiring of all or a portion of existing facilities to accommodate the implementation of new
voice, data, and/or cable television or video technology.
Wiring or re-wiring for voice, data or cable television or video of new facilities acquired by
the City.
Interconnection of City facilities to enhanced voice, data and/or cable television or video
communications.
Relocation, reconfiguration, and/or maintenance of telephone key systems and installation
of associated wiring.
All work shall be performed in accordance with National Electrical Code, NEC 2017, BICSI,
ANSI/TIA/EIA 568A, 569, 606 and 607, TSB 67, 72, 75, ANSI/TIA/EIA 526-14, specifications
and all applicable State and Local Codes as amended to date.
Bidder shall be familiar with all federal, state and local laws, ordinances, code rules and
regulations that in any way may affect the work. Ignorance on the part of the Contractor shall
in no way relieve them from responsibility.
Bidder shall obtain all licenses and permits required for the electrical portions of those
projects for which they are responsible. Bidder shall comply with all laws, ordinances,
regulations and building code requirements applicable to the scope of work included herein.
Permits required are Electrical Low Voltage. The fee current at the time of the work shall
apply.
Bidder must have the ability to provide test equipment generated documentation certifying
copper or fiber optic wiring installations. All installed cable must be media certified for
throughput with printout results, as required to maintain manufacturer warranty as installed
Upon discovery of asbestos or asbestos containing materials, Bidder staff shall immediately
stop work, notify the Project Manager and shall not resume work until directed to do so by
the City. Contractor shall not be responsible for abatement of asbestos-containing
material(s).
Bidder shall provide a bid line item price for a flat rate fee in regards to labor cost(s) for per
security device installation at termination point. Camera or door security equipment will be
provided by the City. Installation may include:
o Mounting assembly
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
o Be indoor or outdoor
o Connection of fiber optic cable
o Laying conduit
The City, at its sole discretion, may accept or reject any proposed product/methodology.
Materials and work utilized to perform any and all services under this ITB shall meet or exceed the
requirements of all industry standards to include, but not limited to, the following:
American Insurance Association
National Building Code
Building Officials and Code Administrators Basic Building Code
Institute of Electric and Electronics Engineers
National Electric Safety Code
International Conference of Building Officials
Uniform Building Code
National Fire Protection Association
Southern Building Code Congress International
Standard Building Code
Building Industry Consulting Service International
Telecommunications Distribution Methods Manual
National Society of Professional Engineers
Underwriters Laboratories
Electrical Industry Association
Telecommunication Industry Association
Federal, State, County and City Code
Manufacturer’s recommendations
1. Technology.
The City of Miami Beach has a need to continually review new developments in voice, data, and
cable television or video technology. It is imperative that the communications infrastructure currently
being build positioning the City to take advantage of new technology. Therefore, any Bidder who may
be awarded work under this contract is obligated/required to perform the following:
Propose products and methodology that, in terms of functional and technical performance,
may be superior to those items being requested by the City
Include in this proposal a price/performance comparison of the current product/methodology
and the proposed product/methodology illustrating the anticipated benefit to the City and
providing clear and convincing evidence that the proposal meets or exceeds the requested
items.
Upon request submit a sample for testing or arrange an on-site inspection to demonstrate
the advantages of the proposal.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
2. Common Wiring Standards and Practices:
1. Both telephone and data wiring is to be run inside walls wherever practical. Stubbing
out conduits may be either rigid Electrical Metallic Tubing (EMT) or Flexible Metal
conduit. Conduits shall terminate in the appropriate junction boxes attached to the wall
structure. The stub end shall be smooth and free of sharp edges.
2. Where inside wall wiring is not practical, surface mounted plastic duct may be installed.
Plastic duct must meet the requirements of the South Florida Building Code and other
applicable requirements. Surface mount junction boxes shall be attached to the wall with
screws. Double sided tape is not acceptable as the sole means of securing the box.
3. The user end of both data and telephone cables shall be terminated with RJ-45
connectors, or other connectors as requested by the City. The use of a media type wall
plate with facilities for multiple jacks is desired.
4. All grounding and bonding shall meet the National Electrical Code (NEC®) as well as
local codes, which may specify additional grounding and/or bonding requirements. Local
codes may or may not be more restrictive; at all times the more restrictive codes shall
apply and be adhered to. Minimum 6 American Wire Gauge (AWG) [4.1 mm (0.16 in)]
insulated copper bonding conductors (part of the telecommunications bonding backbone
[TBB]) are installed through every major telecommunications pathway (backbone
pathway) and directly bonded to a telecommunications grounding bus bar (TGB) in each
telecommunications equipment location. According to ANSI/TIA/EIA-607, consideration
should be given to sizing conductors as large as 3/0 AWG [10 mm (0.39 in)].
5. Power Separation. The Contractor shall not place any distribution cabling alongside
power lines, or share the same conduit, channel or sleeve with electrical apparatus.
6. Miscellaneous Materials. The Contractor shall provide any necessary tie wraps, straps,
clamps, mounting screws, anchors, D-rings, J hooks, wire molding (MC/MDF & TC/IDF
locations), labels, miscellaneous grounding and support hardware, etc., necessary to
facilitate the installation of the System, and labor to install horizontal and patch cables,
dress, test, certify, and label these completed cable drops. This includes cable
management (i.e. routing and dressing of cables) on the port side as well as the punch
down side of the patch panel and/or punch down block (110).
7. Termination Materials. The Contractor shall provide any necessary termination
materials. This includes but is not limited to equipment racks, ladder rail, cable
management – both horizontal and vertical, patch panels, and 110 Blocks.
7A. Termination Type (must be consistent with category rating of wiring):
IDF Rackmount: These patch panels that are Category 6 or newer technology
compliant should use front facing unkeyed RF45 jacks with PCB connections to 110
contacts. The proper authority shall choose the appropriate patch panel for the
installation from the list submitted by the successful Bidder. This list will be compiled
by the successful Bidder during the building inspections.
IDF Wall Mount: these patch panels are Category 6 or newer technology compliant
should use front facing unkeyed RF45 jacks with PCB connections to 110 contacts.
The choice of using either a standoff bracket (89D), a hinged wall bracket (for 19”
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
panels), or other configuration shall be made by the proper authority.
Workstation Outlets: horizontal wiring should be terminated to 110-type connections
feeding through to unkeyed RJ45 jacks that are Category 6 or newer technology
compliant. If outlet types are building specific, the successful Bidder will compile this
list during building inspection.
8. Special Equipment and Tools. It shall be the responsibility of the Contractor to furnish
any special installation equipment or tools necessary to properly complete the project.
This may include, but is not limited to, tools for terminating cables, testing and splicing
equipment for copper and fiber cables, communication devices, jack stands for cable
reels, and cable wenches.
9. Testing of all copper wiring shall be performed prior to system cut over. 100 percent of
the horizontal and riser wiring pairs shall be tested for opens, shorts, polarity reversals,
transposition and presence of AC voltage. Telecommunications and data horizontal
wiring pairs shall be tested from the information outlet (jack) to the TC. Category 6 or
newer technology cable runs shall be tested for conformance to the specifications of
EIA/TIA 568A5 Category 6 or newer technology. Complete, end to end test results shall
be submitted to the City prior to payment for the installation.
10. For all wiring projects performed, upon completion of the project, Contractor is to prepare
“As Built” documentation showing actual site conditions and installation as constructed,
and provide copies of such documentation as requested by the City. If floorplans were
provided by the city, these are to be returned to the city with the “As Built” documentation
within seven (7) business days of work completion.
3. Penetrations of Walls, Floors and Ceilings
1. Creating Penetrations
The Contractor shall make no penetration of floors, walls or ceiling without the prior
consent of the City. When requested, the contractor will create penetrations through fire-
rated, acoustical or other walls for cableways, such penetrations shall be sleeved and
sealed, by the Contractor, in compliance with applicable code requirements and as
directed by the City.
2. Penetration Utilization and Requirements: Non Fire-Rated
Where penetrations through acoustical walls or other walls for cableways have been
provided for the Contractor, such penetrations shall be sealed by the Contractor in
compliance with applicable code requirements and as directed by the City.
3. Penetration Utilization and Requirements: Fire-Rated
Where penetrations through fire-rated walls for cableways have been provided for the
Contractor, such penetrations shall be sealed by the Contractor as required by code and
as directed by the City.
4. Sealing of openings between floors, through rated fire and smoke walls, existing or
created by the Contractor for cable pass through, shall be the responsibility of the
Contractor. Sealing material and application of this material shall be accomplished in
such a manner which is acceptable to the local fire and building authorities having
jurisdiction over this work. Creation of such openings as are necessary for cable
passage between locations as shown on the drawings will be the responsibility of the
Contractor. Any openings created by or for the Contractor and left unused shall also be
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
sealed as part of this work.
5. The contractor will work with the City's existing cabling infrastructure, which may have
been installed by a previous contractor. The contractor shall be willing to service and
repair existing cabling infrastructure, which may have been installed by a previous
contractor.
3.1 Telephone Cabling
1. The Contractor shall provide and install inside and outside cables in various sizes to
include vinyl or plenum rated cable and gel filled shielded direct bury cable with and/or
without conduit.
2. Wiring of cable closets shall include, but not be limited to, the provision of terminal block
installations and distribution systems and the installation of surge suppression units for
outside cables.
3. Provide and install cross connect wiring from house cables to telephone switch ports.
4. All cable termination points shall be properly labeled and documented per telephone
industry standards. Documentation shall be provided to the Information Technology
Support Division for each installation or job performed.
5. Contractor shall fabricate and install jumper cables, install patch panels, and install other
City provided cable and materials as requested by the City.
3.2 Fiber Optic Guidelines
Unless otherwise specified or agreed by the City and the successful Bidder, all fiber optic
installations must be either equal to or better than the following specifications.
1 Type:
Multimode 62.5/125um (microns) Fiber Optic Cable.
Singlemode 8.3/125um (microns) Fiber Optic Cable
Product must be from one of the following manufacturers, or approved equal: Lucent
Technologies, Seicor. Approved equal must provide a manufacturer’s extended
warranty.
2. Connections / Termination:
Unless otherwise specified, all fiber optic connecting hardware, cable, etc. shall be
installed and terminated according to all applicable standards, codes, and
manufacturer’s recommendations. Acceptable termination methods are: UV; heat aired;
and cam-locking mechanical. Only a decibel (dB) loss of .75 or less per connector or 1.5
dB per connector pair will be acceptable.
3. Testing:
Multimode Backbone Fiber: Unidirectional Inspection Loss (Power Meter) Attenuation
Test at 850nm and 1330n wavelengths and Unidirectional OTDR (Optical Time Domain
Reflectometer) Test at 850nm and 1330nm wavelengths on each multimode fiber.
Furthermore, each fiber shall not exceed 3.75 dB per km and must provide a minimum
of 160 MHz of bandwidth per km per at 850 nm. In addition, each fiber shall not exceed
1.5db per km and must provide a minimum of 500 MH of bandwidth per km at 1330 nm.
Single Mode Backbone Fiber: Unidirectional Inspection Loss (Power Meter)
Attenuation Test at 1300 nm and 1550 nm wavelengths and Unidirectional OTDR
(Optical Time Domain Reflectometer) Test at 1300 nm and 1550nm wavelengths on
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
each single mode fiber. Furthermore, each fiber shall not exceed 1.5 dB per km at
1300nm, In addition, each fiber shall not to exceed 1.25 dB per kmat 1550 nm.
