Loading...
Res No 132-15-14471RESOLUTION NO.:132-15-14471 A Resolution authorizing the City Manager to negotiate and enter into a contract with Maggolc,Inc for the construction of the Twin Lakes Roadway &Drainage Improvements. WHEREAS,the Mayor and City Commission wish to provide roadway and drainage improvements to the area known asTwinLakes (between SW63 Avenue and SW62 Court,from SW62 Terrace to SW 64 Street),and WHEREAS,pursuant to a competitive selection process in accordance with the City Charter,it was determined that Maggolc,Inc submitted abidin the amount of $162,630 that was the most comprehensive and cost effective inits construction approach;and WHEREAS,the City desires to provide a contingency of $24,400 over the bid amount for unknown factors that may arise during the work;and WHEREAS,the total expenditure,including the contingency amount,is not to exceed $187,030;and WHEREAS,the Mayor and CityCommission desire to authorize the City Manager to negotiate and enter into a contract withMaggolc,Incfor the construction of the TwinLakes Drainage &Roadway Improvements for a total amount not to exceed $187,030. NOW,THEREFORE,BEIT RESOLVED BYTHE MAYOR AND CITY COMMISSION OFTHECITY OF SOUTH MIAMI,FLORIDA THAT: Section 1:TheCity Manager is authorized to negotiate the price,terms and conditions andto execute a contract with Maggolc,Inc for Twin Lakes Roadway&Drainage Improvements foran amount notto exceed $162,630,andheis authorized to expend upto$24,400for unforeseen conditions.Acopyof the approved formof contract is attached and the City Manager may negotiate a lower priceand more advantageous terms and conditions if approved by the City Attorney. Section 2:The expenditure shallbe charged $61,500 to the Storm Water Drain Trust Fund account number 111-1730-541-6490,whichhasa balance of $133,426 and charged $85,000 to the Florida Department ofEnvironmentalProtectionFundaccount number 106-3901-541-3450, which hasabalanceof$85,000andcharged$40,430to the Local OptionGasTrustaccount number 112-1730-541-6210 whichhasa balance of $274,305,before this request was made. Section 3:Ifany section clause,sentence,or phrase ofthis resolution isforany reason held invalid orunconstitutionalbyacourtof competent jurisdiction,the holdingshallnotaffect the validity of the remaining portions of this resolution. Pg.2 of Res.No.132-15-14471 Section 4.This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 1st day of September 2015. APPROVED: JL MAYO COMMISSION VOTE: Mayor Stoddard Vice Mayor Harris Commissioner Welsh yea Commissioner Liebman Yea Commissioner Edmond Yea / 4-0 Yea absent if Ii™Mi ci miSouth'Miami THE CITY OF PLEASANT UVJNG CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: From: Date: TheHonorableMayor&Members of the CityCommission Steven Alexander,City Manager September 1,2015 Agenda Item No.:i Subject:A Resolution authorizing the CityManager to negotiate and enter into a contract with Magsolc,Inc.for the construction of the Twin Lakes Roadway&Drainage Improvements. Baocground:TheTwinLakesarea has historically experienced flooding andis in need of drainage improvements,Accordingto the City of SouthMiami Stormwater Master Plan,developed in2012,the TwinLakesareais identified asapriorityarea.Furthermore,the Cityhas receivedcomplaintsfromresidentsinregardsto flooding along these streets. The scope includes the implementation of exfiltration systems with catchbasins that are interconnected to the exitingdrainage system and to reduce the volume of runoff (pollutants)generatedbyastorm event intotheneighboringlakeandcanal.Roadway resurfacingwillalsobeincludedaspart of the scope,due to the requiredrepairsfromthe drainage system installation. Thereare two separateprojectareas,quoted separatelyasdescribedbelow,Thiswas donetoassure that the approved CIP fundsare sufficient for the improvements. Area 1 -West Side ofthe Canal •SW 62 Terrace and SW 63 Terrace,from SW 64 Court to SW 63 Court •SW 64 Court and SW 63 Court,from SW 62 Terrace to SW 64 Street Area 2 -East Side of the Canal •SW 63 Avenue andSW62Place,from SW 62 Terrace to SW64 Street •SW 62 Terrace,from SW 63 Avenue to SW 62 Court •SW 63 Terrace,from SW62Place to SW62 Court •SW 62 Court,from SW 62 Terrace to SW 63 Terrace. TheCityreceivedfivebidsin response to asolicitation.Pursuant to review,it was determinedthat Maggolc,Inc.isthemost responsive and responsible bidderforthis proposal.Belowarethe proposals receivedforeachareaquoted: Contractor Areal Area 2 Maggolc,Inc.