Active SLED Opportunity · FLORIDA · THE CITY OF DORAL
AI Summary
The City of Doral seeks bids from qualified General Contractors for renovation of the City Manager's and Finance Department offices on the 3rd floor of the Government Center. The project includes interior demolition, installation of new walls, flooring, HVAC, electrical, and fire protection systems. Bids due May 21, 2026.
The City of Doral is soliciting Bids for a qualified General Contractor to perform renovation of the existing City Manager’s and the Finance Department office areas located on the 3rd floor space of the City of Doral Government Center (8401 NW 53rd Terrace, Doral, FL 33166).
The City of Doral is seeking sealed bids from qualified General Contractors for all material, labor, equipment and services to accomplish the renovation of the existing City Manager’s and Finance Department office areas on the 3rd floor of the City of Doral Government Center located at 8401 NW 53rd Terrace, Doral, FL 33166, for the creation of new offices, conference room, and work area, as more particularly described in this ITB.
The project includes the furnishing of all materials including engineering, construction, permitting, installation, labor, and equipment for a complete installation.
A. Limits of Liability
Bodily Injury & Property Damage Liability
Each Occurrence | $1,000,000 $2,000,000 $1,000,000 $2,000,000 |
B. Endorsements Required
City of Doral listed as an additional insured
Contingent & Contractual Liability
Premises and Operations Liability
Primary Insurance Clause Endorsement
Explosion, Collapse & Underground Hazard
Waiver of Subrogation in favor of City
NOTICE: The City of Doral (“City”) hereby gives notice of its intent to seek Bids from interested and qualified parties in response to this Invitation to Bid (“ITB”) to provide the goods and services described herein. Bids must be received no later than the deadline date and time specified below.
Any information to be submitted as part of the response may be attached behind the required forms. Responses by corporate entities must be executed in the corporate name by the President or other corporate officer accompanied by evidence of authority to sign. The corporate address and state of incorporation must be shown below the signature. Proposals by partnerships must be executed in the Partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature.
The scope of work includes the demolition and removal of existing interior components within the space, followed by a comprehensive renovation. Improvements will consist of the installation of new double-panel insulated storefront glass, construction of soundproof walls, new flooring, and a new acoustical tile ceiling system. The project also includes new lighting, reconfiguration and installation of HVAC systems, electrical, data/AV low-voltage infrastructure, new doors and hardware, new paint, as well as modifications and reconfiguration of the fire protection and alarm systems.
The contractor will be responsible for all required special inspections and shall furnish, provide, and pay for all supervision, labor, materials, tools, machinery, equipment, supplies, manufactured articles, transportation, disposal, insurance, sub-permit shop drawing, licenses, incidentals, and services, including power, water, essential communications, general field requirements, and any other direct or indirect costs necessary to complete the work as described in the Contract Specifications and Drawings (Exhibit E) and Additional Specifications (Section 5.1).
A. Limits of Liability
Bodily Injury and Property Damage
Combined Single Limit
Any Auto/Owned Autos or Scheduled Autos
Including hired and Non-Owned Autos
| Any One Accident | $1,000,000 |
B. Endorsements Required
City of Doral listed as an additional insured
The City reserves the right to amend this contract to add or remove goods or services at its discretion. The awarded Respondent will be requested to provide price quotations for any additional goods or services. Should these quotations be deemed fair and reasonable by the City, the awarded Respondent will be granted the opportunity to supply these additional goods or services.
The City of Doral is soliciting Bids from a qualified General Contractor to perform renovation of the existing City Manager’s and the Finance Department office areas located on the 3rd floor space of the City of Doral Government Center (8401 NW 53rd Terrace, Doral, FL 33166). Through the ITB process described herein, qualified Contractors interested in providing such services to the City must prepare and submit a bid packet in accordance with the procedure and schedule of this ITB. The City intends to award a contract in substantially the form attached as Exhibit B for the renovation of the existing areas on the 3rd floor at the City of Doral Government Center to the responsive and responsible Contractor that possesses qualified manpower, equipment, administrative capabilities, applicable experience, and provides the best price proposal to the City.
The following license is required within the bid submittal package: State of Florida General Contractor. The City will review submittals only from those responsible and qualified Contractors that submit a responsive ITB packet which includes all the information required.
At such times as may serve its best interest, the City reserves the right to advertise for, receive, and award additional Contracts for the goods and/or services specified in this Solicitation, and to make use of other contracts for the purchase of these goods and/or services as may be available.
In case of a default by the Successful Respondent or failure of Successful Respondent to provide the goods and/or services indicated in the Contract, the City may procure the applicable goods and/or services from other sources and hold the Successful Respondent responsible for any excess costs incurred thereby, including, without limitation and as applicable, by retaining any amounts held by the City.
For Contractors to be considered, Contractors must submit with their bid evidence that they have sufficient experience and are qualified to satisfactorily perform the work required by this Solicitation, in the City’s sole discretion.
Accordingly, Contractors must demonstrate each of the following minimum qualifications:
Failure to meet the above-referenced minimum qualifications shall result in a disqualification of the bid as non-responsive and/or non-responsible.
All dates and times in this Solicitation may be changed by a written addendum issued by the City.
The City’s schedule for this ITB is as follows:
| Issuance/Advertisement Date: | April 21, 2026 |
| Pre-Bid Conference (Mandatory): | May 5, 2026, 10:00am City of Doral Government Center - 8401 NW 53rd Terrace, 3rd Floor Training Room, Doral FL 33166 |
| Cut-off Date for Written Questions: | May 13, 2026, 3:00pm |
| Deadline for Submittals & Bid Opening: | May 21, 2026, 2:00pm Microsoft Teams meeting |
Statutory - State of Florida
Employer’s Liability
| Limits of Liability | |
| Bodily Injury Caused by an Accident, Each Accident Bodily Injury Caused by Disease, Each Employee Bodily Injury Caused by Disease, Policy Limit | $1,000,000 $1,000,000 $1,000,000 |
Workers Compensation insurance must be provided for all persons fulfilling this contract, whether employed, contracted, temporary or subcontracted.
The awarded bidder agrees to comply with any contractual provisions that may be reasonably required to ensure continued compliance with all applicable funding restrictions as determined by the City Manager and/or City Attorney.
Conference Type: Mandatory
A Pre-Bid Conference will be held on the date and time specified in the Procurement Schedule. During this meeting, the requirements of this Solicitation will be reviewed and discussed.
If Mandatory: Prospective Respondents must attend. Those who do not attend will be ineligible to submit a Response. Any Response submitted by a non-attendee will be deemed non-responsive.
If Non-Mandatory: Prospective Respondents are encouraged to attend, but attendance is not required to submit a Response.
Any changes to this Solicitation discussed during the conference or site visit are not binding unless included in a written addendum issued by the City.
Any substantive questions regarding the Solicitation must be submitted in writing using the OpenGov platform, on or before the question deadline.
Respondents are responsible for reviewing all information related to this Solicitation, including information presented at the conference. By submitting a Proposal, the Proposer certifies that it is sufficiently familiar with the facilities, work requirements, and all conditions that may affect contract performance.
The Successful Respondent shall not assign, transfer, convey, sublet, or otherwise dispose of its interest in the Solicitation or the subsequent Contract, including any or all of its right, title, or interest therein, or its power to execute such Contract to any person, company, or corporation without the prior written consent of the City at its sole and absolute discretion.
Further, in the event that the majority ownership or control of the Successful Respondent changes subsequent to the award of this Solicitation or Contract, the Successful Respondent shall promptly notify City in writing of such change at least thirty (30) days prior to such change and the City shall have the right to terminate the contract, at City’s sole discretion.
Can be utilized to provide the required limits. Coverage shall be “following form” and shall not be more restrictive than the underlying insurance policy coverages, including all special endorsements and City as Additional Insured status.
In connection with any litigation, mediation, or arbitration arising out of this Contract, each party shall be responsible for its own attorney fees through and including appellate litigation and any post-judgment proceedings.
It is the responsibility of the contractor to ensure that all subcontractors comply with all insurance requirements.
The above policies shall provide the City of Doral with written notice of cancellation or material change from the insurer in accordance to policy provisions. Companies authorized to do business in the State of Florida with the following qualifications shall issue all insurance policies required above. City reserves the right but not the obligation to reject any insurer providing coverage due to poor or deteriorating financial condition.
The Company must be rated no less than “A-” as to management, and no less than “Class V” as to financial strength, by the latest edition of Best Insurance Guide published by A.M. best Company, or its equivalent. All policies or certificates of insurance are subject to review and verification by Risk Management.
Please Note: The Certificate shall contain a provision that coverage afforded under the policy will not be cancelled, or materially changed until at least thirty (30) days prior written notice has been given to the City. Certificates of insurance, reflecting evidence of the required insurance, shall be provided to the City, or in accordance to policy provisions. In the event the Certificate of Insurance provided indicates that the insurance shall terminate and lapse during the period of this Agreement, the vendor shall furnish, at least thirty (30) days prior to the expiration of the date of such insurance, a renewed Certificate of Insurance as proof that equal and like coverage for the balance of the period of the Agreement or extension hereunder is in effect.
The City reserves the right to require additional or alternative insurance in order to meet the full value of the scope of services.
At time of award, the successful bidder must furnish a Certificate of Insurance and Declaration of Coverage Page showing the City of Doral as additional named insured on each of the policies referenced above.
In addition to the requirements set forth in the body of this solicitation, Awarded Contractor shall comply with the provisions and specifications contained in the following documents, which are incorporated herein as Section 5.1 and Section 7.1:
1. Preconstruction Conference
2. Site Conditions
3. Hurricane Preparedness
4. Protection of Existing Facilities, Vegetation, Structures, Utilities, and Improvements
5. Interference with Existing Utilities
6. Environmental Protection and Special Controls
7. Contaminated Soil / Groundwater
8. Clearing and Grubbing / Landscaping / Site Cleanliness
9. Concrete Driveway, Sidewalk, and Curb and Gutter Removal and Replacement
10. Project Specifics
11. Form of Bid Bond (Section 7.1)
12. Forms of Payment Bond and Performance Bond (Section 7.1)
This ITB is subject to the “Cone of Silence”. Accordingly, all questions and/or comments regarding this ITB must be made in writing and be directed to Procurement at the following email at procurement@cityofdoral.com. All inquiries must reference “2026-16 Government Center 3rd Floor Renovation – Recondition of the Existing City Manager’s and Finance Department Office Areas” in the subject line. No phone calls will be accepted in reference to this solicitation. If it becomes necessary to provide additional clarifying information that revises any part of this solicitation, supplements or revisions will be made available via a written addendum.