Written test results are to be presented to the proper authority prior to the acceptance
by the City of the completed work.
3.3. Data Network Cabling
1. The Contractor shall provide and install various types of data communications cables,
fiber optic cable, and connectors/terminations. All cables are to be labeled and
documented.
2. Contractor shall fabricate and install jumper cables, install patch panels, and install other
City provided cable and materials as requested by the City.
3. Fiber optic cables are to terminate inside appropriate fiber patch panel junction boxes.
These boxes are to securely hold and protect the fibers from damage.
4. Connectors as specified by the City are to be included and installed. Unused fibers are
to be terminated using the specified connectors. All unused fiber connectors are to have
dust caps for protection of the fiber interface. Sufficient fiber is to be pulled into the patch
panel box to allow for re-terminating of the fibers.
5. Contractor to provide and install fiber optic jumper cables in lengths and quantities as
required, terminations to mate with terminations on the fiber optic patch panels and with
the equipment as specified by the City.
3.4 Coaxial Cable Specifications - Cable TV or Video
Unless otherwise specified or agreed to by the City and the successful Bidder, all cable television or
video installations must be either equal to or better than the following specifications.
1 Type:
RG6 - employing quad shield, foam dielectric, PVC jacket and employing the following
construction: bonded foil, 60% braid, non-bonded tape, 42% braid, PVC jacket
Recommended manufacturer or approved equal: Comscope F6SSV or F6SSW*
*When installed in an air return ceiling or when plenum cable is required. (Must meet
NEC Article 820 V rating).
2. Connections / Termination:
A. Connector:
Type: EX6 - Universal Compression Fitting for 6 Series Cable
Construction: Moisture-tight patented design. Universal on 60% to Quad Cable, one
piece construction. Recommended manufacturer or approved equal: PPC EX6
B. Wallplate:
Type: F-81 connector with terminator
Construction: Flush mount with a standard F-81OdB isolation thru connector
terminated with a standard "F" type 75-ohm terminator.
Recommended manufacturer or approved equal: Passive Devices WP-81
C. Crimp Tool:
Type: 'All Series' Compression Assembly Tool
Construction: Two sets of jaws, precision designed - one set for 59 & 6 connectors.
Spring loaded, split jaws position the cable and connector for easy insertion and
removal.
Recommended manufacturer or approved equal: Cablematic CR-596QL.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
D. Termination:
All drops must terminate at a wall plate. The originating end is to be connected by the
City in the wiring closet or similar point of origin.
3. Testing:
With an Ohmmeter at originating end, tests must be conducted to ensure 75 Ohm
termination. Also, the successful Bidder must conduct an RF broadband sweep at 5 -
500 MHz and submit printed test results to the City.
3.5 Trenching Guidelines
Successful Bidder should be capable of performing any trench work necessary for the completion of
installation or maintenance of any telecommunications media.
Successful Bidder is responsible entirely for locating any underground utilities prior to the
commencement of any trench work. Successful Bidder is responsible if any disruption of any
underground utilities occurs at no additional cost to the City.
3.6 Fire Safety and Quality of Installations
Of particular concern is fire safety and quality with regards to the installation of any and all cabling
and associated hardware. Because cabling represents a substantial fire load it is prudent for the City
to ensure that any cabling, wiring, and any associated product is of the highest quality and installed
in such a way as to preclude or minimize potential hazards.
3.7 Contractors Responsibility
1. Contractor shall be on call 24-hours a day, seven days a week and be able to respond
to an emergency request within a four (4) hour period.
2. When a job price quote is requested, a walkthrough must be conducted by the bidder
within 1 business day of the request date and the resulting quote must be provided
within a business day from the date of the walkthrough. Once a quote is accepted by
the City, bidder must commence work on all work-order requests within 1 business
day of the requested start date from the City. Extended response times may be
permitted at the discretion of the City.
3. Contractor shall provide sufficient manpower so as to perform work safely and
expeditiously with all tools and test equipment plainly marked with the company name.
All work shall be performed between the hours of 8 a.m. and 5 p.m., during normal
working days. Exceptions to this schedule can only be made with the prior approval of
the City.
4. At any time, the successful Contractor can be requested to provide the City with a list
of technicians that will be entering any City of Miami Beach property. This list shall
contain their name, date of birth, race, social security number, address and driver’s
license number. A background check will be conducted on each person at the expense
of the Contractor, by the City of Miami Beach’s Human Resource. The City shall have
the right to refuse to allow any potential employee of the Contractor to work on City
property when it deems that their presence on City property is not in the City’s best
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
interest. Any person failing the background check will be prohibited from entering City
property.
5. The Contractor shall have a qualified foreman, or supervisor, present on the site at all
times, and as a fully authorized agent of the Contractor, who shall be capable of making
on-site decisions. The foreman shall be well versed in reading and understanding plans
and the technical aspects of the project. The contractor will make their best effort to
ensure that there are dedicated and consistent foremen and employees assigned to City
projects so as to establish contractor familiarity and a solid knowledge base of projects
and city facilities.
6. All equipment shall comply with and be used in accordance with all pertinent safety
regulations including ladders, hoists, planks, and similar items. Do not proceed with
installation until any unsatisfactory conditions are corrected. Comply with manufacturer's
warranty and guaranty instructions for installation. Make all adjustments for alignment
and operation. Clean all surfaces and remove excess sealants and lubricants.
7. Site Cleanup
The contractor is responsible for removing all trash and debris to outside garbage
containers on a daily basis by the end of each day or as needed during the course of
the day to maintain a neat, clean and orderly work environment.
8. When working over a desk or other office furniture the contractor shall protect those
surfaces from falling debris with a drop cloth or other appropriate means. Care shall be
exercised to minimize disruption of the work environment while performing assigned
tasks.
9. At the completion of the installation of the wiring in either the communications rooms or
at the workstations, the contractor will provide complete and immediate cleanup of the
locations. The procedure shall include vacuuming of the floor surfaces, vacuuming
under the raised floors, cleaning of the racks, panels, boards, desktop, etc.
10. As each workstation outlet is installed, all wire and other debris generated shall be
properly removed to maintain a neat, clean and orderly work environment.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
APPENDIX D
________________________________________________________________________
Post Award Forms
________________________________________________________________________
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
FORM OF PERFORMANCE BOND
BY THIS BOND, We _______________________________________, as Principal,
hereinafter called Contractor , and _______________________________, as Surety, are bound
to the City of Miami Beach, 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
No.: _____________, 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.
Whenever Contractor shall be, and declared by City to be, in default under the Contract,
City having performed City obligations thereunder, the Surety may promptly remedy the
default, or shall promptly:
3.1. Complete the Project in accordance with the terms and conditions of the Contract
Documents; or
3.2. 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
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
FORM OF PERFORMANCE BOND (Continued)
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.
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)
_________________________
(Print Name and Title)
IN THE PRESENCE OF: INSURANCE COMPANY:
_________________________
By: ___________________________
_________________________ Agent and Attorney-in-Fact
_________________________ Address: _________________________
( S t r e e t )
_________________________________
(City/State/Zip Code)
Telephone No.: ________________
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
FORM OF PAYMENT BOND
BY THIS BOND, We _______________________________________, as Principal,
hereinafter called Contractor , and _______________________________, as Surety, are bound
to the City of Miami Beach, 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
No.: _____________, 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) 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) 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 Notice and
Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
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____.
Contractor
ATTEST: _____________________________
(Name of Corporation)
______________________ By: _____________________________
(Secretary) (Signature)
_____________________________
(Corporate Seal) (Print Name and Title)
____ day of _____________, 20____.
IN THE PRESENCE OF: INSURANCE COMPANY:
_________________________
By: ________________________
_________________________ Agent and Attorney-in-Fact
_________________________ Address: _________________________
( S t r e e t )
_________________________________
(City/State/Zip Code)
Telephone No.: ________________
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
CERTIFICATE AS TO CORPORATE PRINCIPAL
I, _________________________________________, 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.
_______________________ (SEAL)
Secretary (on behalf of)
_______________________
Corporation
STATE OF FLORIDA )
) SS
COUNTY OF MIAMI-DADE )
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________________________
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
PERFORMANCE AND PAYMENT BOND FORM
UNCONDITIONAL LETTER OF CREDIT:
Date of Issue ____________________
Issuing Bank's No. ________________
Beneficiary: Applicant:
City of Miami Beach Amount: _______________________
1700 Convention Center Drive in United States Funds
Miami Beach, Florida 33139
E x p i r y :
( D a t e )
Bid/Contract Number _____________
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 __________________
(contractor, applicant, customer) agreed upon by and between the City of Miami Beach,
Florida and ________________ (contractor), pursuant to the ________________
(applicant, customer) Bid/Contract No. _____ for ________________ (name of project)
and Section 255.05, Florida Statutes.
Drafts must be drawn and negotiated not later than __________________________.
(expiration date)
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 Beach with written notice of our intent to terminate the credit herein
extended, which notice must be provided at least thirty (30) 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
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
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
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
CERTIFICATE OF SUBSTANTIAL COMPLETION:
PROJECT: Consultant:
(name, address)
BID/CONTRACT NUMBER:
TO (City): Contractor :
CONTRACT FOR:
NOTICE TO PROCEED DATE:
DATE OF ISSUANCE:
PROJECT OR DESIGNATED PORTION SHALL INCLUDE:
The Work performed under this Contract has been reviewed and found to be substantially
complete and all documents required to be submitted by Contractor under the Contract
Documents have been received and accepted. The Date of Substantial Completion of the Project
or portion thereof designated above is hereby established as which is also the date of
commencement of applicable warranties required by the Contract Documents, except as stated
below.
DEFINITION OF DATE OF SUBSTANTIAL COMPLETION
The Date of Substantial Completion of the Work or portion thereof
designated by City is the date certified by Consultant when all
conditions and requirements of permits and regulatory agencies
have been satisfied and the Work, is sufficiently complete in
accordance with the Contract Documents, so the Project is
available for beneficial occupancy by City. A Certificate of
Occupancy must be issued for Substantial Completion to be
achieved, however, the issuance of a Certificate of Occupancy or
the date thereof are not to be determinative of the achievement or
date of Substantial Completion.
A list of items to be completed or corrected, prepared by Consultant and approved by City, is
attached hereto. The failure to include any items on such list does not alter the responsibility of
Contractor to complete all work in accordance with the Contract Documents. The date of
commencement of warranties for items on the attached list will be the date of final payment unless
otherwise agreed in writing.
________________________ ______________________________ __________
Consultant BY DATE
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
In accordance with Section 2.2 of the Contract, Contractor will complete or correct the work on
the list of items attached hereto within ______________________ from the above Date of
Substantial Completion.
________________________ ______________________________ ___________
Consultant BY DATE
City, through the Contract Administrator, accepts the Work or portion thereof designated by City
as substantially complete and will assume full possession thereof at ___________________
(time) on __________________ (date).