$145,440.00 $162,630.00 Florida Construction & Engineering $152,514.20 $175,775.31 Coramarca Corp.$157,622.40 $187,655.20 H6 Construction Development &Invest.$177,311.00 $208,658.00 RP Utility &ExcavationCorp $228,043.14 $241,292.55 Amount: For this fiscalyear,weare proceeding with Area2,and the locationsas described inArea 1willbe addressed in the next fiscal year,asperfundingallowance. TheCityhasatotalof $151,500 allocated in FY 15forthis project.The City received additionalfunds,in the amount of$100,000,from Florida Department of Environmental Protection (FDEP)tobe allocated towards this project ,? A contingency amountof $24,400 will be included overthe proposal amount to address for unknown factors that mayariseduringthework. Amount not to exceed $187,030 Account:The expenditure shallbecharged: •$61,500 toStormWater Drain Trust Fund accountnumber 111-1730-541-6490, •$85,000 to Florida Department of EnvironmentalProtectionFund account number 106-3901-541-3450; •$40,530to Local Option Gas Trust Fund accountnumber 112-1730-541-6210, andwhichhavebalancesof$133,426,$85,000and$274,305respectively,beforethis request was made. Attachments:Resolution Bid Opening Report Maggolc,IncBid Contract RFP&Exhibits Soutlr Miami THE CITY OF PUASAN1 UVING CITY OF SOUTH MIAMI Citywide Drainage Improvement Projects RFP#PW-20I5-I9 Submittal Due Date:August 14,2015 at 11 AM Solicitation Cover Letter TheCityofSouth Miami,Florida (hereinafterreferredtoas "CSM")throughitschiefexecutiveofficer(City Manager)herebysolicitssealedproposalsresponsivetotheCity'srequest(hereinafterreferredtoas"Request forProposals"or "RFP").Allreferencesinthis Solicitation (alsoreferredtoasan "Invitation forProposals"or "Invitationto Bid")to "City"shallbea reference totheCity Manager,orthe manager's designee,fortheCityof South Miami unless otherwise specifically defined. TheCity is herebyrequestingsealedproposalsinresponsetothis RFP #PW-20I5-I9 "Citywide Drainage Improvement Projects."The purpose ofthisSolicitationisto contract fortheservicesnecessaryfor the completionofthe project inaccordancewiththe Scope of Services,(Exhibit I,Attachment A,B,C,&D)and Respondents Cost and Technical Proposal,Exhibit 5,or theplans and/or specifications,ifany,(Exhibit I; Attachment B &D),described inthisSolicitation (hereinafter referred toas "the Project"or "Project") Interested persons whowish to respond to thisSolicitationcanobtainthe complete Solicitationpackageatthe CityClerk's office Monday through Friday from9:00 A.M.to4:00 P.M.orby accessing the following webpage: http://www30Uthmiamifl.gov/whichistheCityofSouth Miami's web address forsolicitationinformation. Proposalsaresubject to the Standard Terms and Conditions containedin the complete SolicitationPackage, includingall documents listedin the Solicitation. TheProposal Package shallconsistofone(I)original unbound proposal,three(3)additional copiesandone(I) digital (or comparable medium including Flash Drive,DVD or CD)copy all of which shall bedeliveredtothe Office oftheCityClerklocatedatSouth Miami City Hall,6130 Sunset Drive,South Miami,Florida 33143.The entireProposal Package shallbeenclosedinasealedenvelopeorcontainerand shall havethe following Envelope Informationclearly printed or written on the exterior oftheenvelopeor container inwhichthesealedproposalis delivered:"Citywide Drainage Improvement Projects"RFP #PW-20I5-I9 andthenameofthe