The Successful Respondent agrees to provide access to the City, or any of their duly authorized representatives, to any books, documents, papers, and records of the Successful Respondent which are directly pertinent to the Contract, for the purposes of audit, examination, excerpts, and transcriptions. The Successful Respondent shall maintain and retain any and all of the aforementioned records for a minimum of three years after the expiration and/or termination of the Contract.
Bids must be submitted electronically through the OpenGov Procurement Portal https://procurement.opengov.com/portal/cityofdoral/projects/254853 by the date and time stated above. The responsibility for submitting a Bid before the stated time and date is solely and strictly that of the Bidder. The City is not responsible for any delayed, lost, late, misdelivered, or non-delivered Bids, no matter the cause. Any submittals received after the due date and time specified will not be considered.
Solicitations and addenda or notices in connection therewith may be downloaded from OpenGov. To receive notifications of addenda or notices issued in connection with this ITB, interested parties must register with OpenGov.
The City reserves the right to accept any response deemed to be in the best interest of the City, to waive any minor irregularities, scrivener’s errors, minor omissions, minor deviations, and/or technicalities in any Bids, or to reject any or all Bids and to re-advertise for new Bids, in accordance with the applicable sections of the Florida Statutes, the City Charter and Code, and this ITB. Minor issues may be corrected at the City’s discretion; however, material deficiencies, missing mandatory information, or failure to meet basic requirements may result in disqualification.
Bids shall be evaluated on a unit price basis. Award of this Contract will be made to the lowest responsive and Responsible Bidder who bids on all items and whose Bid offers the lowest total project cost when all items are added in the aggregate as indicated in the Bid Price Sheet. Failure to bid on all items shall deem your Bid non-responsive. Additionally, the City shall give preference to a responsive and Responsible Bidder that is a certified veteran business enterprise in accordance with the provisions set forth in City Code Section 2-324(2)(a).
The City reserves the right to utilize any combination of the base bid, add alternates as they so desire to achieve the proper balance between the required improvements, desired improvements, and the City’s available project budget. The City reserves the right to request per unit/each pricing of materials listed on the bid form for clarification or to purchase additional materials.
Award of this contract may be made to up to two (2) vendors, a primary and secondary, for each group of items. Award will be made to the lowest priced responsive, responsible respondents. The City reserves the right to award in any manner that the City determines to be in its best interest.
While the award may be made to multiple respondents to ensure availability, the primary respondent will be given the first opportunity to perform under this contract. Awarding multiple respondents is made for the convenience of the City and does not exempt the primary respondent from fulfilling its contractual obligations. Failure to perform as noted may result in the respondent being deemed in breach of contract. If applicable, the City may terminate the contract for default and charge the respondent re-procurement costs.
If the vendor fails to execute a contract or perform, the City may award the contract to the next lowest responsible and responsive bidder during the original bid process.
The City will open all submittals received before the stated deadline in a public forum and announce the names and bid amounts submitted. The city will then review and evaluate all submittals for bid compliance according to the requirements outlined in this ITB.
To be deemed responsive, the bids must meet or exceed this ITB's minimum requirements and provide all required forms. Respondents considered for an award must also be responsible. In awarding a contract to Respondent(s), the City reserves the right to consider such Respondent’s price, responsiveness, and responsibility, including but not limited to its capacity to perform, such as a performance record, references, staffing, materials, experience, etc. The City, at its sole discretion, reserves the right to inspect Respondents’ facilities to determine their capability of meeting the requirements for the Contract. The City of Doral shall be the sole judge in determining the Respondent’s qualifications and responsibilities.
Upon approval of the City Council, a contract shall be awarded to one (1) or more Respondents selected as the most responsible, responsive Respondent(s), meeting all specifications and providing the lowest pricing per group. Any award made shall be subject to the execution of the contract in a form and substance which the City Attorney approves. The City of Doral reserves the right not to award or to reject proposals from vendors that are currently in litigation with the City of Doral or as a result of any prior lawsuit with the City of Doral.
Bids must be submitted electronically through the OpenGov Procurement Portal https://procurement.opengov.com/portal/cityofdoral/projects/254853 by the date and time stated above. The responsibility for submitting a Bid before the stated time and date is solely and strictly that of the Bidder. The City is not responsible for any delayed, lost, late, misdelivered, or non-delivered Bids, no matter the cause. Any submittals received after the due date and time specified will not be considered.
Solicitations and addenda or notices in connection therewith may be downloaded OpenGov. To receive notifications of addenda or notices issued in connection with this ITB, interested parties must register with OpenGov. The City reserves the right to reject any and all submissions, to waive any and all irregularities in any submission, to solicit and re-advertise for bids, and to make awards in the best interest of the City, as determined in its sole discretion.
The City reserves the right to accept any response deemed to be in the best interest of the City, to waive any minor irregularities, scrivener’s errors, minor omissions, minor deviations, and/or technicalities in any Bids, or to reject any or all Bids and to re-advertise for new Bids, in accordance with the applicable sections of the Florida Statutes, the City Charter and Code, and this ITB. Minor issues may be corrected at the City’s discretion; however, material deficiencies, missing mandatory information, or failure to meet basic requirements may result in disqualification.
Unless otherwise provided in this Solicitation, if a brand name, make, manufacturer trade name, or vendor catalog is mentioned, whether followed by the words "approved equal" or otherwise, it is the intent of the City that such name is included for the purpose of establishing a grade or quality of material only. Bidder may offer alternatives of equal quality and appropriateness for the City’s needs with appropriate identification, samples, and/or specifications. The City shall be the sole judge concerning the merits of items as equals.
Bidders shall list all proposed subcontractors in the appropriate portion of the Vendor Questionnaire. Contractor shall be responsible for the coordination of the trades, Subcontractors, materials and staff necessary to complete the Work.
Successful Respondent understands that any capital expenditures that the Successful Respondent makes, or prepares to make, in order to provide the goods or perform the services required by the City under the Contract, is a business risk which the Successful Respondent must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures or any other expenses unless otherwise explicitly agreed to by the City in writing and as part of the Contract.
The City and the Awarded Respondent(s) shall execute a contract within thirty (30) days after Notification of the Award based upon the requirements outlined in the ITB through action taken by the City Council at a fully authorized meeting. If the Respondent awarded the contract fails to enter into a contract as herein provided, the award may be declared null and void, and the contract may be awarded to the next most responsible and responsive Respondent or re-advertised, as determined by the City.
Unless explicitly provided otherwise in this Solicitation, property owned by the City which may be furnished for repair, modification, study, etc., shall remain the property of the City. The Successful Respondent shall be liable for any and all damages to City-owned property occurring while in the Successful Respondent’s possession. Damages occurring to such property while in route to the City shall be the responsibility of the Successful Respondent. In the event that such property is destroyed or declared a total loss, the Successful Respondent shall be responsible for replacement value of the property at the current market value, less depreciation of the property if any plus any other damages incurred by the City as a result of such loss.
Where Successful Respondents are required to enter onto City real property to deliver materials or to perform work or services in connection with a Contract, the Successful Respondent will assume the full duty, obligation, and expense of obtaining all necessary licenses, permits, inspections, and insurance required. The Successful Respondent shall be liable for any damages or loss to the City occasioned by negligence of the Successful Respondent (or their agent, representatives, or invitees).
Should the Bidder be awarded a contract pursuant to this ITB, the prices provided in their Bid must remain fixed and unchanged throughout the duration of the contract. Nonetheless, the Bidder is permitted to propose incentives and discounts from the fixed price to the City at any point during the term of the contract.
The City reserves the right to negotiate reduced prices for any additional term(s) based on market trends or other relevant factors that may affect pricing. Furthermore, the City may adjust the pricing for these additional term(s) in response to decreases in the relevant pricing index.
Notwithstanding any language contained in this Solicitation or subsequent Contract, Successful Respondent understands that the City retains all of its sovereign prerogatives and rights as a municipality under applicable laws, including, but not limited to, any regulatory authority and approvals. Neither the issuance of this Solicitation nor any subsequent Contract shall constitute a waiver of the City’s rights as sovereign. In no event shall the City have any obligations or liabilities to the Successful Respondent under the Contract or otherwise on account of the City’s exercise of its sovereign prerogatives and rights and regulatory authority (quasi-judicial or otherwise) as a municipal government.
Goods and services will be ordered via individual Purchase Order. Invoices must be submitted against each individual Purchase Order.
Questions regarding this Solicitation shall be directed in writing by email to the Procurement Division at the email address specified in this Solicitation. Answers will be issued simultaneously to all registered Respondents. If it becomes evident that this Solicitation must be amended, the City will issue a formal written addendum to all registered Respondent(s) via email or through OpenGov. The addendum will be uploaded to the City’s Procurement webpage.
No person is authorized to give oral interpretations of, or make oral changes to, the Solicitation. The issuance of a written addendum shall be the only official method whereby such a clarification is made. Only questions answered by written addenda shall be binding.
Where two (2) or more related parties, as defined herein, each submit a Response to this Solicitation, such Responses shall be presumed to be collusive. The foregoing presumption may be rebutted by the presentation of evidence as to the extent of ownership, control, and management of such related parties in preparation and submission under such solicitation. Related parties shall mean employees, officers, or the principals thereof, who have a direct or indirect ownership interest in another firm or in which a parent company or the principals thereof of one Respondent have a direct or indirect ownership interest in another Respondent, for the same Project. Responses found to be collusive, or related as provided above, shall be rejected.
Successful Respondent(s) shall comply with all local, state, and federal directives, ordinances, rules, orders, and laws as applicable to this Solicitation and subsequent Contract. Lack of knowledge by the Respondent(s) will in no way be a cause for relief from responsibility. Respondents must be legally authorized to transact business in the State of Florida.
Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). If the Successful Respondent(s) observe that the Response or subsequent Contract is at variance with applicable laws, the Successful Respondent(s) will give the City prompt written notice thereof. If the Successful Respondent(s) perform knowing it to be contrary to such laws, ordinances, rules, and regulations, such Successful Respondent(s) will bear all liability arising therefrom.
In the event that any governmental restrictions are imposed that would necessitate alteration of the goods or services requested by this Solicitation and/or offered by the Successful Respondent prior to delivery or completion, it shall be the responsibility of the Respondent(s) to notify the City immediately. In the event the City determines that the alteration diminishes the City’s bargained-for exchange or frustrates the project, the City reserves the right to accept the alteration or cancel the Contract.