City of Miami Beach, Florida _________________________ _________
By Contract Administrator Date
______________________________________________________________________
The responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the
work and insurance shall be as follows:
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
FINAL CERTIFICATE OF PAYMENT:
PROJECT: Consultant:
(name, address)
BID/CONTRACT NUMBER:
TO (City): Contractor:
CONTRACT FOR:
NOTICE TO PROCEED DATE:
DATE OF ISSUANCE:
All conditions or requirements of any permits or regulatory agencies have been satisfied. The
documents required by Section 5.2 of the Contract, and the final bill of materials, if required, have
been received and accepted. The Work required by the Contract Documents has been reviewed
and the undersigned certifies that the Work, including minor corrective work, has been completed
in accordance with the provision of the Contract Documents and is accepted under the terms and
conditions thereof.
_______________________ ______________________________ _________
Consultant BY DATE
City, through the Contract Administrator, accepts the work as fully complete and will assume full
possession thereof at _________________________________________
__________________________________ (time)
(date)
City of Miami Beach, Florida _________________________ __________
By Contract Administrator Date
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
FORM OF FINAL RECEIPT:
[The following form will be used to show receipt of final payment for this Contract.]
FINAL RECEIPT FOR CONTRACT NO. ___________________________
Received this _______ day of ______________________, 20______, from City of
Miami Beach, Florida, the sum of _______________________________ Dollars
($____________) as full and final payment to Contractor for all work and materials for the
Project described as:
This sum includes full and final payment for all extra work and material and all incidentals.
Contractor hereby indemnifies and releases City from all liens and claims whatsoever
arising out of the Contract and Project.
Contractor hereby certifies that all persons doing work upon or furnishing materials or
supplies for the Project have been paid in full. In lieu of this certification regarding payment for
work, materials and supplies, Contractor may submit a consent of surety to final payment in a
form satisfactory to City.
Contractor further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales
and Use Tax Act), as amended, have been paid and discharged.
[If incorporated sign below.]
Contractor
ATTEST: _____________________________
(Name of Corporation)
______________________ By: _____________________________
(Secretary) (Signature)
_____________________________
(Corporate Seal) (Print Name and Title)
____day of _____________, 20___[If not
incorporated sign below.]
Contractor
WITNESSES:
______________________ ____________________________
(Name of Firm)
______________________ By: ____________________________
(Signature)
____________________________
(Print Name and Title)
____ day of _______________, 20___.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
APPENDIX E
________________________________________________________________________
Special Conditions
________________________________________________________________________
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
1. TERM OF CONTRACT. The Contract shall commence upon the date of notice of award and shall be effective for three (3)
years.
2. OPTIONS TO RENEW. The City, through its City Manager, will have the option to extend for two (2) additional one (1) year
periods, subject to the availability of fund for succeeding fiscal year.
3. PRICES SHALL BE FIXED AND FIRM. All prices quoted in the awardee’s bid submittal shall remain firm and fixed, unless
amended in writing by the City.
3.1. COST ESCALATION. Price must be held firm during the initial term of the agreement. During the renewal term, the City may
consider prices increases not to increase the applicable Bureau of Labor Statistics (www.bls.gov) CPI-U index or 3%, whichever
is less. The City may also consider increases based on mandated Living Wage increases. In considering cost escalation due to
Living Wage increases, the City will only consider the direct costs related to Living Wage increases, exclusive of overhead, profit
or any other related cost.
4. DEFICIENCIES IN WORK TO BE CORRECTED BY VENDOR. The bidder shall promptly correct all apparent and latent
deficiencies and/or defects in work, and or any work that fails to conform to the contract documents and Service Order regardless
of project completions status. All corrections shall be made within fifteen (15) calendar days after such rejected defects,
deficiencies and/or non-conformances are verbally reported to the bidder by the City, who may confirm such verbal reports in
writing. The bidder shall bear all costs of correcting such rejected work.
5. FURNISH AND INSTALL REQUIREMENTS. The specifications and or statement of work contained within the solicitation and
Service Order will describe the various function and classes of work required as necessary for completion of any project. Any
omission of inherent technical functions or classes of work within the specification and/or Service Order shall not relieve the bidder
from furnishing, installing or performing such work where required to the satisfactory completion of the project.
7. LICENSES AND FEES. The bidder shall obtain and pay for all licenses and inspection fees required for these projects; and
shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated herein.
Damages, penalties and or fines imposed on the City or bidder for failure to obtain required licenses shall be borne by the bidder.
8. ADDITIONAL ITEMS/ SERVICES. While the City has listed all major items/services within this solicitation which are utilized
by the City in conjunction with their operations, there may be similar items/ services that must be purchased by the City during the
term of the contract. Additional services with a per project, Service Order or PO, aggregate total less than $100,000.00 may be
approved by the Department Director. Additional services exceeding $100,000.00 per project or PO, aggregate total must be
approved by City Manager.
9. SUBCONTRACTING. The bidder shall not enter into subcontracts for any of the work described herein, unless authorized in
writing and in advance by the City. Strict adherence to this condition is required.
10. WORKMANSHIP AND MATERIALS. All parts installed and materials used in performance of this contract shall be new and
unused (of current design or manufacture). Salvage materials will not be allowed without the express consent of the City. All
materials and workmanship shall be of the highest quality and shall conform to all applicable Building Codes, so as to ensure safe
and functional operation. The City shall be the sole judge as to parts and workmanship.
9. SPECIFIC ITEMS LIST For the purposes of tabulation, the City has provided, as a part of the Bid Proposal Pages, a "SPECIFIC
ITEMS LIST" that will be used by the City in basing its cost projections. Bidders shall include both material and labor costs in
completing the pricing on this Attachment. The City does not guarantee or warrant all items or quantities shown shall be purchased.
This is an estimated projection. The City will purchase only its actual needs during the contract term.
10. DAMAGES TO PUBLIC/PRIVATE PROPERTY. The bidder shall carry out the work with such care and methods as not to
result in damage to public or private property adjacent to the work. Should any public or private property be damaged or destroyed,
the bidder, at his/her expense, shall repair or make restoration as is practical and acceptable to the City and/or owners of destroyed
or damaged property promptly within a reasonable length of time. (Not to exceed one month from date damage was done).
11. LIQUIDATED DAMAGES. To be determined at time of Service Order.
12. PERCENTAGE ABOVE VENDOR COST. If applicable, Bids for parts and supplies not listed in the bid documents shall be
submitted at a percentage above vendor cost or discount from a manufacturer's published price list(s).
Evidence of said costs shall be submitted with invoice, for each repair or service call. Proof of costs shall be printed, properly
identified, and dated as to issuance and effectiveness.
Published price list(s) must be common to, and accepted by, the industry in general. The lists must be printed, properly identified,
and dated as to issuance and effectiveness. Revised published prices list(s) may be used as a means of price adjustments.
However, all bids are to be firm for a period of 365 calendar days after the bid opening date and revised price list(s) will not be
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
accepted by the City until after that date. Revised published price list(s) will be accepted only in the event of an industry-wide price
change, as evidenced by the issuance of revised price lists by the manufacturer. Revised prices will not become effective until
revised list(s) are submitted to the City under the vendor cover letter identifying the applicable bid number. Vendor cover letter
and pricing list(s) must be dated, signed and submitted to the Procurement Director.
13. DISCOUNTS (From published price lists). If applicable, Bids shall be submitted on the basis of a discount from a
manufacturer's published price list(s). Such published price list(s) must be common to, and accepted by, the industry in general.
The lists must be printed, properly identified, and dated as to issuance and effectiveness. Revised published prices list(s) may be
used as a means of price adjustments. However, all bids are to be firm through initial term of the contract, and revised price list(s)
will not be accepted by the City until after that date. Revised published price list(s) will be accepted only in the event of an industry-
wide price change, as evidenced by the issuance of revised price lists by the manufacturer. Revised prices will not become effective
until revised list(s) are submitted to the City under the vendor cover letter identifying the applicable bid number. Vendor cover
letter and pricing list(s) must be dated, signed and submitted to the Procurement Director.
14. ESTIMATED QUANTITIES. Quantities, if stated, are for Bidders' guidance only and no guarantee is given or implied as to
quantities that will be used during the contract period. Estimated quantities are based upon previous needs. Said estimated
quantities may be used by the City for the purpose of evaluating the low Bidder meeting specifications.
15. HOURLY RATE. If applicable, Bidders are requested to provide regular and overtime hourly labor rates in the bid proposal
form.
16. EQUAL PRODUCT. Not used.
17. SAFETY MEASURES. 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 his/her operation and work in progress must be posted.
All employees of bidder shall be expected to wear safety glasses, appropriate clothing and hearing protection when and wherever
applicable. The bidder shall use only equipment that is fully operational and in safe operating order. 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.
18. WARRANTY. A minimum of one (1) year Product Warranty and System Assurance Warranty for this wiring system shall be
provided.
18.1 Product Warranty: The Product Warranty shall ensure against product defects, that all approved cabling components exceed
the specifications of TIA/EIA 568A5 and ISO/IEC IS 11801AM2, exceed the attenuation and NEXT requirements of TIA/EIA TSB-
67, TSB-95 and ISO/IEC IS 11801AM2 for cabling links/channels, that the installation will exceed the loss and bandwidth
requirements of TIA/EIA TSB 67, TSB-95 and ISO/IEC IS 11801AM2 for fiber links/channels, for a one (1) year period or more
according to the manufacture. The warranty shall apply to all passive SCS components.
18.2 System Assurance Warranty: In the event of a cabling failure, the System Assurance Warranty shall cover the replacement
or repair of the wiring system that supports the application for which it was designed, as well as additional application(s) introduced
in the future by recognized standards or user forums using the TIA/EIA 568A5 or ISO/IEC IS 11801AM2 component and
link/channel specifications for cabling, for a one (1) year period or more according to the manufacture.
18.3 Warranty Coverage and Applicability: The Product Warranty and the System Assurance shall cover the replacement or
repair of defective product(s) and labor for the replacement or repair of such defective product(s).