Respondent(personorentityresponding to the Solicitation.Special envelopes suchasthoseprovidedby UPS or FederalExpress will notbeopenedunlesstheycontaintherequired Envelope Information onthefrontorbackof theenvelope.Sealed ProposalsmustbereceivedbyOfficeoftheCityClerk,eitherby mail orhand delivery,no laterthan 11:00 A.M.local time on August 14,2015.Hand delivery mustbemade during normalbusiness daysandhoursoftheofficeofCityClerk. A public opening will takeplaceat 11 A.M.onthesamedateintheCity Commission ChamberslocatedatCity Hall,6130 SunsetDrive,South Miami 33143.AnyProposalreceivedafter 11 A.M.localtimeonsaiddate will not beacceptedunderanycircumstances.AnyuncertaintyregardingthetimeaProposalisreceivedwillberesolved against the personsubmitting the proposalandinfavorofthe Clerk's receiptstamp. A Non-Mandatory Pre-Proposal Meeting willbe conducted at City Hallin the Commission Chambers located at 6130 Sunset Drive,South Miami,Fl 33143 on,August 3,2015 at 10:30 A.M.The conferenceshallbeheldregardlessof weather conditions.Proposalsaresubjecttotheterms,conditionsand provisionsofthis letter aswellastothose provisions,terms,conditions,affidavits anddocumentscontainedinthis SolicitationPackage.TheCity reserves the righttoawardtheProjectto the personwiththe lowest most responsive,responsibleProposal,asdeterminedbytheCity,subjecttotherightoftheCity,or theCity Commission,torejectanyandallproposals,andtherightoftheCitytowaiveanyirregularityin the Proposals or Solicitation procedure and subject alsoto the rightoftheCitytoawardtheProject,and execute a contract witha Respondent or Respondents,other thantoonewhoprovidedthelowestProposalPriceor,iftheScopeofthe Work isdividedinto distinct subdivisions,to awardeachsubdivisiontoa separate Respondent. MariaM.Menendez,CMC CityClerk,CityofSouthMiami Proposal Submittal Checklist Form Citywide Drainage Improvement Projects RFP#PW-20I5-I9 Thischecklistindicates the formsand documents requiredtobesubmittedforthissolicitationandtobe presented bythedeadlinesetforwithinthesolicitation.Fulfillment ofall solicitation requirementslistedismandatoryfor consideration of response to the solicitation.Additional documents mayberequiredand,ifso,they will be identifiedinanaddendumtothisSolicitation.Theresponseshallincludethefollowingitems: Attachments and Other Documents described below to be Completed IF MARKED WITH AN "X": Schedule ofValues EXHIBIT I,Attachment A&C Indemnification and Insurance Documents EXHIBIT 2 Bid Form EXHIBIT 4 RespondentsCost&Technical Proposal,EXHIBIT 5 Signed Contract Documents (All -includingGeneral Conditions andSupplementary Conditions ifattached)EXHIBIT 6;7 <£8 PerformanceandPaymentBonds(AsaConditionAward.Not requiredwithSubmittal.)EXHIBIT 9 £/0 RespondentsQualification Statement ListofProposed Subcontractors and Principal Suppliers Non-Collusion Affidavit Public EntityCrimesandConflictsof Interest DrugFreeWorkplace Acknowledgement of Conformance withOSHAStandards Affidavit ConcerningFederal &StateVendor Listings RelatedParty Transaction VerificationForm Presentation Team Declaration/Affidavit ofRepresentation Check Completed. S / ^ / y s s s s s */ y s Submit this checklistalongwithyourproposal indicating thecompletionand submission ofeachrequiredforms and/or documents. END OF SECTION RESPONDENT QUALIFICATION STATEMENT Citywide Drainage Improvement Projects RFP#PW-20I5-I9 The response tothisquestionnaire shall beutilizedaspartofthe CITY'S overallProposal Evaluation and RESPONDENT selection. I.Number ofsimilar projects completed, M. ±6- j?^r j^f a)Inthepast5years In the pastSyearsOnSchedule b)Inthepast 10 years Inthepast 10 yearsOnSchedule 2.Listthelast three (3)completedsimilar projects, a)Project Name: Owner Name: Owner Address: Owner Telephone: </</</lc*J 2"*/?<^gr*ESd+?