Respondent certifies that all materials, equipment, etc., contained in its Response meet all OSHA requirements. Respondent further certifies that, if he/she is the Successful Respondent, and the materials, equipment, etc., delivered are subsequently found to be deficient in any OSHA requirement in effect on the date of use, all costs necessary to bring the materials, equipment, etc., into compliance with the aforementioned requirements shall be borne solely by the Successful Respondent. Upon request, the contractor shall provide the City with a copy of their written safety program pertaining to the subject of the Contract, if such a program is required by law.
The Successful Respondent shall be solely and completely responsible for the conditions of the job site, including the safety of all persons (including employees) and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to the U.S. Department of Labor OSHA, Florida Department of Labor, and all other applicable federal, state, county, and local laws, ordinances, codes, and regulations. Where any of these are in conflict, the more stringent requirement shall be followed.
This Solicitation shall be subject to the “Cone of Silence” which shall mean a prohibition on any communication regarding a Solicitation between potential Respondent(s) or their lobbyists or representatives and the City Council, City staff including, but not limited to, the City Manager and his or her staff, and any member of the City’s selection or evaluation committee, except as otherwise explicitly provided herein.
The Cone of Silence shall be imposed upon this Solicitation after the advertisement thereof and shall terminate upon the issuance of the City Manager’s recommendation to award. However, if the City Council refers the City Manager’s recommendation back to the City Manager or committee for further review, the Cone of Silence shall be re-imposed until such time a recommendation is issued by the City Manager after such additional review.
The Cone of Silence shall not apply to:
Please contact the City Attorney for any questions concerning Cone of Silence compliance. Violation of the Cone of Silence by a Respondent shall render any award of this Solicitation to said Respondent voidable by the City Manager or Council.
As a political subdivision, the City is subject to the Florida Sunshine Act and Public Records Law. If the Contract contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order.
By way of its Response, Successful Respondent recognizes and certifies that no elected official, board member, or employee of the City shall have a financial interest directly or indirectly in the Contract or any compensation to be paid under or through this transaction, and further, that no City employee, nor any elected or appointed officer (including City Council members) of the City, nor any spouse, parent or child of such employee or elected or appointed officer of the City, may be a partner, officer, director or proprietor of Respondent, and further, that no such City employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a Material Interest in the Respondent. “Material Interest” for purposes of this subsection shall mean direct or indirect ownership of more than 5% of the total assets or capital stock of the Respondent. Any exception to these above-described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by City. Further, Respondent recognizes that with respect to its Response to this Solicitation, if any Respondent violates or is a party to a violation of the ethics ordinances or rules of the City, the provisions of Miami- Dade County Code Section 2-11.1, as applicable to City, or the provisions of Chapter 112, part III, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Respondent may be disqualified from furnishing the goods or services for which the Response is submitted and may be further disqualified from submitting any future Responses for goods or services to City. Respondent must complete and execute the Business Entity Affidavit form.
This Solicitation and Contract shall be read together to avoid any conflicts. However, in the event of a conflict or inconsistency between this Solicitation or any exhibit attached hereto, any document referred to herein, or any document incorporated into this Solicitation and Contract by reference, and a term, statement, requirement, the Response by Successful Respondent, specifications and plans prepared by the Successful Respondent, if applicable, or provision of the Contract the following order of precedence shall apply:
In the event of any conflicts between the Contract and Solicitation, the Contract, as may be amended, shall govern. Where there appears to be a conflict between the General Terms and Conditions, Special Terms and Conditions, the Technical Specifications, or any addendum issued, the order of precedence shall be the last addendum issued, the Technical Specifications, the Special Terms and Conditions, and then the General Terms and Conditions.
In the event of conflicts within the Contract, as amended the priorities stated below shall govern, as applicable:
The Contract(s) that result from this Solicitation may not be modified except pursuant to a written amendment executed by both the City and the Successful Respondent, or their authorized successors or assigns.
The singular includes the plural, and the plural includes the singular. “Shall”, “must”, “will” is mandatory and “may” is permissive. The masculine gender includes the feminine and neuter. The words “furnish” and “furnish and install”, “install”, and “provide” or words with similar meaning shall be interpreted, unless otherwise specifically stated, to mean “furnish and install complete in place and ready for service”.
Miscellaneous items and accessories which are not explicitly mentioned, but which are essential to produce a complete and properly operating product providing the function indicated, shall be furnished and installed without change in the Contract price. Such miscellaneous items and accessories shall be of the same quality standards, including material, style, finish, strength, class, weight, or other applicable characteristics as specified for the major component of which the miscellaneous item or accessory is an essential part, and shall be approved by the City before installation. The above requirement is not intended to include major components not covered by or inferable from the Response and Contract specifications.
The Contract will commence on the date the Agreement is executed by the City and Contractor and will continue to run consecutively for the period of one hundred and five (105) calendar days after date specified in Notice to Proceed. Project shall be completed and ready for final payment in accordance with the Contract Documents within one hundred and five (105) calendar days after the date specified in the Notice to Proceed (“Final Completion”). No extension of time will be given unless previously provided by the City Manager or designee in writing. Liquidated damages will be assessed for each calendar day for which completion of the project is delayed.
The Contractor shall start to perform their obligations under the Contract Documents on the date stipulated in the Notice to Proceed (NTP) for each site. No Work shall be done at the site prior to the date on which the NTP commences to run, except with the written consent of the City. No work will be done on Saturday without written consent of the CITY or after the end of a normal business day unless prior approval is given by the City in writing. No work shall be permitted on Sundays or on national holidays.
Before undertaking each part of the Work, the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements which shall be approximate. Any modifications to the proposed work, once construction has begun, will be at no cost to the City.
All Work completed under the Contract will be measured by the City according to the United States Standard Measures. All linear surface measurements will be made horizontally or vertically as required by the item measured.
Bidders shall be required to submit a Bid Bond equal to five percent (5%) of the base bid.
Original Bid Bonds shall be submitted to and received by the City Clerk’s Office in a sealed envelope referencing ITB 2026-16 no later than the submittal due date at:
City Clerk
City of Doral
8401 NW 53 Terrace
Doral, FL 33166
E-Bid Bonds are not an acceptable form of bond submittal, only Physical Bid Bonds will be accepted.
Awarded Bidder’s failure to submit a Bid Bond to the City Clerk’s Office on the required date and time will deem the Bid as non-responsive and such bid would receive no further consideration under this ITB procurement process. Awarded bidder shall be ready to execute said Agreement and to furnish said Payment and Performance Bonds and Insurance within ten (10) days from the date of such Notice will authorize the City to revoke the award and collect against the Bid Bond. Each Bond required herein must be executed by a surety company authorized to do business in Florida as a 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. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, current Revisions. Surety companies executing bonds must appear on the Treasury Department's most current list (circular 570 as amended) and be authorized to transact business in the State of Florida. The City will accept a surety bond from a company with a rating of A- or better. Failure of the successful Bidder to execute and deliver the Agreement and deliver the required bonds and Insurance Certificates as stipulated herein shall be cause for the City to annul the Notice of Award and declare the Bid and any security therefore forfeited.
Contractor shall be required to submit a Payment Bond and a Performance Bond in forms acceptable to the City of Doral, which shall be substantially as provided in the forms set forth within Section 7.1. Each such bond shall be in the amount of one hundred percent (100%) of the total contract price guaranteeing to the City the completion and performance of the Work covered in such Contract as well as full payment of all suppliers, material man, laborers, of Subcontractors employed pursuant to this Project. Each Bond shall be with a Surety company meeting the qualifications set forth herein.
Each Bond shall continue in effect for one and one half (1.5) years after final completion and acceptance of the Work with the liability equal to one hundred percent (100%) of the total contract price. The Performance Bond shall be conditioned that the Contractor will, upon notification by the City, correct any defective or faulty Work or materials which appear within one and a one half (1.5) years after final completion of the Contract.
Pursuant to the requirements of Section 255.05(1), Florida Statutes, the Contractor shall ensure that the Bond(s) referenced above shall be recorded in the public records of Dade County and Provide the City with evidence of such recording.
Each Bond required herein must be executed by a surety company authorized to do business in Florida as a 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.
The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, current Revisions. Surety companies executing bonds must appear on the Treasury Department's most current list (circular 570 as amended) and be authorized to transact business in the State of Florida. The City will accept a surety bond from a company with a rating of A- or better.
Failure of the successful Bidder to execute and deliver the Agreement and deliver the required bonds and Insurance Certificates as stipulated herein shall be cause for the City to annul the Notice of Award and declare the Bid and any security therefore forfeited.
The delivery of any all goods required by this Solicitation and resultant Contract shall be delivered F.O.B. Destination (i.e., at a specific City-designated address), and delivery costs and charges (if any) will be included in the quoted price. Exceptions shall be noted.
Goods or material(s) delivered to the City pursuant to this Solicitation and resultant Contract shall remain the property of the Successful Respondent until accepted to the satisfaction of the City. In the event goods or materials delivered to the City are found to be defective or do not conform to specifications, the City reserves the right to reject or return the same to the Successful Respondent at the Successful Respondent’s expense. Rejected goods left longer than thirty (30) calendar days will be regarded as abandoned, and the City shall have the right to dispose of them as its own property. Rejection for non-conformance or failure to meet delivery schedules may result in the Contractor being found in default.
If any dispute concerning a question of fact arises under the Contract, other than termination for default or convenience, the Successful Respondent and the City department responsible for the administration of the Contract shall make a good-faith effort to resolve the dispute. If the dispute cannot be resolved by mutual agreement, then the City Manager will resolve the dispute and send a written copy of its decision to the Successful Respondent, which shall be binding on both parties.
Successful Respondent shall be responsible for the appearance of all working on-site personnel assigned to the work in connection with the Contract (clean and appropriately dressed at all times). On-site personnel always supply proper identification upon request.
All employees of the Successful Respondent shall be considered to be at all times the sole employees of the Successful Respondent, under the Successful Respondent’s sole direction, and not an employee or agent of the City. The Successful Respondent shall supply competent, suitably qualified, and capable employees, and the City may require the Successful Respondent to remove any employee it deems careless, incompetent, insubordinate, or otherwise objectionable and whose presence on City property is not in the best interest of the City. The City shall not have any duty to implement or enforce such requirements.
Each employee of the Successful Respondent shall be a citizen of the United States or an alien who has been lawfully admitted for permanent residence as evidenced by an Alien Registration Card. The Successful Respondent agrees not to employ any person undergoing a sentence of imprisonment except as otherwise provided by applicable laws.
The Respondent shall comply with Title VII of the Civil Rights Act of 1964 42 U.S.C. Section 2000e et seq., Section 504 of the Rehabilitation Act of 1973 29 U.S.C Section701 et seq., and Title I of the Americans with Disabilities Act, 42 U.S.C Section 12101 as of 1990 in that: No person in the United States shall on the grounds of race, creed, color, national origin, sex, age, political affiliation, beliefs or disability be subject to discrimination under any program or activity which the Respondent has agreed to undertake by and through the covenants, and provisions set forth in this Contract.