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
ATTACHMENT C
SUNBIZ & PROPOSAL RESPONSE TO ITB
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
4/27/2021 Detail by Entity Name
search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=4BESTBUSINES…1/2
Department of State / Division of Corporations / Search Records / Search by Entity Name /
Document Number
FEI/EIN Number
Date Filed
State
Status
Last Event
Event Date Filed
Event Effective Date
Detail by Entity Name
Florida Profit Corporation
4 BEST BUSINESS CORP.
Filing Information
P03000009543
54-2093754
01/17/2003
FL
ACTIVE
AMENDMENT
05/08/2015
NONE
Principal Address
3600 RED ROAD., #306
MIRAMAR, FL 33025
Changed: 08/24/2015
Mailing Address
3600 Red Rd
306
MIRAMAR, FL 33025
Changed: 03/07/2016
Registered Agent Name & Address
FERNANDEZ, MIGUEL
3600 Red Rd
306
MIRAMAR, FL 33025
Name Changed: 01/27/2012
Address Changed: 03/07/2016
Officer/Director Detail
Name & Address
Title P, CEO
FERNANDEZ, MIGUEL A
3600 R d Rd
D
4/27/2021 Detail by Entity Name
search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=4BESTBUSINES…2/2
3600 Red Rd
306
MIRAMAR, FL 33025
Title VP
DELGADO, CLAUDIA
3600 Red Rd
306
MIRAMAR, FL 33025
Title COO
MENDEZ, JOSE A
3600 RED RD.
306
MIRAMAR, FL 33025
Annual Reports
Report Year Filed Date
2019 05/01/2019
2020 06/07/2020
2021 04/14/2021
Document Images
04/14/2021 -- ANNUAL REPORT View image in PDF format
06/07/2020 -- ANNUAL REPORT View image in PDF format
05/01/2019 -- ANNUAL REPORT View image in PDF format
01/11/2018 -- ANNUAL REPORT View image in PDF format
01/10/2017 -- ANNUAL REPORT View image in PDF format
03/07/2016 -- ANNUAL REPORT View image in PDF format
05/08/2015 -- Amendment View image in PDF format
01/20/2015 -- ANNUAL REPORT View image in PDF format
11/24/2014 -- Amendment View image in PDF format
01/14/2014 -- ANNUAL REPORT View image in PDF format
01/18/2013 -- ANNUAL REPORT View image in PDF format
01/27/2012 -- ANNUAL REPORT View image in PDF format
06/13/2011 -- REINSTATEMENT View image in PDF format
07/01/2004 -- ANNUAL REPORT View image in PDF format
01/17/2003 -- Domestic Profit View image in PDF format
Florida Department of State, Division of Corporations
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Bid #2021-050-JC -Structured Cabling
4 Best Business Corp
3600 Red Road,Ste 306
Miramar,Florida,33025
Contact:Miguel Fernandez
Phone:(954)212-1442
April 22,2021
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Table of Contents
www.4bbcorp.com 2
Quality Control Policy
Liability Insurance
Warranty
18
22
25
Additional Information 26
Experience and Qualifications 3
References 16
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
www.4bbcorp.com 3
Experience and Qualifications
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
4 Best Business (4BBCorp)has been serving Commercial and Federal clients since 2003,providing IT
professional services,Staffing,project consulting and ground services,to small,medium-sized
businesses and Government.It has always been our goal to provide enterprise-Level practices and
solutions to all sectors.Our experience has allowed us to build and develop the infrastructure needed
to keep our prices affordable and our clients satisfied.
We partner with many types of vendors in the area and strive to eliminate issues before they cause any
downtime so you focus on your business.Our dedicated staff loves seeing our client succeed because
your success is our success and as you grow,we grow.
4BBCorp is well stablished company with more than 183 customers in USA.We have gown year over
year on number of client,number on awarded contracts and overall number of total worked hours.
We know what it takes to get the job done right the first time.4BBCorp has a diverse background and is
highly specialized in various areas.Following a strict code of ethics,4BBCorp offers specialized attention
to its clients,to guarantee the most effective execution in any of the array of integral solutions we offer
to our clients,no matter the complexity or simplicity of its nature.
4BBCorp never stops innovating solutions to optimize our services to better assist our customer base.
Respectfully,
Jose Mendez–COO
About Us
www.4bbcorp.com 4
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Our Locations
www.4bbcorp.com
Miramar -Headquarters
3600 Red Road, Suite 306
Miramar, Florida, 33025
United States
Phone: (954) 212-1442
Fax: (888) 908-9491
Miramar -Warehouse / Logistics Facility
11820 Miramar Parkway
Suite B4
Miramar, Florida, 33025
United States
5
Miami -Southeast Financial Center
200 Southeast Biscayne Boulevard,
Suite 320
Miami, Florida, 33137
United States
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Our Locations
www.4bbcorp.com
California
16830 Ventura Blvd., Suite 360
Encino, California, 91436
United States
6
Maryland
5000 Thayer Center Suite C
Oakland, MD 21550
United States
Fort Pierce -Florida
130 South Indian River Drive, Suite 202
Fort Pierce, Florida, 34950
United States
Virginia
1545 Crossways Blvd
Chesapeake, VA 23320
United States
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Our IT Services
www.4bbcorp.com 7
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Our Partners
www.4bbcorp.com 8
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Our IT Services
www.4bbcorp.com 9
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Our IT Services –Broadband Internet Services
www.4bbcorp.com
Why Choose 4BBCorp?
Because dependable internet for business should be a given.
4BBCorp offers a business internet service with reliable uptime, round -the-clock tech support, and other
features that allow your business to run smoothly every day.
Highly Reliable Network. Count
on a constant connection for
your small-business internet
service.
Dedicated Line. Your dedicated
line guarantees stable, high
speeds all day instead of forcing
you to compete for cable
bandwidth.
24/7 Business-Class Tech Support
Included. Get help from a U.S.-based
tech agent any time of day. Internet
for small business should be easy.
Wireless Networking. Capability that
allows you to easily network several
computers to one broadband
connection safely and securely.
10
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Our IT Services –VOIP Services
www.4bbcorp.com
The smarter way to communicate
Now everyone will be more productive with a continuous communications service that goes with them
everywhere—from desk phone to laptop to smartphone or tablet. Best of all, the desktop and mobile apps
are included with every Virtual Office extension.
11
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
www.4bbcorp.com
We help build,connect,power and protect
valuable assets and critical infrastructures.From
enterprise networks to industrial support and
supplies to video surveillance applications and
electric power transmission and distribution,we
offer full-line solutions—and intelligence—that
create reliable,resilient systems that can sustain
your business and community.
12
Our IT Services –Security Surveillance Camera Systems
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Our IT Services –Structured Cabling Services
www.4bbcorp.com
Structured cabling services that wire you for success
Structured Cabling installations done right –on time,on budget,and on your terms.For more than 15 years,
4BBCorp has been linking customers to new revenue streams,plugging you in to valuable marketing
opportunities and wiring you for a more streamlined business with a bigger bottom line.Without the right
partner,your network installation can cause a big disconnect.Problems like ballooning budgets,shoddy
schedules,and poor planning raise your total cost of ownership and damage your business.
Maximize ROI
4BBCorp connects you to maximum return on your network
systems investment.As your partner,we’ll deliver speed,value,
and quality from start to finish –using expert project managers to
keep everything running smoothly.We’ll work with you every step
of the way,from consulting to design,project management,and
ongoing support.We even back it all up with a 20-year warranty.
It’s not every day you come across that kind of guarantee,and a
structured cabling services partner like 4BBCorp.We look forward
to connecting you with all your business goals.
13
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Our Clients
www.4bbcorp.com 14
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
4BBCORP Projects
www.4bbcorp.com 15
We focus on our clients
We’ve built strong, long-standing relationships with organizations that rely on us to
define and deliver solutions and continually improve our offering based on feedback
and close collaboration with our clients.
For 4BBCORP the satisfaction of our customers is a priority. In each project we take
care of every detail, giving timely response in all stages of the process.
Issues Resolved
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
www.4bbcorp.com 16
References
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Recent Relevant Experience
www.4bbcorp.com 17
Organization Name Contact Person Phone Email
US Bank Robin Simmons 305-507-2445 Robin.simmons@elavon.com
Jones Lang LaSalle (JLL)Ingrid Vasquez 305-373-3400 Ingrid.Vasquez@am.jll.com
ITAU Bank Leonid Bulkin 305-416-7810 Leonid.bulkin@itauinternational.com
University of Saint Agustine Claudio Pico 786-725-4036 ext
4136 cpico@usa.edu
Amkin Real Estate Management Juan Pablo Alfonso 305-760-6030 jalfonso@amkinre.com
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
www.4bbcorp.com 18
Quality Control Policy
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Quality Control Policy
www.4bbcorp.com 19
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Quality Control Policy
www.4bbcorp.com 20
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Quality Control Policy
www.4bbcorp.com 21
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
www.4bbcorp.com 22
Liability Insurance
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
4BBCorp Current Liability Insurance
www.4bbcorp.com 23
We currently meet all insurance requirements for the RFP, the certificate will be issued at the time of
contract.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
4BBCorp Current Liability Insurance
www.4bbcorp.com 24
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Warranty
www.4bbcorp.com 25
4BBCorp offers 10 Year parts and labor (Cables,Fibers,patch panels,connectors,plates,racks and rack
accessories,roof hangers,conduit sleeves,mounts and accessories,patch cords,cable management
units,and J hooks)except in computer and peripherals equipment.All parts,equipment,cable and
connectors,other materials,and workmanship is included in the warranty terms;furthermore stating as
per the warranty terms and conditions,4BBCorp will be responsible for replacing any defective parts or
materials at no cost to the City.4BBCorp will take care of the RMA process and any further needs to
facilitate the replacement or repair of any defective parts or equipment.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
www.4bbcorp.com 26
Additional Information
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Dun&Bradstreet Report
www.4bbcorp.com 27
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Florida Electrical Contractor License
www.4bbcorp.com 28
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Miami Dade Local Business Tax Receipt
www.4bbcorp.com 29
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Miami Dade Local SBE Certification
www.4bbcorp.com 30
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
www.4bbcorp.com
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item No.Description:UOM:
(A)
Est.
Annum.
Qty
(B)
Unit Price
(C) Extended
amount:
(A x B = C)
1
Telecommunications Wiring Parts and
Services: Laborer/Helper, Regular hourly
rate. (Monday thru Friday, 8:00 am - 5:00 pm)
Hour 8,000 $ 17.00 $ 136,000.00
2
Telecommunications Wiring Parts and
Services: Laborer/Helper, After-hours hourly
rate. (Monday thru Friday, 5:00 pm - 8:00 am,
Weekends and Holiday
Hour 2,000 $ 17.00 $ 34,000.00
3
Telecommunications Wiring Parts and
Services: Technician, Regular hourly rate.
(Monday thru Friday, 8:00 am - 5:00 pm)
Hour 8,000 $ 25.00 $ 200,000.00
4
Telecommunications Wiring Parts and
Services: Technician, After-hours hourly rate.
(Monday thru Friday, 5:00 pm - 8:00 am,
Weekends and Holidays)
Hour 2,000 $ 25.00 $ 50,000.00
5
Telecommunications Wiring Parts and
Services: Supervisor, Regular hourly rate.
(Monday thru Friday, 8:00 am - 5:00 pm)
Hour 3,000 $ 30.00 $ 90,000.00
6
Telecommunications Wiring Parts and
Services: Supervisor, After-hours hourly rate.