&S%f Original Contract CompletionTime (Days):/J0 $//z//s S-//2-/'7S Original Contract CompletionDate: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: b)Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract CompletionTime (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price 4 8/4.S2£./£ 3/>C„</&-/8f9/?84>-3&-</39/ 4--Z2-i;£20,V7 12 c)Projea Name: Owner Name: Owner Address: Owner Telephone: farts Of rTtr&'nJ'' Original Contract CompletionTime (Days): Original ContractCompletion Date: Actual Final ContractCompletion Date: Original Contract Price: Actual Final Contract Price: 3.Current workload *?£>&#?1£ 3><9/ai//</ ?//s/'£ Project Name Owner Name Telephone Number C$*e*J^±£fltfaaUj) 4.The following information shall be attached tothe proposal. a)RESPONDENTS home office organization chart,i/ b)RESPONDENTSproposedproject organizational chart.*r c)Resumes of proposed key projea personnel,including on-site Superintendent,u^ 5.Listanddescribeany: 13 a)Bankruptcypetitionsfiledbyor against theRespondentoranypredecessor organizations, b)Anyarbitrationorcivilor criminal proceedings,or Suspensionofcontractsor debarring from Bidding orRespondingbyany public agencybrought c)against the Respondent in the last five (5)years /S&sO €-" 6.Government References: List other Government Agenciesor Quasi-government Agenciesforwhichyouhavedonebusinesswithin thepast five (5)years. Name of Agency:Ctjju^J-*s£<iM(X,C Lx-J) Address: Telephone No.: Contaa Person: Type of Projea: Name of Agency: Address: TelephoneNo.: Contaa Person: Type of Project: Name of Agency: Address: Telephone No.: Contaa Person: TypeofProject: 14 "MfSQUlNP- ENGINEERING CONTRACTOR -LIC:E-251302 11020 SW 55 ST.,MIAMI,FL 33165 PHONE:786-291-2949 FAX:786-472-8831 magqolc(5)vahoo.com PROJECTS UNDER CONSTRUCTION (All as aPrime Contractor) Current Workload 1-FDOT-Districtwide (ADA)Push Button-Pedestrian Safety Improvement (OwnerFDOT- District 6-$981,885.00)(Executed26%)(Completion August2015)(305-978-0090-Marina Gershanovich) 2-Drainage Improvements Project Multiple Sites #20140165 (Miami Dade County $350,000)(Executed 75%)(Completion September 30,2015)(305-375-1918-Pedro Marsan) 3-Sub-Basin 10 (SW 88 Ave)Paving &Drainage Improv.(Village of Palmetto Bay, $922,633)(Executed38%)(CompletionNovember2015)(Danny Casals 305-969-5011) 4-Sidewalk Improvements Multiple Sites (Miami Dade County $518,371)(Executed 21%) (Completion May 30,2016)(305-297-0795-George Coppolechia) Mario Gonzalez Maggolc Inc./President ENGINEERING CONTRACTOR -LIC:E-251302 11020 SW 55 ST.,MIAMI,FL 33165 PHONE:786-291 -2949 FAX:786-472-8831 maggolc@vahoo.com SIMILAR DRAINAGE PROJECTS PERFORMED BY MAGGOLC INC. 1-MIA Building 3050 Parking Lot Drainage &Asphalt Improvement ($103,000)(Aviation Department Miami- Dade County,Completed May 2011)(GregTai 305-876 8444)(gtai@mikegconst.com) 2-SW 19 Terrace Roadway and Drainage Improvements ($184,585)(CityofMiami,Capital Improvements Department,Completed October 2011)(Maurice Hardie 786-229 5463)(mhardle@miamigov.com) 3-SR 909 (Alton Road)at West 52 Street Drainage Improvement ($138,000)(Florida Department of Transportation,Completed December 2011)(Roland Rodriguez 305-345 0696) (rrodriguez@pinnaclecei.com) 4-Suncrest Drive&Moss Ranch Road Stormwater Improvements ($110,000)(Villageof Pinecrest,Public Works Dep.,Completed December 2011)(Daniel Moretti 305-669 6916)(moretti@pinecrest-fl.gov) 5-Long Key State Park Roadway Improvements ($149,230)(Florida Department ofEnvironmental Protection, Completed February 2012)(Fred Hand 850-488 6322)(Fred.Hand@dep.state.fl.us) 6-Phase IV Drainage Improvement Project ($143,830)(Villageof Palmetto Bay,Completed November 2012) (Danny Casals 305-969 5091)(dcasals@palmettobay-fl.gov) 7-KillianPark Road Stormwater Improvement ($218,142)(Village of Pinecrest,Completed December 2012) (DanielMoretti 305-669 6916)(moretti@pinecrest-fl.gov) 8-Progress Rd.Roadway and Drainage Improvements ($105,522)(Cityof South Miami,Completed January 2013)(Jorge Vera 305-403 2072)Overa@southmiamifl.gov) 9-NW8th ST &NW14CT Roadway and Drainage Improvements ($425,895)(Cityof Miami,Completed May 2013)(Robert Fenton 786-263-2133)(rfenton@miamigov.com) 10-Friedland Manor Drainage Improvements ($406,567)(CityofFloridaCity,Completed June 2013)(Sean Compel 786-502-0770)(sean.compel@stantec.com) 11-Biscayne Island Drainage Improvements ($735,559).