Section 448.095, Florida Statutes, directs all public employers, including municipal governments, and private employers with 25 or more employees to verify the employment eligibility of all new employees through the U.S. Department of Homeland Security’s E-Verify System, and further provides that a public entity may not enter into a contract unless each party to the contract registers with and uses the E-Verify system. Section 448.095, Florida Statutes, further provides that if a Contractor enters into a contract with a subcontractor, the subcontractor must provide the Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. In accordance with Section 448.095, Florida Statutes, CONTRACTOR, if it employs more than 25 employees, is required to verify employee eligibility using the E-Verify system for all existing and new employees hired by CONTRACTOR during the contract term. Further, CONTRACTOR must also require and maintain the statutorily required affidavit of its subcontractors. It is the responsibility of CONTRACTOR to ensure compliance with E-Verify requirements (as applicable). To enroll in E-Verify, employers should visit the E-Verify website (https://www.e-verify.gov/employers/enrolling-in-e-verify) and follow the instructions.
Respondents must thoroughly examine each section. If there is any doubt or obscurity as to the meaning of any part of this Solicitation, Respondents may request clarification by written request to the Procurement Division.
Respondents are required to be familiar with any conditions that may, in any manner, affect the Work to be done or affect the equipment, materials, or labor required. Respondents are also required to carefully examine the specifications and all equipment and all site locations and be thoroughly informed regarding all conditions that may, in any manner, affect the Work to be performed under the Contract. By submission of a Response, it will be construed that the Respondent is acquainted sufficiently with the site(s) and work to be performed.
The City reserves the right to automatically extend the Contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, negotiated and/or awarded. If the right is exercised, the City shall notify the Contractor, in writing, of its intent to extend the Contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur if the City and the Contractor are in mutual agreement on such extensions.
Any individual, corporation, or other entity that attempts to meet its contractual obligations with the City through fraud, misrepresentation, or material misstatement, or omission of any material fact, may be debarred in accordance with the applicable provisions of the City Code. The City may, as a further sanction, terminate or cancel any other Contracts with such individual, corporation, or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation.
The validity and effect of the Contract shall be governed by the laws of the State of Florida. The Successful Respondent agrees that any action, mediation, or arbitration arising out of the Solicitation or Contract shall take place in Miami-Dade County, Florida.
To the extent applicable, Successful Respondent shall comply with the provisions of City Code Section 2-325, providing a preference for Doral Businesses and Residents in Public Works and Improvements Contracts unless otherwise prohibited by applicable law or grant requirement.
Responses that are evaluated as being equal with respect to price, quality, and service for the procurement of commodities or contractual services (sometimes referred to herein as “Tie Bids”), received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process provided the Respondent complies with the requirements of Section 287.087, Florida Statutes.
The City shall not be responsible for any expenses incurred by any of the Respondents for the preparation of their Responses to this Solicitation, or for any associated costs in relation thereto, including, without limitation, the cost incurred during any presentation or negotiations related to potential award.
The Successful Respondent granted a Contract with the City as a result of this Solicitation shall indemnify and hold harmless the City, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to all reasonable attorney's fees and costs, to the extent caused by the error, omission, negligence, recklessness or intentional misconduct of the Successful Respondent or its agents, employees, or subcontractors or consultants, arising out of or in connection with this Solicitation or the Contract. These indemnifications shall survive the term of the Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, the Successful Respondent shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Successful Respondent expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Successful Respondent shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided.
The indemnification provided above shall obligate the Successful Respondent to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by the Successful Respondent or persons employed or utilized by the Successful Respondent. This indemnity will survive the cancellation or expiration of the Contract.
This indemnity will be interpreted under the laws of the State of Florida, including, without limitation, in a manner that conforms to the limitations of §768.28, §725.06 and/or §725.08, Florida Statutes, as applicable and as amended.
The Successful Respondent shall require all subconsultants and subcontractors’ agreements to include a provision specifying that they will indemnify and hold harmless the City in the manner substantially set forth above.
The Successful Respondent agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Successful Respondent in which the City participated either through review or concurrence of the Successful Respondent's actions. In reviewing, approving, or rejecting any submissions by the Successful Respondent or other acts of the Successful Respondent, the City in no way assumes or shares any responsibility or liability of the Successful Respondent or subcontracted entities under the Contract.
The Successful Respondent agrees and recognizes that the City shall not be held liable for claims liabilities damages, losses or costs arising directly from Acts of God or Force Majeure events, which shall include floods, hurricanes, tornadoes, earthquakes, lightning, fires epidemics, pandemics, quarantine restrictions, usually severe weather conditions, acts of public enemies, war, blockade, riots, civil disturbances, freight embargoes, or other similar events beyond the reasonable control of the City.
Successful Respondent warrants that there has been no violation of copyrights or patent rights in submitting their Response or providing the goods or services requested by this Solicitation. The Successful Respondent shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product, or device which is the subject of patent rights or copyrights. Successful Respondent shall, at its own expense, hold harmless and defend the City against any claim, suit, or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the goods or services, or any part thereof, furnished under the contract, constitute an infringement of any patent or copyright of the United States. The Successful Respondent shall pay all damages and costs awarded against the City.
The City shall have the right to inspect and copy during regular business hours at City’s expense, the books and records and accounts of Successful Respondent which relate in any way to the Contract, and to any claim for additional compensation made by Successful Respondent, and to conduct an audit of the financial and accounting records of Successful Respondent, which arise out of the Contract. Successful Respondent shall retain and make available to City all such books and records and accounts, financial or otherwise, which relate to the Contract and to any claim for a period of three (3) years following final completion of the underlying project at no cost to the City. During the implementation of the work contemplated under the Contract and the three (3) year period following final completion of the same, the Successful Respondent shall provide the City access to such books and records upon five (5) days written notice.
Contractor shall maintain, at their sole expense and during the term of this agreement insurance requirements set forth in the Minimum Insurance Requirements section.
Contractor will perform work Monday through Friday, excluding City holidays, from 8:00 a.m. to 7:00 p.m. unless prior written approval is received from The City. The Contractor must comply with the City’s Noise Ordinance, Ordinance No. 2006-23.
Contractor shall be responsible for survey work required for establishing proper layout, elevations and grades as noted on the plans. The Contractor shall provide the City with three (3) sets of certified as-built plans and a CD containing PDF copy of the As-Built drawings as well as the CAD files, at no additional cost to the City.
Contractor shall obtain all sub-permit shop drawings necessary to conduct this project. The cost of all shop drawings sub permits should be included on the bid proposal. If more than 1 Acre of land is disturbed during construction the Contractor is responsible for obtaining NPDES Stormwater permit coverage through the Florida Department of Environmental Protection (FDEP) Construction Generic Permit (CGP). Instructions to request and obtain a CGP can be found at: http://www.dep.state.fl.us/water/stormwater/npdes/docs/cgp.pdf.
Contractor should submit the Notice of Intent (NOI) with the appropriate processing fees to the NPDES Stormwater Notices Center. Contractor must apply for permit coverage at least two days before construction begins. In addition, the Contractor shall clear utilities prior to conducting any work at each project site. Contractor shall adhere to any restrictions imposed by FPL for conducting work under power lines.
Contractor shall, at all times, conduct the Work in such a manner as to ensure the least practicable obstruction to public travel. The convenience of the general public and of the residents and adjacent to the area of Work shall be provided for in a satisfactory manner, consistent with the operation and local conditions. Proper Maintenance of Traffic (MOT) devices shall be placed immediately adjacent to the Work, in a conspicuous position, at such locations as traffic demands. The MOT shall be designed as outlined in the latest edition of ROADWAY AND TRAFFIC DESIGN STANDARDS SERIES 600. At any time that streets are required to be closed or blocked, the Contractor shall notify law enforcement agencies before the street is closed and again as soon as it is opened. Access to fire hydrants and other fire extinguishing equipment shall be provided and maintained at all times.
The Contractor shall notify the Public Works Director whenever it is necessary to temporarily interrupt any business activities, the Contractor shall notify the City or tenant or their designee prior to the interruption and again immediately before the service is resumed. Before disconnecting any underground or overhead utilities, the Contractor shall make similar arrangements for their disconnection with the City, tenant or their designee. The Contractor shall be responsible for any damage caused by the Contractor to such utilities and shall restore them to service promptly as soon as the Work interruption has ended.
Contractor shall notify residents directly impacted by the project (including MOT), in writing, 72 hours prior to performing any work. Notification must include type of work to be performed; date work will begin and estimated completion date. In the event Contractor changes schedule or duration of work, Contractor must notify resident, in writing, of such changes. Contractor must provide a copy of all notifications to the City.
All work in fulfillment of this project shall be performed on City property or public right- of-way. No permission will be given to trespass on adjoining property. If property (public or private) is damaged during construction or is removed for the convenience of the work, it shall be repaired or replaced at the expense of the Contractor in a manner acceptable to the City of Doral prior to the final acceptance of the work. Such property shall include but not be limited to: pavement, sidewalks, curbs, driveways, walls, fences, footings, building façade, underground utilities, sod, shrubs, water sprinklers, signs, and trees.
The Contractor shall notify the Public Works Department in writing of the site having pre- existing damage to sidewalks, curbs, facade, adjacent improvements, etc., before beginning work. Failure to do so shall obligate the Contractor to make repairs per above paragraph.
The Contractor shall be solely responsible for pedestrian and vehicular safety and control within the work site and shall provide the necessary warning devices, signage, barricades and ground personnel needed to give safety, protection, and warning to persons and vehicular traffic within the area. All safety devices must have suitable and sufficient lighting for the prevention of accidents.
The Contractor shall protect existing catch basins from sediment and debris with filter fabric while work is in progress. Filter fabric shall be removed after completion of work. Filter fabric must be cleaned periodically to avoid excessive accumulation of sediment and debris. Extreme care shall be taken when removing filter fabric to avoid sediments and debris from entering catch basin.
Contractor will be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the ROADWAY AND TRAFFIC DESIGN STANDARDS SERIES 600 TRAFFIC CONTROL THROUGH WORK ZONES latest edition. They will take all necessary precautions for the safety of, and will provide the necessary protection to prevent damage, injury or loss to: all employees and other persons whom may be affected thereby; all the Work and all materials or equipment to be incorporated therein, whether in storage on or off the work area; and all other property at the work area 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.