(Monday thru Friday, 5:00 pm - 8:00 am,
Weekends and Holidays
Hour 1,000 $ 30.00 $ 30,000.00
7
Telecommunications Wiring Parts and
Services: 100ft Category 6 Quad Cable
Plenum
Each
(100ft
setting)
200 $ 25.78 $ 5,156.00
8
Telecommunications Wiring Parts and
Services: 100ft Category 6 Dual Cable
Plenum
Each
(100ft
setting)
200 $ 22.50 $ 4,500.00
9
Telecommunications Wiring Parts and
Services: 100ft 8 standard 62.5/125 um
Optical Fiber Cable, Riser
Each
(100ft
setting)
100 $ 164.00 $ 16,400.00
10
Telecommunications Wiring Parts and
Services: 100ft 100Pair Gel Filled Cable 24
AWG
Each
(100ft
setting)
50 $ 305.00 $ 15,250.00
11
Telecommunications Wiring Parts and
Services: 100ft 12 –Pair Gel Filled Cable 24
AWG
Each
(100ft
setting)
20 $ 54.93 $ 1,098.60
12
Telecommunications Wiring Parts and
Services: 100ft 200 –Pair Gel Filled Cable 24
AWG
Each
(100ft
setting)
10 $ 598.00 $ 5,980.00
13
Telecommunications Wiring Parts and
Services: 100ft 300 –Pair Gel Filled Cable 24
AWG
Each
(100ft
setting)
10 $ 880.00 $ 8,800.00
14
Telecommunications Wiring Parts and
Services: 100ft 4 –Pair STP 24 AWG Gel
Filled Cat6
Each
(100ft
setting)
75 $ 32.74 $ 2,455.43
15 Telecommunications Wiring Parts and
Services: 100ft 6–Pair Gel Filled Cable
Each
(100ft
setting)
20 $ 52.00 $ 1,040.00
16
Telecommunications Wiring Parts and
Services: 100ft 6 –Standard Fiber Optic
Cable I/O
Each
(100ft
setting)
25 $ 305.00 $ 7,625.00
17 Telecommunications Wiring Parts and
Services: 100ft 12 –Standard Fiber Optic I/O
Each
(100ft
setting)
25 $ 230.00 $ 5,750.00
18 Telecommunications Wiring Parts and
Services: 100ft RG6 Coaxial Cable, Plenum
Each
(100ft
setting)
75 $ 32.74 $ 2,455.43
19
Telecommunications Wiring Parts and
Services: 100ft Category 6 Single Cable
Plenum
Each
(100ft
setting)
200 $ 43.24 $ 8,647.80
20 Telecommunications Wiring Parts and
Services: Category 6 RJ45 Connectors Each 100 $ 0.25 $ 25.00
21 Telecommunications Wiring Parts and
Services: 1U Patch Panel Wall Mount Bracket Each 5 $ 14.57 $ 72.87
DOCUMENT MUST BE CONVERTED TO PDF AND SUBMITTED IN TAB 2 IN PERISCOPE/BIDSYNC
Group A - Internal Work
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
22 Telecommunications Wiring Parts and
Services: 2U Patch Panel Wall Mount Bracket Each 5 $ 20.92 $ 104.58
23 Telecommunications Wiring Parts and
Services: 1 Hole Modular Wall Plate Each 500 $ 0.84 $ 420.00
24 Telecommunications Wiring Parts and
Services: 2 Hole Modular Wall Plate Each 500 $ 0.84 $ 420.00
25 Telecommunications Wiring Parts and
Services: 3 Hole Modular Wall Plate Each 200 $ 0.84 $ 168.00
26 Telecommunications Wiring Parts and
Services:4 Hole Modular Wall Plate Each 500 $ 0.84 $ 420.00
27 Telecommunications Wiring Parts and
Services:6 Hole Modular Wall Plate Each 200 $ 0.84 $ 168.00
28 Telecommunications Wiring Parts and
Services:8 Hole Modular Wall Plate Each 200 $ 0.25 $ 50.00
29 Telecommunications Wiring Parts and
Services: 25ft Patch Cord Cat 6
Each (25ft
setting)100 $ 5.30 $ 530.25
30 Telecommunications Wiring Parts and
Services: 1ft Patch Cord Cat 6
Each (1ft
setting)100 $ 0.83 $ 82.95
31 Telecommunications Wiring Parts and
Services:3ft Patch Cord Cat 6
Each(3ft
setting)100 $ 1.13 $ 113.40
32 Telecommunications Wiring Parts and
Services: 5ft Patch Cord Cat 6
Each (5ft
setting)100 $ 1.61 $ 160.65
33 Telecommunications Wiring Parts and
Services: 7ft Patch Cord Cat 6
Each (7ft
setting)100 $ 1.90 $ 190.05
34 Telecommunications Wiring Parts and
Services: 10ft Patch Cord Cat 6
Each(10ft
setting)100 $ 2.43 $ 242.55
35 Telecommunications Wiring Parts and
Services:12ft Patch Cord Cat 6
Each(12ft
setting)100 $ 3.32 $ 331.80
36 Telecommunications Wiring Parts and
Services:16ft Patch Cord Cat 6
Each(16ft
setting)100 $ 5.30 $ 530.25
37 Telecommunications Wiring Parts and
Services:20ft Patch Cord Cat 6
Each(20ft
setting)100 $ 5.30 $ 530.25
38 Telecommunications Wiring Parts and
Services:1 meter SC to SC Patch Cord
Each(1met
er setting)25 $ 5.83 $ 145.69
39 Telecommunications Wiring Parts and
Services:1 meter ST to ST Patch Cord
Each(1met
er setting)25 $ 5.83 $ 145.69
40 Telecommunications Wiring Parts and
Services:1 meter ST to SC Patch Cord
Each(1met
er setting)25 $ 5.83 $ 145.69
41 Telecommunications Wiring Parts and
Services:1 meter LC to LC Patch Cord
Each(1met
er setting)25 $ 6.55 $ 163.80
42 Telecommunications Wiring Parts and
Services:1 meter LC to SC Patch Cord
Each(1met
er setting)25 $ 6.55 $ 163.80
43 Telecommunications Wiring Parts and
Services:10 meters SC to SC Patch Cord
Each(10m
eter
setting)
25 $ 10.49 $ 262.24
44 Telecommunications Wiring Parts and
Services:10 meters ST to ST Patch Cord
Each(10m
eter
setting)
20 $ 10.49 $ 209.79
45 Telecommunications Wiring Parts and
Services:10 meters ST to SC Patch Cord
Each(10m
eter
setting)
20 $ 10.49 $ 209.79
46 Telecommunications Wiring Parts and
Services:10 meters LC to LC Patch Cord
Each(10m
eter
setting)
25 $ 11.22 $ 280.61
47 Telecommunications Wiring Parts and
Services:10 meters LC to SC Patch Cord
Each(10m
eter
setting)
25 $ 11.22 $ 280.61
48
Telecommunications Wiring Parts and
Services:30 meters duplex SC/LC Fiber Optic
Patch Cord
Each(30m
eter
setting)
25 $ 23.99 $ 599.81
49 Telecommunications Wiring Parts and
Services:3ft Patch Cord RG6
Each(3ft
setting)25 $ 7.97 $ 199.24
50 Telecommunications Wiring Parts and
Services:6ft Patch Cord RG6
Each(6ft
setting)25 $ 7.97 $ 199.24
51 Telecommunications Wiring Parts and
Services:8ft Patch Cord RG6
Ea(8ft
setting)25 $ 7.68 $ 191.89
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
52 Telecommunications Wiring Parts and
Services:10ft Patch Cord RG6
Each(10ft
setting)25 $ 7.68 $ 191.89
53 Telecommunications Wiring Parts and
Services:12ft Patch Cord RG6
Each(12ft
setting)25 $ 16.41 $ 410.29
54 Telecommunications Wiring Parts and
Services:RG6 F-Connectors Each 200 $ 0.27 $ 54.60
55 Telecommunications Wiring Parts and
Services:50mic. MTRJ Connectors Each 25 $ 6.00 $ 150.00
56 Telecommunications Wiring Parts and
Services: Modular Jack Cat 6 Each 1000 $ 2.60 $ 2,604.00
57 Telecommunications Wiring Parts and
Services:Furniture Plate Inserts Each 200 $ 3.00 $ 600.00
58 Telecommunications Wiring Parts and
Services:Modular Wall Phone Plate Each 75 $ 3.00 $ 225.00
59 Telecommunications Wiring Parts and
Services:Surface Mount Box Modular Plate Each 100 $ 0.77 $ 76.65
60 Telecommunications Wiring Parts and
Services:7ft X 19inch Relay 2 Post Rack Each 10 $ 106.11 $ 1,061.13
61 Telecommunications Wiring Parts and
Services:Vertical Cable Management Each 10 $ 89.99 $ 899.85
62 Telecommunications Wiring Parts and
Services:Horizontal Cable Management Each 10 $ 18.65 $ 186.48
63 Telecommunications Wiring Parts and
Services:3.5 Horizontal Wire Management Each 10 $ 20.79 $ 207.90
64 Telecommunications Wiring Parts and
Services:Reusable One-Wrap Cable Ties Each 1000 $ 0.10 $ 100.00
65 Telecommunications Wiring Parts and
Services:12inch Ladder Rack (length 10ft)Each 10 $ 81.00 $ 810.00
66 Telecommunications Wiring Parts and
Services:18inch Ladder Rack (length 10ft)Each 10 $ 102.00 $ 1,020.00
67 Telecommunications Wiring Parts and
Services:24inch Ladder Rack (length 10ft)Each 10 $ 120.00 $ 1,200.00
68
Telecommunications Wiring Parts and
Services:23inch Single Sided Vented Shelf (
Black)
Each 10 $ 151.00 $ 1,510.00
69 Telecommunications Wiring Parts and
Services:24inch Open Swingate Rack Each 10 $ 245.00 $ 2,450.00
70 Telecommunications Wiring Parts and
Services:48inch Swing Gate Each 10 $ 330.00 $ 3,300.00
71
Telecommunications Wiring Parts and
Services:Wall mount Cabinet 24x24x24 with
Plexiglass Door
Each 10 $ 590.00 $ 5,900.00
72
Telecommunications Wiring Parts and
Services:Wall Mount Cabinet 36x24x24 with
Plexiglass Door
Each 10 $ 658.00 $ 6,580.00
73
Telecommunications Wiring Parts and
Services:Wall Mount Cabinet 48x24x24 with
Plexiglass Door
Each 10 $ 780.00 $ 7,800.00
74 Telecommunications Wiring Parts and
Services:19inch Equipment Shelve Each 10 $ 45.40 $ 454.00
75
Telecommunications Wiring Parts and
Services:Fiber Optic 12-36 ST LIU ( Rack
Mounted)
Each 10 $ 290.00 $ 2,900.00
76
Telecommunications Wiring Parts and
Services:Fiber Optic 12-72 Standard LIU
Panel
Each 10 $ 327.00 $ 3,270.00
77 Telecommunications Wiring Parts and
Services:Fiber Blank Panel Each 10 $ 4.20 $ 42.00
78 Telecommunications Wiring Parts and
Services:Fiber optic 6-18 Port Panels Each 10 $ 70.00 $ 700.00
79 Telecommunications Wiring Parts and
Services Fiber optic SC 6 Pack Panel Duplex Each 10 $ 26.00 $ 259.98
80
Telecommunications Wiring Parts and
Services:Fiber optic LC 6 Pack Panel Duplex
Conn Panel
Each 10 $ 24.97 $ 249.69
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
81
Telecommunications Wiring Parts and
Services:12 Port Patch Panel Category 6
Wall Mount
Each 10 $ 33.77 $ 337.68
82
Telecommunications Wiring Parts and
Services:12 Port Patch Panel Category 6 568
A/B
Each 10 $ 33.77 $ 337.68
83
Telecommunications Wiring Parts and
Services:96 Port Patch Panel Category 6 568
A/B
Each 10 $ 216.00 $ 2,160.00
84
Telecommunications Wiring Parts and
Services:24 Port Patch Panel Category 6 568
A/B
Each 25 $ 112.00 $ 2,800.00
85
Telecommunications Wiring Parts and
Services:48 Port Patch Panel Category 6 568
A/B
Each 25 $ 156.00 $ 3,900.00
86 Telecommunications Wiring Parts and
Services:110 Connecting Block 4-pair Each 10 $ 5.21 $ 52.08
87
Telecommunications Wiring Parts and
Services:Cat 5e 50-pair 110 wiring block with
legs
Each 10 $ 5.24 $ 52.40
88
Telecommunications Wiring Parts and
Services:Cat 5e 100-pair 110 wiring block
with legs
Each 10 $ 28.78 $ 287.81
89
Telecommunications Wiring Parts and
Services:Cat 5e 300-pair 110 wiring block
with legs
Each 10 $ 0.19 $ 1.89
90 Telecommunications Wiring Parts and
Services:Modular 66 Cross Connect Block Each 10 $ 11.00 $ 110.00
91 Telecommunications Wiring Parts and