(CityofMiami,Completed March2014)(Valentine Onuigbo 786-447-9817)(vonuigbo@miamigov.com) 12-Beacom Project Area improvements-Phase I ($767,132)(Cityof Miami,Completed March2014)(Robert Fenton 786-263-2133)(rfenton@miamigov.com) 13-NW11 ST from27 Ave to 37 Ave.Area Roadway Improvements.($188,874)(Cityof Miami,Completed October 2014)(Valentine Onuigbo 786-447-9817)(vonuigbo@miamigov.com) 14-NW18PL Road and Drainage Improvements ($473,087.20)(CityofMiami,Completed March 2015)(Robert Fenton 786-263-2133)(rfenton@miamigov.com) 15-Lummus Park Landing ($222,612.91)(Cityof Miami,CompletedMay2015)(DavidAdato305-4161899/ 786-376 4391)(dadato@miamigov.com) 16-Beacom Project Area Improvements-Phase II ($818,978.96)(CityofMiami,Completed July2015)(Robert Fenton 786-263-2133)(rfenton@miamigov.com) ENGINEERING CONTRACTOR -UC:E-251302 11020 SW 55 ST.,MIAMI,FL 33165 PHONE:786-291-2949 FAX:786-472-8831 maqQolc@vahoo.com CONTRACTS PERFORMED BY MAGGOLC INC. 1-Drainage Improvement forNW22CTfromNW107STtoNW112ST,($318,000)(Miami-DadeCountyPublic WorksDept.,CompletedDec.2007).(Alberto Estevez 786-2562627).(esteva@miamidade.gov) 2-Various Park Parking Lot Re-striping &Wheel Stop Replace.($24,500)(Miami-DadeParkand Recreation Dept.Completed March2008).(305-596 4460) 3-Seal Coat and Re-striping of Station 13/Logistics ParkingArea.($19,000)(Miami-Dade Fire Rescue Dept. Completed July 2008).(786-331 4529) 4-Norman and Jean Reach Park/FoulballNetting.($25,000)(Miami-Dade ParkandRecreationDept., Completed June 2008).(305-596 4460) 5-Olympic Park Concrete Sidewalk Construction.($184,000)(Miami-DadeParkand Recreation Dept., Completed July 2008).(DanCrawford 305-596 4460)(dc93@miamidade.gov) 6-Dolphin Archaelogical Site Concrete Sidewalk Construction.,($114,084)(Miami-DadeParkand Recreation Dept.,CompletedJuly2008).(DanCrawford305-5964460)(dc93@miamidade.gov) 7-Countywide Repair of Existing Asphalt Pavement.(Milling&Resurfacing)($949,990)(Florida Department of Transportation,Dist.Six,Executed theyear2008and renewed fortoyear2009and 2010,Completed June 2011).(Janice Corn 305-256 6359)(Janice.corn@dot.state.fl.us) 8-Countywide Intersections Improvement,Roadway andDrainage.($443,637)(Miami-Dade CountyPublic WorksDept.,CompletedDec.2008).(Joaquin Rabassa 305-2999822)(jra@miamidade.gov) 9-West PerrinePark Concrete Slabs,Sidewalks and Poured inPlace.($34,000)(Miami-Dade Parkand Recreation Dept.,Completed January 2009).(305-596 4460) 10-West LittleRiver Asphalt Driveways Phase IV-B.($68,000)(Miami-Dade County Office of Community and EconomicDevelopment,Completed January 2009).(Mario Berrios 786-469 2112)(mberr@miamidade.gov) 11-Brentwood PoolParkNew Asphalt Walkways.($34,000)(CityofMiami Gardens,Completed April 2009). (305-622 8000)(jallen@miamigardens-fl.gov) 12-Country Club of Miami Parcel 1169 &1168-E New Asphalt Walkways.($178,000)(Miami-Dade Park and Recreation Dept.,Completed July 2009).(DanCrawford 305-596 4460)(dc93@miamidade.gov) 13-Country Club of Miami Grading,Sitework &Greens.($107,000)(Miami-Dade Park and Recreation Dept., Completed August 2009).(305-596 4460) 14-SR 907 (Alton Rd)at Allison Dr.for Drainage and Retention Improvements.($134,000)(FDOT,Completed December 2009)(Anthony Sabbag 305-2566380)(anthony.sabbag@dot.state.fl.us) 15-West Little River Asphalt Driveways Phase IV-D.($35,000)(Miami-DadeCountyOfficeofCommunityand Economic Development,Completed December 2009).