The Contractor will designate an OSHA Certified “Competent Person”, as defined under 29 CFR 1926.32(f), at the site whose duty shall be the prevention of accidents. Under the Excavation standards, tasks performed by the competent person include classifying soil, inspecting protective systems, designing structural ramps, monitoring water removal equipment, and conducting site inspections.
In addition, the competent person shall be available to receive verbal instructions from CEI Team or City representatives regarding installation, adherence to City standards, plans, and Contract Documents as a front-line representative of the Contractor.
Additional site tasks performed by the competent person include but are not limited to weekly safety briefings, daily adherence to MOT set up and takedown, monitoring of resident and commercial stakeholder requests, and concurrence with CEI Team’s daily reports.
The City will not be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions and programs incident thereto.
Should the City or the Contractor suffer injury or damage to its person or property because of any error, omission, or act of the other or of any of their employees or agents or others for whose acts they are legally liable, claim shall be made in writing to the other party within a reasonable time of the first observance of such in- jury or damage.
Contractor shall comply with the State of Florida “Trench Safety Act” to the extent applicable, which was created to provide for increased worker safety by requiring compliance with sufficient standards for trench safety when the excavation is in excess of five (5) feet deep.
In emergencies affecting the safety of persons or the Work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the City, is obligated to act, at their discretion, to prevent threatened damage, injury or loss. They will give the City prompt written notice of any significant changes in the Work or deviations from the Contract Documents caused thereby.
The City will designate an individual to serve as the City’s Field Representative, which will be responsible to administer the Contract and communicate on behalf of the City. The Field Representative shall determine the amount and quality of several kinds of work performed and materials furnished which are to be paid for under the Contract.
The Field Representative will observe the Contractor’s work for compliance with the Contract Documents. Such observation will extend to any part of the work done and to the preparation, fabrication, or manufacture of the material to be used. Upon discovery of faulty workmanship or defective materials, the Field Representative shall call the Contractor’s attention to the same and reject work and materials not conforming to the requirements of the Contract Documents.
When any work in progress or completed is not Contract Documents, the Field Representative order the Contractor to shut down that portion of the work affected until the affected work is corrected to the satisfaction of the Field Representative. The Field Representative shall confirm this later in writing as soon as practicable, detailing the reasons for the shutdown. Work performed in violation of the Field Representatives order to shut down will not be accepted or paid for.
The Field Representative is not authorized to revolt, alter, or waive any requirements of the contract. The Field Representative will negotiate and act on behalf of the Owner to the authorized limits of his authority as specified in the Contract Documents.
Whenever the Contractor intends to build, assemble or perform any portions of the work away from the site, the Contractor shall promptly notified the Field Representative of such intentions, including where and why no such work is to be performed, before such work starts. The Contractor shall also make arrangements for access thereto by the Field Representative so that the aforementioned portions of the work may be inspected as needed.
The fact that the Field Representative has not made early discovery of materials furnished or work performed does not meet the requirements of the Contract Documents, shall not bar the Field Representative from subsequently rejecting said materials or work and does not relieve the Contractor of his responsibility to meet the requirements of the Contract Documents.
The Field Representative shall not act as a foreman or perform other duties for the Contractor, nor interfere with the management of the work by the Contractor. The administration, observation of the work, and actions by the Field Representative, as herein provided, shall not be construed as undertaking supervisory control of the construction work or of means and the methods employed by the Contractor or his Subcontractors and shall not relieve the Contractor from any of his responsibilities or obligations under the contract; the Contractor shall not request or attempt to require the Field Representative to undertake such supervisor control or to administer, to supervise, to inspect, to assist, or to act in any manner so as to relieve the Contractor from such responsibilities or obligations.
The Field Representative shall decide all questions relating to the rights of different prime Contractors on the project or site. All materials and each part or detail of the work shall be subject to observation by the Field Representative and/ or the Architect/ Engineer. The Architect/ Engineer and the Field Representative shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required.
Work site(s) must be protected properly in accordance with all Federal, State, County and Municipal laws and ordinances, at the end of each workday and weekend. Contractor is responsible for project security. The Contractor shall protect and secure the site, materials, and equipment from theft and damage, by whatever means deems effective, at the Contractor’s cost.
The Contractor shall at all times ensure that the work site is maintained in a clean and orderly fashion. Contractor shall control dust by watering and sweeping at end of each workday or as directed by City. Dust control must meet City’s satisfaction or City will control dust by whatever means deemed necessary and Contractor shall pay all expenses incurred by the City associated with dust control.
As soon as the work in any one locality is completed, the accumulated rubbish or surplus materials shall be promptly removed. The Contractor shall also restore all public and private property in a manner acceptable to the City, to a condition equal to or better than pre-construction conditions. This shall apply to public and private property which has been displaced or damaged during the prosecution of the work, and the Contractor shall leave the site and vicinity unobstructed and in a neat and presentable condition.
The underground pipes, utilities and structures shown on the Plans are located according to the best information available but may vary by several feet from both the position and elevation shown. The Contractor shall explore far enough ahead of his work to determine the exact location and condition of such utilities, structures or facilities so that, before the pipe is installed, the Engineer may change the line or grade of the pipe or other facility, should that become necessary to avoid a conflict. Should this exploration reveal that adjustments to the work are necessary; the Contractor shall immediately notify the Engineer and coordinate with him to adjust the work in a timely fashion avoiding delays to construction. No request for additional compensation or Contract time (except for a non- compensable time extension at the sole discretion of the Engineer, whose decision shall be final) resulting from encountering utilities or structures not shown, or differing in location or elevation from that shown, will be considered. The Contractor shall explore sufficiently ahead of the Work to allow time for any necessary adjustments without delay to the progress of the installation. Costs due to delays occasioned by encountering underground utilities or structures which could have or should have been discovered by timely exploration ahead of the Work shall rest solely with the Contractor.
All cost for changing the grade of the proposed “new installation” downward two feet-six inches or less in order to clear obstructions located differently than shown on the Plans, or to clear obstructions located differently than shown on the Plans but the location of which could have become known or should have become known by proper observation of field conditions or the proper exploratory procedure, shall be included in the prices bid under the various items of the Proposal and no additional compensation will be allowed.
All pipes, sewers, drains and other pipe, cables, or conduits, and all other obstructions, whether or not shown, shall be temporarily removed from, or supported during excavation. It is intended that wherever piping systems or utilities such as water, wastewater, air, chemical, electrical or other service lines must be crossed, deflection of the pipe within recommended limits and cover shall be used to satisfactorily clear the obstruction unless otherwise indicated on the plans. The Contractor shall be held responsible for any damage to such installations and shall restore them to service immediately.
Changing the grade of the proposed main by rising deflections, or the alignment by horizontal deflections, will not be considered as extra work, or extra cost, to the Contractor, and in some cases a credit to the Department may be warranted.
Relocation of existing utilities: The relocation of existing utilities, as noted on the Plans, or for the convenience of the Contractor shall be the responsibility of the Contractor. This work shall be completed by either the forces of the existing utility or the Contractor's forces at the discretion of the responsible utility. If the work is to be performed by the Contractor, all work shall be done in accordance with the utility company’s requirements. Under no circumstances shall the Contractor be authorized extra payment for this work, and all cost for the relocation shall be the responsibility of the Contractor.
The Contractor shall also be responsible for the coordination of all existing utility relocations with the appropriate utilities. Where temporary supports or protective encasements are required during the construction, the Contractor shall be responsible for this work at no additional cost.
Any conflicts between the field investigation and the information shown on the plans shall be brought to the immediate attention of the City.
The City may, at any time or from time to time, without notice to the sureties, and only in writing, order additions, deletions or revisions in the Work; these shall be authorized by Change Orders. A Change Order may include any change in the Work within the general scope of the Contract, including but not limited to changes in the specifications (including drawings and designs); in the method or manner of performance of the Work; in the City-furnished facilities, equipment, materials, services, or site; or in directing acceleration in the performance of the Work.
Upon receipt of a Change Order, the Contractor will proceed with the Work involved. All such Work shall be executed under the applicable conditions of the Contract Documents. All Change Orders that add or delete work, or increase or decrease Time, may result in an adjustment to the Contract Price and Time accordingly. Any such changes must be reflected in the Change Order(s), which when signed by the Contractor, shall indicate an agreement of the parties therewith.
The City may authorize minor changes or alterations in the Work not involving extra cost and not inconsistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order. Additional Work performed by the Contractor without authorization of a Change Order will not entitle the Contractor to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in this Solicitation. The City will execute appropriate Change Orders prepared by the City covering changes in the Work to be performed and Work performed in an emergency and any other claim of the Contractor for a change in the Contract Time or the Contract Price which is approved by the City.
It is the Contractor’s responsibility to notify his Surety of any changes affecting the general scope of the Work or change in the Contract Price or Contract Time and the amount of the applicable bonds shall be adjusted accordingly. The Contractor will furnish proof of such an adjustment to the City.
The Contract Price constitutes the total compensation payable to the Contractor for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at their expense without changing the Contract Price. Except as herein provided, no order, statement, or conduct of the City shall be treated as a change under this clause or entitle the Contractor to an adjustment to the Contract Price or Time.
If any change order under this clause causes an increase or decrease in the Contractor’s cost of, or the time required for, the performance of any part of the Work, under this Contract, whether or not changed by any order, the Contract Price and Time will be adjusted in writing by the same amount.
If the Contractor intends to assert a claim for an adjustment in Contract Price or Time under this clause, he must, within ten (10) days after receipt of a written Change Order, submit to the City a written notice including a statement setting forth the general nature and monetary extent of such claim, and supporting data. No claim by the Contractor for an adjustment in Contract Price or Time hereunder shall be allowed if not submitted in accordance with this section or if asserted after final payment under this Contract.
The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined either by negotiated lump sum or on the basis of the cost of the Work, determined as provided below, plus a mutually agreed upon fee to the Contractor to cover overhead and profit.
The term cost of the Work means the sum of all direct costs necessarily incurred and paid by the Contractor in the proper performance of the Work. Except as otherwise may be agreed to in writing by City, such costs shall be in amounts no higher than those prevailing in Miami-Dade County, shall include only the following items:
The term cost of the Work shall not include the following:
Upon the issuance of a Change Order, Contractor’s overhead and profit shall be determined as follows:
Whenever cost of Work is to be determined pursuant to the above process, the Contractor will submit in form prescribed by City an itemized cost breakdown together with supporting data.
The amount of credit allocated by the Contractor to the City for any change order which results in a net decrease in cost will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the net shall be computed to include overhead and profit, identified separately, for both additions and credit, provided however, the Contractor shall not be entitled to claim lost profits for any Work not performed.