Services:10ft Non-Metallic Surface Raceway
Ea (10ft
setting)10 $ 23.00 $ 230.00
92 Telecommunications Wiring Parts and
Services:10ft Flexible PVC Floor Trak
Each(10ft
setting)10 $ 41.50 $ 415.00
93 Telecommunications Wiring Parts and
Services:Flush, Fire-Rated Poke-Through Each 10 $ 357.00 $ 3,570.00
94
Telecommunications Wiring Parts and
Services:Pedestal, High-Capacity Fire-Rated
Poke-Through
Each 10 $ 62.00 $ 620.00
95 Telecommunications Wiring Parts and
Services:10ft EMT 1/4inch Conduit
Each(10ft
setting)20 $ 2.15 $ 43.00
96 Telecommunications Wiring Parts and
Services:10ft EMT 1/2inch Conduit
Each(10ft
setting)25 $ 2.40 $ 60.00
97 Telecommunications Wiring Parts and
Services:10ft EMT 3/4inch Conduit
Each(10ft
setting)50 $ 4.00 $ 200.00
98 Telecommunications Wiring Parts and
Services:10ft EMT 1inch Conduit
Each(10ft
setting)30 $ 7.30 $ 219.00
99 Telecommunications Wiring Parts and
Services:10ft EMT 1 1/2inch Conduit
Each(10ft
setting)25 $ 14.50 $ 362.50
100 Telecommunications Wiring Parts and
Services:10ft EMT 2inch Conduit
Each(10ft
setting)30 $ 18.20 $ 546.00
101 Telecommunications Wiring Parts and
Services:10ft EMT 3inch Conduit
Each(10ft
setting)25 $ 34.00 $ 850.00
102 Telecommunications Wiring Parts and
Services:10ft EMT 4inch Conduit
Each(10ft
setting)25 $ 45.00 $ 1,125.00
103 Telecommunications Wiring Parts and
Services:10ft PVC 1/4inch Conduit
Each(10ft
setting)20 $ 1.65 $ 33.00
104 Telecommunications Wiring Parts and
Services:10ft PVC 1/2inch Conduit
Each(10ft
setting)25 $ 4.80 $ 120.00
105 Telecommunications Wiring Parts and
Services:10ft PVC 3/4inch Conduit
Each(10ft
setting)50 $ 2.20 $ 110.00
106 Telecommunications Wiring Parts and
Services:10ft PVC 1inch Conduit
Each(10ft
setting)25 $ 3.30 $ 82.50
107 Telecommunications Wiring Parts and
Services:10ft PVC 1 1/2inch Conduit
Each(10ft
setting)25 $ 5.30 $ 132.50
108 Telecommunications Wiring Parts and
Services:10ft PVC 2inch Conduit
Each(10ft
setting)25 $ 7.00 $ 175.00
109 Telecommunications Wiring Parts and
Services:10ft PVC 3inch Conduit
Each(10ft
setting)25 $ 14.50 $ 362.50
110 Telecommunications Wiring Parts and
Services:10ft PVC 4inch Conduit
Each(10ft
setting)20 $ 19.80 $ 396.00
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
111 Telecommunications Wiring Parts and
Services:Fiber Optic PVC Innerduct 1inch
Each(100ft
setting)20 $ 5.50 $ 110.00
112 Telecommunications Wiring Parts and
Services:Fiber Optic PVC Innerduct 1 1/2inch
Each(100ft
setting)20 $ 9.10 $ 182.00
113 Telecommunications Wiring Parts and
Services:Fiber Optic Plenum Innerduct 1inch
Each(100ft
setting)20 $ 21.80 $ 436.00
114
Telecommunications Wiring Parts and
Services:Fiber Optic Plenum Innerduct
11/2inch
Ea (100ft
setting)20 $ 39.50 $ 790.00
115 Telecommunications Wiring Parts and
Services:NEMA 12x12x6 Box Each 10 $ 41.00 $ 410.00
116 Telecommunications Wiring Parts and
Services:NEMA 24x24x8 Box Each 10 $ 138.00 $ 1,380.00
117
Telecommunications Wiring Parts and
Services:Standard Box 1.78inch Deep 1
Gang Device Box
Each 100 $ 0.90 $ 90.00
118 Telecommunications Wiring Parts and
Services:Core drill, 1-4inch Each 10 $ 17.50 $ 175.00
119
Telecommunications Wiring Parts and
Services:Directional underground core drilling
including installation of conduit and all related
hardware
Each 10 $ 18.80 $ 188.00
120
Telecommunications Wiring Parts and
Services:Back Board, Flush Mounted, 4feet x
8feet, Fire Retardant
Each 75 $ 123.50 $ 9,262.50
121
Telecommunications Wiring Parts and
Services:Back Board, Flush Mounted, 4feet x
4feet, Fire Retardant
Each 100 $ 74.00 $ 7,400.00
122
Telecommunications Wiring Parts and
Services:Back Board, Flush Mounted, 2feet x
8feet, Fire Retardant
Each 10 $ 74.00 $ 740.00
123 Telecommunications Wiring Parts and
Services:7ft X 19inch Relay 4 Post Rack Each 10 $ 367.00 $ 3,670.00
124 Telecommunications Wiring Parts and
Services:8ft X 19inch Relay 2 Post Rack Each 10 $ 256.00 $ 2,560.00
125 Telecommunications Wiring Parts and
Services:8ft X 19inch Relay 4 Post Rack Each 10 $ 382.00 $ 3,820.00
126
Telecommunications Wiring Parts and
Services:42U Close Cabinet with Plexiglass
door Rack
Each 10 $ 1,000.00 $ 10,000.00
127
Telecommunications Wiring Parts and
Services:45U Close Cabinet with Plexiglass
door Rack
Each 10 $ 1,150.00 $ 11,500.00
128
Telecommunications Wiring Parts and
Services:48U Close Cabinet with Plexiglass
door Rack
Each 10 $ 1,435.00 $ 14,350.00
129
Telecommunications Wiring Parts and
Services:52U Close Cabinet with Plexiglass
door Rack
Each 10 $ 1,516.00 $ 15,160.00
130
Flat Rate Fee - Labor cost for per security
device installation at termination point.
Camera or door security equipment is
customer provided. Installation –
MOUNTING NOT INCLUDED
Each 100 $ 50.00 $ 5,000.00
131
Flat Rate Fee - Labor cost for per security
device installation at termination point.
Camera or door security equipment is
customer provided. Installation – INCLUDING
MOUNTING
Each 100 $ 65.00 $ 6,500.00
Item No. Description: Indicate if Discount
or Markup
132 Percentage markup or discount for
materials/supplies not included in the ITB. Markup
Group B – External Work
Percentage:
10%
Grand Total for Group A - Internal Work
(Add Extended Amounts (C) for Lines 1-131) $ 791,545.22
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
Item No.Description:UOM:
(A)
Est.
Annum.
Qty
(B)
Unit Price
(C) Extended
amount:
(A x B = C)
133
Telecommunications Wiring Parts and
Services: Laborer/Helper, Regular hourly
rate.(Monday thru Friday, 8:00 am - 5:00 pm)
Hour 8,000 $ 17.00 $ 136,000.00
134
Telecommunications Wiring Parts and
Services:Laborer/Helper, After-hours hourly
rate.(Monday thru Friday, 5:00 pm - 8:00 am,
Weekends and Holiday
Hour 2,000 $ 17.00 $ 34,000.00
135
Telecommunications Wiring Parts and
Services:Technician, Regular hourly
rate.(Monday thru Friday, 8:00 am - 5:00 pm)
Hour 8,000 $ 25.00 $ 200,000.00
136
Telecommunications Wiring Parts and
Services:Technician, After-hours hourly
rate.(Monday thru Friday, 5:00 pm - 8:00 am,
Weekends and Holidays)
Hour 2,000 $ 25.00 $ 50,000.00
137
Telecommunications Wiring Parts and
Services:Supervisor, Regular hourly
rate.(Monday thru Friday, 8:00 am - 5:00 pm)
Hour 3,000 $ 30.00 $ 90,000.00
138
Telecommunications Wiring Parts and
Services:Supervisor, After-hours hourly
rate.(Monday thru Friday, 5:00 pm - 8:00 am,
Weekends and Holidays
Hour 1,000 $ 30.00 $ 30,000.00
139
Telecommunications Wiring Parts and
Services:100ft Category 6 Quad Cable
Plenum
Each(100ft
setting)200 $ 25.78 $ 5,156.00
140
Telecommunications Wiring Parts and
Services:100ft Category 6 Dual Cable
Plenum
Each(100ft
setting)200 $ 22.50 $ 4,500.00
141
Telecommunications Wiring Parts and
Services:100ft 8 standard 62.5/125 um
Optical Fiber Cable, Riser
Each(100ft
setting)100 $ 164.00 $ 16,400.00
142
Telecommunications Wiring Parts and
Services:100ft 100Pair Gel Filled Cable 24
AWG
Each(100ft
setting)50 $ 305.00 $ 15,250.00
143
Telecommunications Wiring Parts and
Services:100ft 12 –Pair Gel Filled Cable 24
AWG
Each(100ft
setting)20 $ 54.93 $ 1,098.60
144
Telecommunications Wiring Parts and
Services:100ft 200 –Pair Gel Filled Cable 24
AWG
Each(100ft
setting)10 $ 598.00 $ 5,980.00
145
Telecommunications Wiring Parts and
Services:100ft 300 –Pair Gel Filled Cable 24
AWG
Each(100ft
setting)10 $ 880.00 $ 8,800.00
146
Telecommunications Wiring Parts and
Services:100ft 4 –Pair STP 24 AWG Gel
Filled Cat6
Each(100ft
setting)75 $ 32.74 $ 2,455.43
147 Telecommunications Wiring Parts and
Services:100ft 6–Pair Gel Filled Cable
Each(100ft
setting)20 $ 52.00 $ 1,040.00
148
Telecommunications Wiring Parts and
Services:100ft 6 –Standard Fiber Optic Cable
I/O
Each(100ft
setting)25 $ 305.00 $ 7,625.00
149 Telecommunications Wiring Parts and
Services:100ft 12 –Standard Fiber Optic I/O
Each(100ft
setting)25 $ 230.00 $ 5,750.00
150 Telecommunications Wiring Parts and
Services:100ft RG6 Coaxial Cable, Plenum
Ea(100ft
setting)75 $ 32.74 $ 2,455.43
151
Telecommunications Wiring Parts and
Services:100ft Category 6 Single Cable
Plenum
Each(100ft
setting)200 $ 43.24 $ 8,647.80
152 Telecommunications Wiring Parts and
Services:Category 6 RJ45 Connectors Each 100 $ 0.25 $ 25.00
153 Telecommunications Wiring Parts and
Services:1U Patch Panel Wall Mount Bracket Each 5 $ 14.57 $ 72.87
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
154 Telecommunications Wiring Parts and
Services:2U Patch Panel Wall Mount Bracket Each 5 $ 20.92 $ 104.58
155 Telecommunications Wiring Parts and
Services:1 Hole Modular Wall Plate Each 500 $ 0.84 $ 420.00
156 Telecommunications Wiring Parts and
Services:2 Hole Modular Wall Plate Each 500 $ 0.84 $ 420.00
157 Telecommunications Wiring Parts and
Services:3 Hole Modular Wall Plate Each 200 $ 0.84 $ 168.00
158 Telecommunications Wiring Parts and
Services:4 Hole Modular Wall Plate Each 500 $ 0.84 $ 420.00
159 Telecommunications Wiring Parts and
Services:6 Hole Modular Wall Plate Each 200 $ 0.84 $ 168.00
160 Telecommunications Wiring Parts and
Services:8 Hole Modular Wall Plate Each 200 $ 0.25 $ 50.00
161 Telecommunications Wiring Parts and
Services:25ft Patch Cord Cat 6
Each(25ft
setting)100 $ 5.30 $ 530.25
162 Telecommunications Wiring Parts and
Services:1ft Patch Cord Cat 6
Each(1ft
setting)100 $ 0.83 $ 82.95
163 Telecommunications Wiring Parts and
Services:3ft Patch Cord Cat 6
Each(3ft
setting)100 $ 1.13 $ 113.40
164 Telecommunications Wiring Parts and
Services:5ft Patch Cord Cat 6
Each(5ft
setting)100 $ 1.61 $ 160.65
165 Telecommunications Wiring Parts and
Services:7ft Patch Cord Cat 6
Each(7ft
setting)100 $ 1.90 $ 190.05
166 Telecommunications Wiring Parts and
Services:10ft Patch Cord Cat 6
Each(10ft
setting)100 $ 2.43 $ 242.55
167 Telecommunications Wiring Parts and
Services:12ft Patch Cord Cat 6
Each(12ft
setting)100 $ 3.32 $ 331.80