(Mario Berrios 786-469 2112)(mberr@miamidade.gov) 16-District 2-Sidewalk Repair Project II ($75,300)(PublicWorksDep.Cityof Miami,Completed March2010) (Fabiola Dubuisson 305-416 1755 &305-801 7816)(fdubuisson@miamigov.com) 17-Blue Road Roundabouts Re-Bid ($145,000)(PublicWorksDep.CityofCoral Gables,Completed March 2010)(305-460 5018)(epino@coralgables.com) 18-Harbor Drive Lighting and Resurfacing Improvement ($270,000)(Public Works Dep.VillageofKey Biscayne April2010)(786-255 6765)(anunez@keybiscayne.fl.gov) 19-District 1-Sidewalk Repair Project II ($95,990)(PublicWorksDep.CityofMiami,Completed September 2010)(Fabiola Dubuisson 305-416 1755 &305-801 7816)(fdubuisson@miamigov.com) 20-Golden Shore Park Pavers Sidewalk ($23,895.00)(PublicWorksDep.Cityof Sunny Isles Beach,November 2010)(305-947 0606)(gbatista@sibfl.net) 21-AD Barnes Park Asphalt Walkways ($86,615.00)(Miami-Dade Park and Recreation Dept.,Completed December 2010)(305-755 7985)(rttolon@miamidade.gov) 22 Installation of Sidewalks and Ramps along NE12 Ave ($123,750.00)(Public Works Dep.CityofNorth Miami,Completed December 2010)(Gerardo Hernandez 305-893 6511)(ghernandez@northmiamifl.gov) 23-lntersection Realignment SW 139 Terr &SW 140 Dr.and East Guava Street One Way Street Conversion ($36,775)(Public Works Dep.,Villageof Palmetto Bay,Completed December 2010)(305-969 5011) (dcasals@palmettobay-fl.gov) 24-District #3 Citywide ADA Sidewalk Improvements,($107,414)(PublicWorksDep.Cityof Miami,Completed February 2011)(Fabiola Dubuisson 305 416 1755 &305-8017816)(fdubuisson@miamigov.com) 25-District #1 Citywide ADA Sidewalk Improvements,($155,523)(PublicWorksDep.Cityof Miami,Completed May 2011)(Fabiola Dubuisson 305 416 1755 &305-801 7816)(fdubuisson@miamigov.com) 26-MIA Building 3050 Parking Lot Drainage &Asphalt Improvement ($103,000)(Aviation Department Miami- Dade County,Completed May 2011)(GregTai 305-876 8444)(gtai@mikegconst.com) 27-MIA-NW67 Ave &NW36 Street Intersection Improvements ($65,000),(concrete works)(Aviation Department Miami Dade County,Complete July 2011)(John Peterson 305-622 8000)(jpet@mikegconst.com) 28-District #4 Citywide ADA Sidewalk Improvements,($149,397)(PublicWorksDep.Cityof Miami,Completed October 2011)(Fabiola Dubuisson 305-416 1755 &305-8017816)(fdubuisson@miamigov.com) 29-Tamiami Canal Miccosukee Linear Park,Tamiami Trail and SW 122 Ave.($87,703)(Miami Dade Park& Recreation Department,Completed October 2011)(Ruben Teurbe Tolon 786-586 8360)(rttolon@miamidade.gov) 30-SW 19 Terrace Roadway and Drainage Improvements ($184,585)(CityofMiami,Capital Improvements Department,Completed October 2011)(MauriceHardie 786-229 5463)(mhardie@miamigov.com) 31-SR 909 (Alton Road)at West 52 Street Drainage Improvement ($138,000)(Florida Department of Transportation,Completed December 2011)(Roland Rodriguez 305-3450696) (rrodriguez@pinnaclecei.com) 32-Suncrest Drive &Moss Ranch Road Stormwater Improvements ($110,000)(Villageof Pinecrest,Public WorksDep.,Completed December 2011)(DanielMoretti 305-669 6916)(moretti@pinecrest-fl.gov) 33-Long Key State Park Roadway Improvements ($149,230)(Florida Department ofEnvironmentalProtection, Completed February 2012)(FredHand 850-488 6322)(Fred.Hand@dep.state.fi.us) 34-District#2CitywideADA Sidewalk Improvements,($105,303)(PublicWorksDep.City of Miami,Completed February2012)(FabiolaDubuisson305-4161755&305-8017816)(fdubuisson@miamigov.com) 35-SW 64 Street Corridor Improvement,($60,000)(PublicWorksDep.CityofSouth Miami,Completed February 2012)(KeithA.Ng 305-403 2072)(kng@southmiamifl.gov) 36-Long Key State Park Campground Entrance Modification ($49,450)(Florida Department ofEnvironmental Protection,Completed July 2012)(Fred Hand 850-488 6322)(Fred.Hand@dep.state.fl.us) 37-FDOT LAP Roadway Improvements Project ($117,371)(PublicWorksDep.CityofSweetwater,Completed July 2012)(EricGomez 305-553 5457)(egomez.egsc@att.net) 38-SR 94/SW 88 ST/Kendall Dr.at SW 142Ave($134,843)(FloridaDepartmentofTransportation,Completed October2012)(RolandRodriguez305-3450696)(rrodriguez@pinnaclecei.com) 39-Phase IVDrainage Improvement Project ($143,830)(Village ofPalmettoBay,CompletedNovember2012) (Danny Casals 305-969 5091)(dcasals@palmettobay-fl.gov) 40-KillianParkRoad Stormwater