Force Account Work
If the City and the Contractor cannot reach an agreement on an equitable adjustment to the Contract Price for any work as prescribed above, then the additional Work will be performed on a Force Account basis as directed by the City’s Field Representative with review by the Architect/ Engineer and paid for as specified below.
In the event additional Work is performed on a Force Account basis, then the Contractor and the Subcontractors, as appropriate, shall maintain itemized daily records of cost, quantities, labor and the use of authorized special equipment or machinery.
The itemized daily record will be submitted to the Architect/Engineer daily for approval, which shall be subject to audit by the City. The Contractor, including its Subcontractor(s) of any tier performing the work, and the Architect/ Engineering shall compare records of the cost of force account work at the end of each day. The agreement shall be indicated by signature of the Contractor, the Subcontract performing the work, and the Architect/ Engineer or their duly authorized representatives.
No payment will be made for work performed on a force account basis until the Contractor has furnished the Architect/ Engineer with duplicate itemized statements of the cost of such force account work detailed as follows:
The statements shall be accompanied and supported by a receipted invoice of all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor’s stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from its stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor.
The Contractor may submit to the City’s Architect/Engineer one or more cost reduction proposals for changing the Contract requirements. The proposals shall be based upon a sound study made by the Contractor indicating that the proposal:
Contractor shall specifically identify any such proposals under this section with the heading “Value Engineering Change Proposal”. The Owner may accept in whole or in part any proposal submitted pursuant to the previous paragraph on Value Engineering Change Proposals by issuing a Change Order which will identify the proposal on which it is based. The Change Order will provide for a Contract change in the Contract price and will revise any other affected provisions of the Contract Documents. The equitable adjustment in the Contract price will be established by determining the net savings resulting from the accepted change. The net savings resulting from the change will be shared between the Contractor and the Owner based on 50 percent for the Contractor and 50 percent for the Owner and will be limited to 10 percent of the total construction contract amount for all Value Engineering Change Proposal submitted via Change Order. Net savings will be determined by deducting from the proposal’s estimated gross savings (1) the Contractor's costs of developing and implementing the proposal (including any amount attributable to a subcontractor) and (2) the estimated amount of increased costs to the Owner resulting from the change, such as evaluation, implementation, inspection, related items, and Owner - furnished material. Estimated gross savings will include Contractor's labor, material, equipment, overhead, profit and bond. The Contract price will be reduced by the sum of the Owner's costs and share of the net savings. For the purposes of this article, the applicable provisions of the Contract Documents shall be used to determine the equitable adjustment to the Contract price.
The Owner will not be liable for delay in acting upon, or for failure to act upon, any proposals submitted pursuant to of this article. The decision of the Owner as to the acceptance or rejection of any such proposal under the Contract will be final. The submission of a proposal by the Contractor will not in itself reflect the rights or obligation of either party under the Contract.
The Contractor shall have the right to withdraw part or all of any Value Engineering Change Proposal he may make at any time prior to acceptance by the Owner. Such withdrawal shall be made in writing for the Architect/ Engineer. Each such proposal shall remain valid for a period of 60 days from the date submitted. If the Contractor wishes to withdraw the proposal prior to the expiration of the 60-day period he will be liable for the cost incurred by the City in reviewing the proposal.
The City may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety (90) days by notice in writing to the Contractor which shall fix the date on which Work shall be resumed. For suspensions longer than ninety (90) days, The Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if they make a claim in accordance with the process set forth in this Solicitation.
Work shall be suspended during inclement weather when the weather is unfit for good and careful Work to be performed unless written permission is provided by the City. Should the severity of the weather continue, the Contractor upon the direction of the City, shall suspend all Work until instructed to resume operations by the City and the Contract Time shall be extended to cover the duration of the order.
If the Contractor is adjudged bankrupt or insolvent, or if they make a general assignment for the benefit of their creditors, or if a trustee or receiver is appointed for the Contractor or for any of their property, or if they file a petition to take advantage of any debtor’s act, or to reorganize under bankruptcy or similar laws, or if they repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if they repeatedly fail to make prompt payments to Subcontractors or for labor, materials or equipment or they disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction, or if they disregard the authority of the City, or if they otherwise violate any provision of the Contract Documents, then the City may, without prejudice to any other right or remedy and after giving the Contractor and their surety seven (7) days written notice, terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor, and finish the Work by whatever method they may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Project, including compensation for additional professional services, such excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor will pay the difference to the City. Such costs incurred by the City will be determined by the City and incorporated in a Change Order.
Without limitation of the foregoing, upon seven (7) days written notice to the Contractor, the City may, without cause and without prejudice to any other right or remedy, elect to terminate the Agreement. In such case, the Contractor shall be paid for all Work executed and accepted by the City as of the date of the termination. No payment shall be made for profit for Work which has not been performed.
If after termination of the Contractor under this Section, it is determined by a court of competent jurisdiction for any reason that the Contractor was not in default, the rights and obligations of the City and the Contractor shall be the same as if the termination had been issued pursuant to the City’s right to terminate for convenience as set forth in this Solicitation.
Where the Contractor’s services have been so terminated by the City said termination shall not affect any rights of the CITY against the Contractor then existing or which may thereafter accrue. Any retention or payment by the City due to Contractor will not release the Contractor from liability.
In the case of termination of this Contract before completion for any cause whatever, the Contractor, if notified to do so by the City, shall promptly remove any part or all of his equipment and supplies from the property of the City. Should the Contractor not remove such equipment and supplies, the City shall have the right to remove them at the expense of the Contractor. Equipment and supplies shall not be construed to include such items for which the Contractor has been paid in whole or in part.
If, through no act or fault of the Contractor, the Work is suspended for a period of more than ninety (90) days by the City or under an order of court of other public authority, or the Contractor fails to act on any Application for Payment within thirty (30) days after it is submitted, or the City fails to pay the Contractor any sum approved by the City, within thirty (30) calendar days of its approval, and presentation, then the Contractor may, upon twenty (20) calendar days written notice to the City, terminate the Agreement. The City may remedy the delay or neglect within the twenty (20) calendar days’ time frame. If timely remedied by the City the Contract shall not be considered terminated. In lieu of terminating the Agreement, if the City has failed to act on an Application for Payment or the City has failed to make any payment as aforesaid, the Contractor may upon ten (10) calendar days’ notice to the City and the Contractor stop the Work until they have been paid all amounts then due. If the Contractor stops neither by default nor by non-payment from the City, the Contractor will be responsible for 100% of the difference between the total of his/her Bid and the second lowest Bid.
At least ten (10) days before each progress payment falls due (but not more often than once a month), the Contractor will submit to the City a partial payment estimate filled out and signed by the Contractor covering the Work performed during the period covered by the partial payment estimate and supported by such data as the City may reasonably require.
The City will within ten (10) days after receipt of each partial payment estimate, either indicate in writing their approval of payment and present the partial payment estimate to the City, or return the partial payment estimate to the Contractor, indicating in writing their reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the partial payment estimate. The City, will within thirty (30) days of presentation to them of any approved partial payment estimate, pay the Contractor a progress payment on the basis of the approved partial payment estimate. The City may retain five percent (5%) of the amount of each payment until final completion and acceptance of all Work covered by the Contract Documents. On completion and acceptance of a part of the Work on which the price is stated separately in the Contract Documents, payment may be made in full, including retained percentages, less authorized deductions. Any interest earned on the retainage shall accrue to the benefit of the City.
The City will provide Contractor with the appropriate forms by which to submit the progress payment estimates and requests as well as the certification of Contractor; partial release by subcontractors, suppliers, and/or Contractor; and any additional documents the City may reasonably require.
The City shall have the right to receive from the Contractor, before Contractor receives final payment, final releases of lien executed by all persons, firms or corporations who have performed or furnished labor, services or materials, directly or indirectly, used in the Work; inclusive of Final As-builts. Likewise, as a condition to receiving any progress payment, the City may require the Contractor to furnish partial releases of lien executed by all persons, firms and corporations who have furnished labor, services or materials incorporated into the Work during the period of time for which the progress payment is due, releasing such lien rights as those persons, firms or corporations may have for that period, red-line as-builts, progress schedule.
Acceptance by Contractor of final payment shall operate as a release to the City and a waiver of all claims and all liability to the Contractor other than claims in stated amounts as may be specifically excepted by the Contractor for all things done or furnished in connection with the Work and for every act and neglect of the City and others relating to or arising out of this Work. Any payment, however, final or otherwise, shall not release the Contractor of their sureties from any obligations under the Contract Documents or the Performance Bond and Payment Bonds.
The Field Representative, Architect or Engineer and other representatives of City, testing agencies and governmental agencies with jurisdictional interests shall have access to the Work at reasonable times for their observation, inspecting and testing. Contractor shall provide proper and safe conditions for such access.
The Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, observations or approvals. Inspections, tests or observations by the City’s Representative, the Architect or Engineer, City or its agents may be performed at its discretion to provide information to the City on the progress of the Construction. However, such information is not intended to fulfill the Contractor’s obligations in accordance with the Contract Documents.
Contractor shall assume full responsibility, pay all costs in connection therewith and furnish City the required certificates of inspection, testing or approval for all materials, equipment or the Work or any part thereof unless otherwise specified herein.
Storm Sewer System Testing
Density Testing
Density tests shall be taken by an independent testing laboratory certified by the State of Florida and approved by the designated City representative and shall be paid for by Contractor, at no additional cost to the City. A compaction test, for both the base and subgrade, shall be performed for every section of new pavement and at least one (1) test for every 250 square yards of new pavement. In addition, density testing shall be performed for installation in swale areas at a frequency of one test per 50 feet of trench, or adjacent to newly installed inlets at the discretion of the City representative.
Compaction test reports of sub-grade and base rock shall be submitted for approval to the designated City representative prior to installation of final asphaltic wearing surface.
If any Construction that is to be inspected, tested or approved is covered without written concurrence of City’s Representative, it must, if requested by City or the City’s Representative, be uncovered for observation. Such uncovering shall be at Contractor’s expense and will exclude the right to an increase in the Contract Price or Contract Time unless Contractor has given City or the City’s Representative timely written notice of Contractor’s intention to cover such Construction and City, or the City’s Representative has not acted with reasonable promptness in response to such notice.
If City considers it necessary or advisable that covered Work be observed by City’s Representative or the Architect or Engineer, or inspected or tested by others, Contractor, at City’s request, shall uncover, expose or otherwise make available for observation, inspection or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, including compensation for additional professional services and any additional expenses experienced by the City due to delays to others performing additional work, other contractual obligations, and City shall be entitled to issue an appropriate deductive Change Order. Contractor shall further bear the responsibility for maintaining the schedule and will not be allowed an increase in Contract Price or Contract Time due to the uncovering. If, however, such Construction is not found to be defective, Contractor shall be allowed an increase in the Contract Price or the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction if it makes a claim therefore as provided in accordance with the Contract Documents.