168 Telecommunications Wiring Parts and
Services:16ft Patch Cord Cat 6
Each(16ft
setting)100 $ 5.30 $ 530.25
169 Telecommunications Wiring Parts and
Services:20ft Patch Cord Cat 6
Each(20ft
setting)100 $ 5.30 $ 530.25
170 Telecommunications Wiring Parts and
Services:1 meter SC to SC Patch Cord
Each(1met
er setting)25 $ 5.83 $ 145.69
171 Telecommunications Wiring Parts and
Services:1 meter ST to ST Patch Cord
Each(1met
er setting)25 $ 5.83 $ 145.69
172 Telecommunications Wiring Parts and
Services:1 meter ST to SC Patch Cord
Each(1met
er setting)25 $ 5.83 $ 145.69
173 Telecommunications Wiring Parts and
Services:1 meter LC to LC Patch Cord
Each(1met
er setting)25 $ 6.55 $ 163.80
174 Telecommunications Wiring Parts and
Services:1 meter LC to SC Patch Cord
Each(1met
er setting)25 $ 6.55 $ 163.80
175 Telecommunications Wiring Parts and
Services:10 meters SC to SC Patch Cord
Each(10m
eter
setting)
25 $ 10.49 $ 262.24
176 Telecommunications Wiring Parts and
Services:10 meters ST to ST Patch Cord
Each(10m
eter
setting)
20 $ 10.49 $ 209.79
177 Telecommunications Wiring Parts and
Services:10 meters ST to SC Patch Cord
Each(10m
eter
setting)
20 $ 10.49 $ 209.79
178 Telecommunications Wiring Parts and
Services:10 meters LC to LC Patch Cord
Each(10m
eter
setting)
25 $ 11.22 $ 280.61
179 Telecommunications Wiring Parts and
Services:10 meters LC to SC Patch Cord
Each(10m
eter
setting)
25 $ 11.22 $ 280.61
180
Telecommunications Wiring Parts and
Services:30 meters duplex SC/LC Fiber Optic
Patch Cord
Each(30m
eter
setting)
25 $ 23.99 $ 599.81
181 Telecommunications Wiring Parts and
Services:3ft Patch Cord RG6
Each(3ft
setting)25 $ 7.97 $ 199.24
182 Telecommunications Wiring Parts and
Services:6ft Patch Cord RG6
Each (6ft
setting)25 $ 7.97 $ 199.24
183 Telecommunications Wiring Parts and
Services:8ft Patch Cord RG6
Each (8ft
setting)25 $ 7.68 $ 191.89
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
184 Telecommunications Wiring Parts and
Services:10ft Patch Cord RG6
Each(10ft
setting)25 $ 7.68 $ 191.89
185 Telecommunications Wiring Parts and
Services:12ft Patch Cord RG6
Each(12ft
setting)25 $ 16.41 $ 410.29
186 Telecommunications Wiring Parts and
Services:RG6 F-Connectors Each 200 $ 0.27 $ 54.60
187 Telecommunications Wiring Parts and
Services:50mic. MTRJ Connectors Each 25 $ 6.00 $ 150.00
188 Telecommunications Wiring Parts and
Services:Modular Jack Cat 6 Each 1000 $ 2.60 $ 2,604.00
189 Telecommunications Wiring Parts and
Services:Furniture Plate Inserts Each 200 $ 3.00 $ 600.00
190 Telecommunications Wiring Parts and
Services:Modular Wall Phone Plate Each 75 $ 3.00 $ 225.00
191 Telecommunications Wiring Parts and
Services:Surface Mount Box Modular Plate Each 100 $ 0.77 $ 76.65
192 Telecommunications Wiring Parts and
Services:7ft X 19inch Relay 2 Post Rack Each 10 $ 106.11 $ 1,061.13
193 Telecommunications Wiring Parts and
Services:Vertical Cable Management Each 10 $ 89.99 $ 899.85
194 Telecommunications Wiring Parts and
Services:Horizontal Cable Management Each 10 $ 18.65 $ 186.48
195 Telecommunications Wiring Parts and
Services:3.5 Horizontal Wire Management Each 10 $ 20.79 $ 207.90
196 Telecommunications Wiring Parts and
Services:Reusable One-Wrap Cable Ties Each 1000 $ 0.10 $ 100.00
197 Telecommunications Wiring Parts and
Services:12inch Ladder Rack (length 10ft)Each 10 $ 81.00 $ 810.00
198 Telecommunications Wiring Parts and
Services:18inch Ladder Rack (length 10ft)Each 10 $ 102.00 $ 1,020.00
199 Telecommunications Wiring Parts and
Services:24inch Ladder Rack (length 10ft)Each 10 $ 120.00 $ 1,200.00
200
Telecommunications Wiring Parts and
Services:23inch Single Sided Vented Shelf
(Black)
Each 10 $ 151.00 $ 1,510.00
201 Telecommunications Wiring Parts and
Services:24inch Open Swing Gate Rack Each 10 $ 245.00 $ 2,450.00
202 Telecommunications Wiring Parts and
Services:48inch Swing Gate Each 10 $ 330.00 $ 3,300.00
203
Telecommunications Wiring Parts and
Services:Wall mount Cabinet 24x24x24 with
Plexiglass Door
Each 10 $ 590.00 $ 5,900.00
204
Telecommunications Wiring Parts and
Services:Wall Mount Cabinet 36x24x24 with
Plexiglass Door
Each 10 $ 658.00 $ 6,580.00
205
Telecommunications Wiring Parts and
Services:Wall Mount Cabinet 48x24x24 with
Plexiglass Door
Each 10 $ 780.00 $ 7,800.00
206 Telecommunications Wiring Parts and
Services:19inch Equipment Shelve Each 10 $ 45.40 $ 454.00
207
Telecommunications Wiring Parts and
Services:Fiber Optic 12-36 ST LIU (Rack
Mounted)
Each 10 $ 290.00 $ 2,900.00
208
Telecommunications Wiring Parts and
Services:Fiber Optic 12-72 Standard LIU
Panel
Each 10 $ 327.00 $ 3,270.00
209 Telecommunications Wiring Parts and
Services:Fiber Blank Panel Each 10 $ 4.20 $ 42.00
210 Telecommunications Wiring Parts and
Services:Fiber optic 6-18 Port Panels Each 10 $ 70.00 $ 700.00
211 Telecommunications Wiring Parts and
Services Fiber optic SC 6 Pack Panel Duplex Each 10 $ 26.00 $ 259.98
212
Telecommunications Wiring Parts and
Services:Fiber optic LC 6 Pack Panel Duplex
Conn Panel
Each 10 $ 24.97 $ 249.69
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
213
Telecommunications Wiring Parts and
Services:12 Port Patch Panel Category 6
Wall Mount
Each 10 $ 33.77 $ 337.68
214
Telecommunications Wiring Parts and
Services:12 Port Patch Panel Category 6 568
A/B
Each 10 $ 33.77 $ 337.68
215
Telecommunications Wiring Parts and
Services:96 Port Patch Panel Category 6 568
A/B
Each 10 $ 216.00 $ 2,160.00
216
Telecommunications Wiring Parts and
Services:24 Port Patch Panel Category 6 568
A/B
Each 25 $ 112.00 $ 2,800.00
217
Telecommunications Wiring Parts and
Services:48 Port Patch Panel Category 6 568
A/B
Each 25 $ 156.00 $ 3,900.00
218 Telecommunications Wiring Parts and
Services:110 Connecting Block 4-pair Each 10 $ 5.21 $ 52.08
219
Telecommunications Wiring Parts and
Services:Cat 5e 50-pair 110 wiring block with
legs
Each 10 $ 5.24 $ 52.40
220
Telecommunications Wiring Parts and
Services:Cat 5e 100-pair 110 wiring block
with legs
Each 10 $ 28.78 $ 287.81
221
Telecommunications Wiring Parts and
Services:Cat 5e 300-pair 110 wiring block
with legs
Each 10 $ 0.19 $ 1.89
222 Telecommunications Wiring Parts and
Services:Modular 66 Cross Connect Block Each 10 $ 11.00 $ 110.00
223 Telecommunications Wiring Parts and
Services:10ft Non-Metallic Surface Raceway
Ea (10ft
setting)10 $ 23.00 $ 230.00
224 Telecommunications Wiring Parts and
Services:10ft Flexible PVC Floor Trak
Each(10ft
setting)10 $ 41.50 $ 415.00
225 Telecommunications Wiring Parts and
Services:Flush, Fire-Rated Poke-Through Each 10 $ 357.00 $ 3,570.00
226
Telecommunications Wiring Parts and
Services:Pedestal, High-Capacity Fire-Rated
Poke-Through
Each 10 $ 62.00 $ 620.00
227 Telecommunications Wiring Parts and
Services:10ft EMT 1/4inch Conduit
Each(10ft
setting)20 $ 2.15 $ 43.00
228 Telecommunications Wiring Parts and
Services:10ft EMT 1/2inch Conduit
Each(10ft
setting)25 $ 2.40 $ 60.00
229 Telecommunications Wiring Parts and
Services:10ft EMT 3/4inch Conduit
Each(10ft
setting)50 $ 4.00 $ 200.00
230 Telecommunications Wiring Parts and
Services:10ft EMT 1inch Conduit
Each(10ft
setting)30 $ 7.30 $ 219.00
231 Telecommunications Wiring Parts and
Services:10ft EMT 1 1/2inch Conduit
Each(10ft
setting)25 $ 14.50 $ 362.50
232 Telecommunications Wiring Parts and
Services:10ft EMT 2inch Conduit
Each(10ft
setting)30 $ 18.20 $ 546.00
233 Telecommunications Wiring Parts and
Services:10ft EMT 3inch Conduit
Each(10ft
setting)25 $ 34.00 $ 850.00
234 Telecommunications Wiring Parts and
Services:10ft EMT 4inch Conduit
Each(10ft
setting)25 $ 45.00 $ 1,125.00
235 Telecommunications Wiring Parts and
Services:10ft PVC 1/4inch Conduit
Each(10ft
setting)20 $ 1.65 $ 33.00
236 Telecommunications Wiring Parts and
Services:10ft PVC 1/2inch Conduit
Each(10ft
setting)25 $ 4.80 $ 120.00
237 Telecommunications Wiring Parts and
Services:10ft PVC 3/4inch Conduit
Each(10ft
setting)50 $ 2.20 $ 110.00
238 Telecommunications Wiring Parts and
Services:10ft PVC 1inch Conduit
Each(10ft
setting)25 $ 3.30 $ 82.50
239 Telecommunications Wiring Parts and
Services:10ft PVC 1 1/2inch Conduit
Each(10ft
setting)25 $ 5.30 $ 132.50
240 Telecommunications Wiring Parts and
Services:10ft PVC 2inch Conduit
Each(10ft
setting)25 $ 7.00 $ 175.00
241 Telecommunications Wiring Parts and
Services:10ft PVC 3inch Conduit
Each(10ft
setting)25 $ 14.50 $ 362.50
242 Telecommunications Wiring Parts and
Services:10ft PVC 4inch Conduit
Each(10ft
setting)20 $ 19.80 $ 396.00
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
243 Telecommunications Wiring Parts and
Services:Fiber Optic PVC Innerduct 1inch
Each(100ft
setting)20 $ 5.50 $ 110.00
244 Telecommunications Wiring Parts and
Services:Fiber Optic PVC Innerduct 1 1/2inch
Each(100ft
setting)20 $ 9.10 $ 182.00
245 Telecommunications Wiring Parts and
Services:Fiber Optic Plenum Innerduct 1inch
Each(100ft
setting)20 $ 21.80 $ 436.00
246
Telecommunications Wiring Parts and
Services:Fiber Optic Plenum Innerduct
11/2inch
Ea (100ft
setting)20 $ 39.50 $ 790.00
247 Telecommunications Wiring Parts and
Services:NEMA 12x12x6 Box Each 10 $ 41.00 $ 410.00
248 Telecommunications Wiring Parts and
Services:NEMA 24x24x8 Box Each 10 $ 138.00 $ 1,380.00
249
Telecommunications Wiring Parts and
Services:Standard Box 1.78inch Deep 1
Gang Device Box
Each 100 $ 0.90 $ 90.00
250 Telecommunications Wiring Parts and
Services:Core drill, 1-4inch Each 10 $ 17.50 $ 175.00
251
Telecommunications Wiring Parts and
Services:Directional underground core drilling
including installation of conduit and all related
hardware
Each 10 $ 18.80 $ 188.00
252
Telecommunications Wiring Parts and
Services:Back Board, Flush Mounted, 4feet x
8feet, Fire Retardant
Each 75 $ 123.50 $ 9,262.50
253
Telecommunications Wiring Parts and
Services:Back Board, Flush Mounted, 4feet x
4feet, Fire Retardant