Improvement ($218,142)(Village of Pinecrest,Completed December 2012) (Daniel Moretti 305-6696916)(moretti@pinecrest-fl.gov) 41-Progress Rd.Roadway and Drainage Improvements ($105,522)(CityofSouth Miami,Completed January 2013)(Jorge Vera 305-403 2072)Overa@southmiamifl.gov) 42-ARRA Municipalities Group B:City of Miami Gardens Bus Shelters ($894,000)(MiamiDadeTransit, Completed March 2013)(Javier Salmon 786-473 4710)(jsalmon@miamidade.gov) 43-1-195/JuliaTuttlefromSR5/Biscayne Blvd toSR907/Alton Rd-Bike Path/Trail($121,520)(Florida Department of Transportation,Completed March2013)(Roland Rodriguez 305-3450696) (rrodriguez@pinnaclecei.com) 44-NW 8th ST &NW14CT Roadway and Drainage Improvements ($425,895)(Cityof Miami,CompletedMay 2013)(Robert Fenton 786-263-2133)(rfenton@miamigov.com) 45-Fried land Manor Drainage Improvements ($406,567)(CityofFloridaCity,Completed June 2013)(Sean Compel 786-502-0770)(sean.compel@stantec.com) 46-SR 9(NW27 Ave),FromNW79 ST to NW84ST Roadway Improvements ($119,000)(Florida Department ofTransportation,Completed July 2013)(RolandRodriguez305-3450696)(rrodriguez@pinnaclecei.com) 47-Sidewalk improvements along SR A1 A/Collins Ave @ SR 826/NW63 ST.($205,521)(Florida Department of Transportation,Completed October 2013)(Roland Rodriguez 305-345 0696)(rrodriguez@pinnaclecei.com) 48-Doral Trolley Route 3 Infrastructure Improvements.($114,210)(Cityof Doral,Completed November 2013) (Rudy de la Torre 786-236-5912)(rudy.deIatorre@cityofdoral.com) 49-Doral Trolley Infrastructure Improvements Citywide.($217,349)(CityofDoral,Completed December 2013) (RudydelaTorre 786-236-5912)(rudy.delatorre@cityofdoral.com) 50-Wild Lime Park Parking Expansion and Concrete Walkway.($201,442)(Miami Dade Park &Recreation Department,Completed January 2014)(Leroy Garcia 786-210-5937)(garcial@miamidade.gov) 51-Biscayne Island Drainage Improvements ($735,559).(CityofMiami,Completed March2014)(Valentine Onuigbo 786-447-9817)(vonuigbo@miamigov.com) 52-Beacom Project Area Improvements-Phase I ($767,132)(CityofMiami,Completed March2014)(Robert Fenton 786-263-2133)(rfenton@miamigov.com) 53-Sunset Drive Downtown Median.(84,663)(City of South Miami,Completed October 2014)(Ricardo Ayala 305-403-2072)(rayaia@southmiamifl.gov) 54-NW 11 ST from27 Ave to 37 Ave.Area Roadway Improvements.($188,874)(Cityof Miami,Completed October 2014)(Valentine Onuigbo 786-447-9817)(vonuigbo@miamigov.com) 55-Districtwide Minor Asphalt Repair.($250,000)(FDOT,District6,Completed December 2014)(John Garzia 305-640-7177)(john.garzia@dot.state.fl.us) 56-Multiple Parks -ADA Improvements ($336,741.68)(Miami Dade Park &Recreation Department,Completed January 2015)(LeopoldoAybar786-201-2422)(aybar@miamidade.gov) 57-NW18PL Road and Drainage Improvements ($473,087.20)(CityofMiami,Completed March 2015)(Robert Fenton 786-263-2133)(rfenton@miamigov.com) 58-Lummus Park Landing ($222,612.91)(Cityof Miami,CompletedMay2015)(DavidAdato 305-416 1899/ 786-376 4391)(dadato@miamigov.com) 59-Beacom Project Area Improvements-Phase II ($818,978.96)(CityofMiami,Completed July2015)(Robert Fenton 786-263-2133)(rfenton@miamigov.com) ENGINEERING CONTRACTOR -LIC:E-251302 11020 SW 55 ST.,MIAMI,FL 33165 PHONE:786-291-2949 FAX:786-472-8831 maqqolc@vahoo.com OFFICE ORGANIZATION CHART Mario Gonzalez,BD President General Superintendent Olga Leon Office Manager EsmildoLeon Accounting Manager Miguel Valdivia Concrete Crew Forman Juan Ruiz FieldConstructionManager Reimy Esquivel Concrete 8c Asphalt Crew Forman Jorge Find Drainage&Utilities Crew Forman ENGINEERING CONTRACTOR -LIC:E-251302 11020 SW 55 ST.,MIAMI,FL 33165 PHONE:786-291-2949 FAX:786-472-8831 maflgotcdgvahooxom PROJECT ORGANIZATION CHART Mario Gonzalez,BD General Syppriiiteiident J P|8»X#» m>:Acco^tiiig Slaiiager elAngel Valdlvia Concrete &Asphalt Crew Forman 11 111 i Crew Forman Engineering Contractor -Lie.E-251302 11020 SW 55 ST.,Miami,FL 33165 Phone:786-291-2949 Fax:786472-8831 maggolc(S).vahoo.com