Except as otherwise provided, sampling and testing of all materials, and the laboratory methods and testing equipment required under these specifications shall be in accordance with the latest standards of the American Society for Testing Materials.
The Contractor shall furnish the required samples for testing without charge. The Contractor shall provide at least 24-hour notice when requesting testing to be performed. In locations where coring’s are taken by the approved testing lab, the Contractor shall be responsible for plugging these core holes.
All material tests will be made by an independent testing laboratory that may be selected by the City. Excluding Density Testing, where tests indicate that materials are in accordance with specified requirements, the City shall bear the testing cost. When tests reveal that conditions or materials do not comply with the specifications, the cost of such tests shall be assessed against the Contractor.
Contractor warrants and guarantees the City that all Work shall be in accordance with the Contract Documents and will not be defective. Contractor further warrants and guarantees that title to all Work, materials and equipment covered by an application for payment, whether incorporated in the Project or not, will have passed to the City prior to the making of the application for payment, free and clear of all liens, claims, security interest and encumbrances (hereafter referred to as “Liens”); and that no Work, materials or equipment covered by an application for payment will have been acquired by the Contractor or by any other person performing the Work at the site or furnishing materials and equipment for the project, subject to an agreement under which an interest therein or encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person.
The Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release from the Contractor’s obligation to perform the Work in accordance with the Contract Documents:
If the Contractor is notified to correct defective or nonconforming work, and the Contractor fails to promptly proceed with corrective action in a reasonable time, the City may, at its sole discretion and upon written notice to Contractor, complete the redesign, repair, rework or replacement of nonconforming work by the most expeditious means available and back charge the Contractor for the cost incurred. The cost of back charge work shall include all reasonable costs associated with the corrective action. The City shall separately invoice or deduct from payments, otherwise due to the Contractor, the costs as provided herein. The City's right to back charge is in addition to any for all other rights and remedies provided in this contract, or by law. The performance of work, on behalf of the City, shall not relieve the Contractor of any of its responsibilities under this contract including but not limited to express or implied warranties, specified standards of quality, contractual liabilities and indemnification, and the Contract Time.
The City will have authority to disapprove or reject Work which is “defective” (which term is hereinafter used to describe Work that is unsatisfactory, faulty or defective, or does not conform to the requirements of the Contract Documents or does not meet the requirements of any inspection, test or approval referred to in Special Condition, or has been damaged prior to final acceptance) at Contractor’s expense.
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such failure has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor or any other party. The Contractor shall not be allowed an increase in Contract Price or the Contract Time or both as a result of the stopping of Work under this section.
If required by the City’s Representative, with the recommendation of the Architect and/or Engineer, Contractor shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by the City’s Representative, upon the recommendation of the Architect or Engineer, remove it from the site and replace it with non-defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including but not limited to fees and charges of the City’s Representative, the Architect or Engineer, attorneys and other professionals) made necessary thereby.
Without prejudice to any other right of the City, if within one (1) year after the date of final completion or within any designated manufacturer’s warranty, whichever is greater, or such longer period of time as may be prescribed by laws or regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions, either correct such defective Work, or, if it has been rejected by City or the City’s Representative, based on the recommendation of the Architect or Engineer, remove it from the site and replace it with non-defective Work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or the rejected Work removed and replaced, and all of the City’s direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of the Architect or Engineer) will be reimbursed by Contractor. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so, provided in the Specifications or by written amendment.
City shall reserve and retain all of its rights and remedies at law and equity against Contractor and its surety for damages and for corrections of any and all latent defects.
Any defective Construction that is either corrected or rejected and replaced will be warranted and guaranteed for a period of one (1) year from the date of acceptance of such correction or removal and replacement, even if it had previously been corrected or replaced, in accordance with the provisions of this Article 12. If within such an extended Warranty Period, the Work is once again found to be defective, City shall be entitled to all of City’s rights and remedies under this Article.
The Contractor warrants that all materials and equipment shall be of good quality and new, unless otherwise provided in the specifications and that the work will be free from defects whether patent or latent in nature. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable supplier except as otherwise provided in the specifications.
The Contractor shall store materials, at his expense, in areas approved by the City. The Contractor, at their own expense, shall maintain these areas in a clean, orderly condition so as not to cause a nuisance in the area. The Contractor shall restore the storage area to its original or better condition, with all its appurtenances, in kind, to the satisfaction of the City, at the Contractor’s discretion, if the Contractor chooses to stage material outside of the designated area, with prior approval from the City.
All salvageable material and/or equipment removed from the existing construction for which specific use, relocation or other disposal is not specifically noted on the drawings or otherwise specified, will remain the property of the City and be turned over to the City. All material and/or equipment not in salvageable condition as determined by the City Representative must be disposed of by the Contractor. The actual storage site for salvageable material will be designated by the City.
All excess excavated material and debris not required for backfill (unless otherwise noted), including broken pipe, sidewalks, curbs and other concrete items, together with all roots, boards and other debris are to be disposed of by the Contractor at an appropriate legal site, at no additional cost to the City.
All construction equipment necessary and required for construction of this project shall be on the construction site, in excellent working condition, before construction is permitted to start. The Contractor shall provide such tamping tools and equipment as are necessary for the proper compaction of the backfill material.
All City potable water used during the project shall be metered through a hydrant meter or meters obtained from the Miami-Dade County Water and Sewer Department at the Contractor’s expense.
No staging site is available for this project. Contractor must use available space along the public right-of-way without impacting or closing sidewalks and/or the roadway or provide documentation for Contractor selected staging area prior to commencement of work. The staging site/area is the responsibility of the Contractor and the Contractor shall be responsible for the restoration of the area at no additional cost to the City. Staging sites shall be protected and shall have erosion and sedimentation control measure such as silt fence, at no additional cost to the City.
Upon failure of the Contractor to complete the Work within the time specified for completion, (plus approved extensions if any) the Contractor shall pay to the City the sum of ONE THOUSAND SIX HUNDRED AND SIXTY-FIVE DOLLARS AND 00/100 ($1,665.00) for each calendar day that the completion of the Work is delayed beyond the time specified in the Contract for completion, as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by the City as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of the Contractor to complete the Contract on time. Regardless of whether or not a single Contract is involved, the above-stated liquidated damages shall apply separately to each portion of the Work for which a time of completion is given. The CITY shall have the right to deduct from and retain out monies which may be then due, or which may become due and payable to the Contractor, the amount of such liquidated damages, the Contractor shall pay in full such liquidated damages.
Respondents must have the proper license(s) and certification(s) to perform the Work being requested. Successful Respondent must provide a copy of their occupational/business license and State registration at time of award. Failure to possess and maintain the proper license(s) and/or certification(s) may result in disqualification of proposal submittal or termination of the Contract after award. Copies of the respondent’s license(s) and/or certification(s) which are applicable to this project shall be submitted as part of their bid submittal. Pursuant to section 607.1503(1), Florida Statutes, Corporations, out-of-state corporations are required to obtain a Florida Certificate of Authorization from the Florida Department of State, Division of Corporations, to transact business in the State of Florida.
Nothing contained in this Solicitation or Contract will be deemed or construed to create a partnership or joint venture between the City and Successful Respondent, or to create any such relationship between the parties.
The Successful Respondent is an independent entity under the Contract. Services provided by the Successful Respondent shall be provided by employees of the Successful Respondent and subject to supervision by the Successful Respondent, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies, and other similar administrative procedures applicable to services rendered under the Contract shall be those of the Successful Respondent.
Whenever any provision of the Contract requires the giving of written notice it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to them who gives the notice.
The City, as a municipal corporation, is subject to the Local Government Prompt Payment Act, Chapter 218, Part VII, Fla. Stat., as amended. Payments made by the City shall not preclude the City from disputing any items or services billed under this Contract and shall not be construed as waiver or acceptance of any part of the goods or services.
Responses should be prepared simply and economically, providing a straightforward, concise description of the Respondent’s ability to fulfill the requirements of the Solicitation.
Responses shall include all of the information and forms required by this Solicitation. Failure to utilize the City’s forms, or fully complete said forms, may result in the Response being deemed non-responsive. The Respondent shall be considered non-responsive if its Response is conditioned on modifications, changes, or revisions to the terms and conditions of the Solicitation.
Respondents are hereby notified of the provisions of Section 287.05701, Florida Statutes, as amended, which provides that the City will not request documentation of or consider a Respondent’s social, political, or ideological interests when evaluating Respondent’s responsibility. Respondents are further notified that the City Council will not give preference to Respondents based on their social, political, or ideological interests.
The Contractor shall start to perform their obligations under the Contract Documents on the date stipulated in the Notice to Proceed (NTP) for each site. No Work shall be done at the site prior to the date on which the NTP commences to run, except with the written consent of the City. No work will be done on Saturday without the written consent of the City or after the end of a normal business day unless prior approval is given by the City in writing. No work shall be permitted on Sundays or on national holidays.
Before undertaking each part of the Work, the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements which shall be approximate. Any modifications to the proposed work, once construction has begun, will be at no cost to the City.
All Work completed under the Contract will be measured by the City according to the United States Standard Measures. All linear surface measurements will be made horizontally or vertically as required by the item measured.
Protests of Solicitations and awards shall be submitted and resolved pursuant to City Code Section 2-338. Protests failing to meet all the requirements for filing will not be accepted. Failure of a party to timely file shall constitute a forfeiture of such party’s right to file a protest. NO EXCEPTIONS WILL BE MADE TO THIS REQUIREMENT.
A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Response on a contract to provide any goods or services to a public entity, may not submit a Response on a contract with a public entity for the construction or repair of a public building or Public Works project, may not submit a Response on a lease of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes for Category Two for a period of thirty-six (36) months from the date of being placed on the convicted vendor list, as defined in Section 287.133, Florida Statutes.
This Solicitation and any Responses or other information provided by Respondents in connection therewith, including but not limited to any subsequent Contract, shall be subject to the provisions of Chapter 119, Florida Statutes (“Public Records Law”). Responses are exempt from public disclosure until the City provides notice of an intended decision or until 30 days after opening the Responses, whichever occurs earlier.
By submitting a Response, Respondent(s) acknowledge that the Response, the materials submitted with the Response, the results of the City’s evaluation, and the subsequent Contract are open to public inspection upon proper request unless explicitly exempt under Florida law. Respondent(s) should take special note of this as it relates to proprietary information that might be included in their Response.