Each 100 $ 74.00 $ 7,400.00
254
Telecommunications Wiring Parts and
Services:Back Board, Flush Mounted, 2feet x
8feet, Fire Retardant
Each 10 $ 74.00 $ 740.00
255 Telecommunications Wiring Parts and
Services:7ft X 19inch Relay 4 Post Rack Each 10 $ 367.00 $ 3,670.00
256 Telecommunications Wiring Parts and
Services:8ft X 19inch Relay 2 Post Rack Each 10 $ 256.00 $ 2,560.00
257 Telecommunications Wiring Parts and
Services:8ft X 19inch Relay 4 Post Rack Each 10 $ 382.00 $ 3,820.00
258
Telecommunications Wiring Parts and
Services:42U Close Cabinet with Plexiglass
door Rack
Each 10 $ 1,000.00 $ 10,000.00
259
Telecommunications Wiring Parts and
Services:45U Close Cabinet with Plexiglass
door Rack
Each 10 $ 1,150.00 $ 11,500.00
260
Telecommunications Wiring Parts and
Services:48U Close Cabinet with Plexiglass
door Rack
Each 10 $ 1,435.00 $ 14,350.00
261
Telecommunications Wiring Parts and
Services:52U Close Cabinet with Plexiglass
door Rack
Each 10 $ 1,516.00 $ 15,160.00
262
Flat Rate Fee - Labor cost for per security
device installation at termination point.
Camera or door security equipment is
customer provided. Installation – MOUNTING
NOT INCLUDED
Each 100 $ 50.00 $ 5,000.00
263
Flat Rate Fee - Labor cost for per security
device installation at termination point.
Camera or door security equipment is
customer provided. Installation – INCLUDING
MOUNTING
Each 100 $ 65.00 $ 6,500.00
Item No:Description: Indicate if Discount
or Markup
264 Percentage markup or discount for
materials/supplies not included in the ITB. Markup
Percentage:
10%
Grand Total for Group B - External Work $ 791,545.22 (Add Extended Amounts (C) for Lines 133-263)
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
4/27/2021 Licensing Portal - License Search
https://www.myfloridalicense.com/wl11.asp?mode=2&search=LicNbr&SID=&brd=&typ=1/1
Data Contained In Search Results Is Current As Of 04/27/2021 02:45 PM.
Search Results
Please see our glossary of terms for an explanation of the license status shown in these
search results.
For additional information, including any complaints or discipline, click on the name.
License Type Name Name
Type
License
Number/
Rank
Status/Expires
Certified Electrical
Contractor 4 BEST BUSINESS CORP.DBA
EC13009946
Cert
Electrical
Current, Active
08/31/2022
License Location Address*: 3600 RED ROAD 306 MIRAMAR, FL 33025
Main Address*:1830 SOUTH OCEAN DRIVE 3907 HALLANDALE BEACH, FL 33009
Certified Electrical
Contractor
NICKERSON, MICHAEL BRIAN
SR Primary
EC13009946
Cert
Electrical
Current, Active
08/31/2022
License Location Address*: 3600 RED ROAD 306 MIRAMAR, FL 33025
Main Address*:1830 SOUTH OCEAN DRIVE 3907 HALLANDALE BEACH, FL 33009
* denotes
Main Address - This address is the Primary Address on file.
Mailing Address - This is the address where the mail associated with a particular license will be sent (if different from the
Main or License Location addresses).
License Location Address - This is the address where the place of business is physically located.
5:14:26 PM 4/27/2021
2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395
The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement
Under Florida law, email addresses are public records. If you do not want your email address released in response to a public-records request,
do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact
850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must
provide the Department with an email address if they have one. The emails provided may be used for official communication with the licensee.
However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email
address which can be made available to the public.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
ATTACHMENT D
INSURANCE REQUIREMENTS
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
INSURANCE REQUIREMENTS For ITB-2021-050-JC- Structured Cabling
The Agreement shall maintain the below required insurance in effect prior to awarding the agreement and for
the duration of the agreement. The maintenance of proper insurance coverage is a material element of the
agreement and failure to maintain or renew coverage may be treated as a material breach of the agreement,
which could result in withholding of payments or termination of the agreement.
A. Workers' Compensation Insurance for all employees of the agreement as required by Florida
Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000
per accident for bodily injury or disease. Should the agreement be exempt from this Statute,
the agreement and each employee shall hold the City harmless from any injury incurred
during performance of the agreement. The exempt agreement shall also submit (i) a written
statement detailing the number of employees and that they are not required to carry Workers’
Compensation insurance and do not anticipate hiring any additional employees during the
term of this agreement or (ii) a copy of a Certificate of Exemption.
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 $1,000,000 per occurrence. If a general aggregate limit applies, either the
general aggregate limit shall apply separately to this project or the general aggregate limit
shall be twice the required occurrence limit.
C. Automobile Liability Insurance covering any automobile, if agreement or has no owned
automobiles, then coverage for hired and non-owned automobiles, with limit no less than
$1,000,000 combined per accident for bodily injury and property damage.
D. Installation Floater Insurance against damage or destruction of the materials or equipment
in transit to, or stored on or off the Project Site, which is to be used (installed into a building
or structure) in the Project. (City of Miami Beach shall Named as a Loss Payee on this policy,
as its interest may appear. This policy shall remain in force until acceptance of the project
by the City.)
E. Umbrella Liability Insurance in an amount no less than $2,000,000 per occurrence. The
umbrella coverage must be as broad as the primary General Liability coverage.
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 Workers’ Compensation) arising out of work
or operations performed on behalf of the agreement 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 the agreement’s insurance.
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.
The agreement shall maintain the below required insurance in effect prior to awarding the agreement and
for the duration of the agreement. The maintenance of proper insurance coverage is a material element of
the agreement and failure to maintain or renew coverage may be treated as a material breach of the
agreement, which could result in withholding of payments or termination of the agreement.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
INSURANCE REQUIREMENTS For ITB-2021-050-JC- Structured Cabling
A. Workers' Compensation Insurance for all employees of the agreement as required by
Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than
$1,000,000 per accident for bodily injury or disease. Should the agreement be exempt from
this Statute, the agreement and each employee shall hold the City harmless from any injury
incurred during performance of the agreement. The exempt agreement shall also submit (i)
a written statement detailing the number of employees and that they are not required to
carry Workers’ Compensation insurance and do not anticipate hiring any additional
employees during the term of this agreement or (ii) a copy of a Certificate of Exemption.
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 $1,000,000 per occurrence. If a general aggregate limit applies, either
the general aggregate limit shall apply separately to this project or the general aggregate
limit shall be twice the required occurrence limit.
C. Automobile Liability Insurance covering any automobile, if agreement has no owned
automobiles, then coverage for hired and non-owned automobiles, with limit no less than
$1,000,000 combined per accident for bodily injury and property damage.
D. Installation Floater Insurance against damage or destruction of the materials or equipment
in transit to, or stored on or off the Project Site, which is to be used (installed into a building
or structure) in the Project. (City of Miami Beach shall Named as a Loss Payee on this
policy, as its interest may appear. This policy shall remain in force until acceptance of the
project by the City.)
E. Umbrella Liability Insurance in an amount no less than $2,000,000 per occurrence. The
umbrella coverage must be as broad as the primary General Liability coverage.
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 Workers’ Compensation) arising out of work
or operations performed on behalf of the agreement 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 the agreement’s insurance.
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 – Agreement 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.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9
INSURANCE REQUIREMENTS For ITB-2021-050-JC- Structured Cabling
Verification of Coverage – Agreement shall furnish the City with original certificates and amendatory
endorsements, or copies of the applicable insurance language, effecting coverage required by this
agreement. 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 agreement’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 947
Murrieta, CA 92564
Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS,
at:
Certificates-miamibeach@riskworks.com
EXIGIS Risk Management Services – support@exigis.com or 800-430-1589
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 agreement of his liability and obligation
under this section or under any other section of this agreement.
DocuSign Envelope ID: 0E2CECF8-2A00-4972-9C7F-245D237B0CB9