In the event that a Respondent submits information to the City that is proprietary or otherwise exempt from the Public Records Law, such Respondent shall explicitly indicate the information that is exempt from public disclosure, shall provide reasons therefor, and shall identify the applicable exemption with a reference to the applicable law allowing for the exemption. The City reserves the right to make any final determination on the applicability of the Public Records Law.
The City does not guarantee or warrant as to the total amount that may or may not be purchased from any resultant Contract. Any quantities included are for bidding purposes only and will be used for tabulation and presentation. The City reserves the right to reasonably increase or decrease quantities as required.
The Respondent represents and warrants that the Respondent is not in arrears to the City, City agency, or instrumentality, and is not a default as a Contractor, Vendor, Provider or whose default has not been fully cured by the Respondent’s surety or otherwise upon any obligation to the City. In addition, the Respondent warrants that the Bidder has not been declared “not responsible” or “disqualified” by, suspended, or debarred from doing business with any state or local government entity in the State of Florida, the Federal Government or any other State/local governmental entity in the United States of America, nor is there any proceeding pending pertaining to the Respondent’s responsibility or qualifications to receive public agreements. The Respondent considers this warrant, as stated in this section, to be a continual obligation and shall inform the City of any change during the term of the Contract.
The City shall deem as non-responsible, Respondents that the City has determined are in monetary arrears, in debt, or in default to the City at the time Bids are due.
The duties and obligations imposed by this Solicitation and Contract and the rights and remedies available thereunder, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Successful Respondent and those rights and remedies available to the City, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available by law, by special guarantee or by other provisions of the Contract.
The City reserves the right to cancel this Solicitation or reject any and/or all Responses or portions thereof, and to waive any technicalities or minor irregularities. Each Respondent agrees to hold harmless and covenant not to sue the City, its officials, officers, or employees, for any claims arising out of or in connection with the administration, evaluation, recommendation, or rejection of Responses.
The City does not bind itself to accept the minimum specifications stated herein, but reserves the right to accept any Response, which, in the sole judgment of the City, will best serve the needs and interests of the City. This issuance of this Solicitation itself does not in any way constitute a contractual agreement between the City and the Respondent(s) unless and until the City awards the Solicitation, obtains all required approvals, and executes a Contract in accordance herewith. Furthermore, the City reserves the right to award without further discussion.
The City also reserves the right to award the Contract on a split order basis, group by group, or item by item, or such combination as will best serve the interests of the City, unless otherwise stated.
Respondent must certify that it is not participating in a boycott of Israel and must also certify that it is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. The contractor must submit the certification that is attached to this agreement. Submitting a false certification shall be deemed a material breach of contract. The City shall have the right to terminate the Contract and seek civil remedies pursuant to Florida Statute § 287.135.
If any provision of the Contract or the application thereof to any person or situation shall to any extent, be held invalid or unenforceable, the remainder of the Contract, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law.
Prior to the commencement of any work pursuant to the Contract, the Successful Respondent shall furnish, in writing to the City, the names of all persons/entities (including those who are to furnish materials or equipment fabricated to a special design), if any, proposed for each principal portion of the work. The City shall notify the Successful Respondent, in writing, of any proposed person or entity to which the City has an objection. The Successful Respondent will not employ any subcontractor or supplier against whom the City may have a reasonable objection. Nor will the Successful Respondent be required to employ any subcontractor or supplier who has been accepted by the City, unless the City determines that there is good cause for doing so or if the terms of this Solicitation or Contract specify otherwise.
The Successful Respondent shall be fully responsible for all acts and omissions of their subcontractors and/or suppliers and of persons and organizations directly or indirectly employed by them and of persons and organizations for whose acts any of them may be liable to the same extent that they are responsible for the acts and omissions of persons directly employed by them.
All work performed for the Successful Respondent by a subcontractor, supplier, or other person will be pursuant to an appropriate agreement between the Successful Respondent and such person. All agreements between the Successful Respondent and all subcontractors, suppliers, or others shall specifically bind the subcontractor, supplier, or other person to all applicable terms and conditions of the Contract for the City’s benefit. Nothing in the Contract shall create any contractual obligation or liability on the part of the City to any subcontractor, supplier, or other person having a direct contract with Successful Respondent, including, without limitation, any payment to any such person, except as may otherwise be required by law.
Acknowledgment by Respondent: By submitting a Response, the Respondent certifies that they have fully read and understand the Solicitation and have full knowledge of the scope, nature, and quality of services to be performed or goods to be provided. Incomplete, unresponsive, irresponsible, vague, or ambiguous responses to the Solicitation will be cause for rejection, as determined in the sole discretion of the City.
Acceptance/Rejection/Modification: The City reserves the right to negotiate modifications to proposals that it deems acceptable, reject any and all proposals, and waive minor irregularities in the submittals.
Postponement of Response Opening: The City reserves the right to postpone the date for receipt and opening of Response submissions and will make a reasonable effort to give at least three (3) calendar days’ notice, whenever practicable, of any such postponement to prospective Respondents.
Responses Binding: All Responses submitted in connection with this Solicitation will constitute binding offers to the City for one hundred and eighty (180) calendar days after opening.
Alternate Responses: An alternate Response will not be considered or accepted by the City.
Interviews: The City reserves the right to conduct interviews or require presentations prior to award.
Samples: When required by this Solicitation, samples of any goods proposed to be provided by the Successful Respondent must be furnished to the City free of charge. Materials or equipment for which samples are required shall not be used in work until approved by the City. Each sample must be labeled with the Respondent’s name and delivered within ten (10) calendar days of the Solicitation opening unless another timeframe is specified in this Solicitation. If samples are requested after the Solicitation opening, they should be delivered within ten (10) calendar days of the request. The City will not be responsible for returning samples. Acceptance or approval of a sample must not be construed to change or modify any Contract requirements.
Inspections: The City, at its sole discretion, reserves the right to inspect Respondent’s facilities or products, as applicable, to determine their capability of meeting the requirements for the Contract.
Proprietary Responses: By submitting a Response, the Respondent acknowledges that the Response will become the property of the City and will not be returned to the Respondents. In the event of a Contract award, all documentation produced as part of the Contract will become the exclusive property of the City.
The proposer shall include in their pricing all applicable duties, tariffs, and fees in effect at the time of submission. In the event of any new or increased tariffs, duties, or government-imposed fees that directly impact the cost of goods or services after the contract award, the awarded vendor may submit a written request for a price adjustment.
Such requests must:
The City of Doral reserves the right to:
No price increases due to tariff changes will be accepted without prior written approval.
The cost of all applicable sales, use, and other taxes for which Respondent is liable under the Contract shall be included in the prices quoted provided by Respondent.
The City Manager may terminate the Contract, in whole or in part, upon 30 days prior written notice when it is in the best interests of the City. If the Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City, the Successful Respondent will be compensated solely for the supplies, products, equipment, or software that have been delivered to and accepted by the City prior to termination. To the extent that this Contract is for services and so terminated, the City of Doral shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. Except as expressly provided herein, the City shall not be liable for any damages incurred by the counterparty to the Contract in connection with such termination.
If the Successful Respondent defaults in its performance under the Contract and does not cure the default within thirty (30) days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City. In such event, the Successful Respondent shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Successful Respondent was not in default or (2) the Successful Respondent’s failure to perform is without his control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City.
Successful Respondent understands and agrees that time is of the essence in the completion and delivery of the goods and/or services to be provided in connection with the Solicitation and subsequent Contract.
Contractor will promptly perform its duties under the Contract and will give the Work as much priority as is necessary to cause the Work to be completed on a timely basis in accordance with the Contract. All Work shall be performed strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in the Contract. Time is of the essence in the performance of the Work.
The City and the Successful Respondent knowingly, irrevocably, voluntarily, and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any dispute arising out of the Contract or the performance of the Work thereunder.
A Respondent(s) may, without prejudice, withdraw, modify, or correct the Response after it has been submitted to the City, provided the request and any subsequent modifications and/or corrections are filed with the City in writing before the deadline to submit the Response. The original Response, as modified by such writing, will be considered as the Response submitted by the Respondent(s). No oral modifications will be considered.
Please download the below documents, complete, and upload.
Name and Title
It has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions to the extent applicable to the Work, and has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all information that pertains to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance, or furnishing of the Work, and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by Respondent for such purposes.
This Bid/Proposal is genuine and not made in the interest of or on behalf of any other undisclosed person, firm or corporation; Respondent has not directly or indirectly induced or solicited any other Respondent to submit a false or sham Submittal; Respondent has not solicited or induced any person, firm or corporation to refrain from submitting; and Respondent has not sought by collusion to obtain for itself any advantage over any other Respondent or over the City.
Communications concerning this Proposal shall be addressed to:
Please provide:
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Detail any additional information that showcases the vendor's ability to meet or exceed the specifications outlined in this scope of work.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
I understand that a "person" as defined in 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding Contract and which Bids or applies to Bid on Contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "persons" includes officers, directors, executives, partners, shareholders, employees, members, and agents active in the management of the entity.
Bidders may upload any supporting statements or documentation relevant to their proposal. If submitted, these documents will be treated as confidential and used solely for evaluation purposes in accordance with applicable public records laws.
Please download the below document. Original Bid Bonds shall be submitted to and received by the City Clerk’s Office in a sealed envelope referencing ITB 2026-16 no later than the submittal due date at:
City Clerk
City of Doral
8401 NW 53 Terrace
Doral, FL 33166
E-Bid Bonds are not an acceptable form of bond submittal, only Physical Bid Bonds will be accepted.
Upload all relevant licenses and/or certifications.
Bid Submission Packet should include and requirements listed in Response Requirements section. Include a Table of Contents which should follow in sequential order the sections and documents specified herein, including all documents requested. All pages should be consecutively numbered and correspond to the Table of Contents.
Please download the below documents and complete accordingly.
Fill in the blank:
"The City of Doral is soliciting Bids/Proposals for ____"
Answer Format: [Number Text] (X) years
Edit the default answer with the option for renewal for the contract.
Q (Data cabling ): This project included any new data cabling ?
A: Awarded General Contractor (GC) will not be responsible for the low voltage/data cabling as this scope will be handled by the City’s IT Department. GC is to be responsible for providing the infrastructure (conduits, junction boxes, pull-string, etc.) along with the pathways from the IT room (s) to data drop locations.
Q (engineers budget): Could you please confirm the estimated or approved budget for this project?
A: Estimated construction budget for the project is $450,000.00.
Q (Wall decor, signage and wayfinding): Would you need any wall decor, signage, or wayfinding for the renovation of these offices? Fracture offers options like that, and can make custom decor, and include images in the signage.
A: We are currently in the process of procuring the General Contractor services for the project and the finish services offered are not required at the moment.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.