RESUME: MARIO GONZALEZ Superintendent/Project Manager of Maggolc Inc. GonzalezisaRoadway Construction andCivilEngineerwithover24yearsof progressive experienceinthe fieldsofhighwayandrailwaydesign,construction,maintenance,and operations. EDUCATION: InstitutoSuperior Polit&nico (HigherPolytechnicInstitute)"JulioAntonio Mella",Santiagode Cuba,Cuba. Degree:INGENIERO VIAL (Roadway Construction Engineer),July1988.ThisisequivalenttoaBachelor of ScienceinCivilEngineering(BSCE)fromaregionallyaccreditedinstitutionofhighereducationintheUnited States. Universidad Central de Venezuela,Caracas,Venezuela. Degree:INGENIERO CIVIL (Civil Engineer),July 1997. CERTIFICATIONS: -TROXLER ElectronicsLab-NuclearGaugeSafetyTraining,(2001 &2004) -FDOT -MUTCD/Maintenance ofTraffic,Intermediate Level(2014) -ASPHALT PAVING TECHNICIAN -Level1(2004) -EARTHWORKCONSTRUCTIONINSPECTION-Level1(2005) -ACI,ConcreteFieldTestingTechnician-Grade1.(2005) -FDOTConcreteFieldInspectorSpecifications.(2005) LICENSES: -General Engineering Contractor -General Building Contractor -Registered andCertificateState of Florida Underground UtilitiesContractor. -Registered General Contractor State of Florida WORK EXPERIENCE: MAGGOLC INC.,Miami,Florida,USA.(June2005toPresent). GonzalezistheownerandpresidentofMaggolcInc.,thisisanEngineeringContractorCompany.Specializedin Drainage Systems,Pavement and Concrete. Work Executed: -Beacom Project Area Drainage and Road Improvements-PhaseII (City of Miami)2015 -NW 18 PL Draiange and Road Improvements (City ofMiami)2015 -Multiple Parks-ADA Improvements (MiamiDade Park &RecDep.)2015 -Districtwide Minor Asphalt Repair (FDOT)2014 -NW 11 ST from NW 27 Ave to37 Ave Area Roadway Improv.(CityofMiami)2014 -Sunset Drive Downtown Median (City of SouthMiami)2014 -Dorm Ave Drainage Improvements (City of SouthMiami)2014 -Beacom Project Area Improvements-PhaseI (City of Miami)2013 -Wild Lime Park Parking Expansion and Concrete Walkway (Miami Dade Park &Rec Dep.)2013 -Biscayne Island Drainage Improvements (City ofMiami)2013 -Sidewalk Improvements along SR A1A/Collins Ave @ SR 826 (FDOT)2013 -SR 9 (NW 27 Ave)@ NW 79 ST Roadway Improvements (FDOT)2013 -Friedland Manor Drainage Improvements (Cityof Florida City)2013 -NW 8 ST &NW 14 CT Roadway &Drainage Improvements (City of Miami)2013 -1-195/Julia Tuttle Bike Path/Trail (FDOT)2013 -ARRA Municipalities Group B:City of Miami Gardens Bus Shelters (MiamiDadeTransit)2013 -Progress Rd Roadway &Drainage Improvements (City of South Miami)2012 -KiUian Park Rd Stormwater Improvements (Village of Pinecrest)2012 -Phase IV Drainage Improvements.(Village of Palmetto Bay)2012 -SR 94/Kendall Dr at SW 142 Ave Roadway Improv.(FDOT)2012 -FDOT LAP Roadway Improvements.(City of Sweetwater)2012 -SW 64 Street Corridor Improv.(City of South Miami)2012 -District #2 Citywide ADA Sidewalk Improvements.(City of Miami)2012 -Long Key State Park -Resurface Campground Road (FloridaDep.of Environmental Protection)2012. -Suncrest Dr.&Moss Ranch Rd.Stormwater Improvements (Village of Pinecrest)2011. -SR 909 (Alton Road)at West 52 Street Drainage Improvements (FDOT District 6)2011 -SW 19 Terrace Roadway &Drainage Improvements (CIP,City of Miami)2011. -Tamiami Canal Miccosukee Linear Park (Miami-Dade County,Park &Recreation Dep.)2011. -District #4 Citywide ADA Sidewalk Improvements (City of Miami)2011 -MIA NW 36 Street &67 Ave Intersection Improvement (concrete )(Aviation Department M-DCounty) 2011 -MIA Building 3050 Parking Lot Improvements (Aviation Department M-D County)2011 -District #1 Citywide ADA Sidewalk Improvements (City of Miami)2011 -District #3 Citywide ADA Sidewalk Improvements (City of Miami)2011 -Intersection Realignment SW 139 Terr.&SW 140Dr.and Esat Guava ST One Way Street Conversion. (Village of Palmetto Bay)2010 -Installation of Sidewalks and Ramps along NE 12 Ave.(City of North Miami)2010. -AD Barnes Park Asphalt Walkways..(M-D County Park &Recreation)2010. -Golden Shore Park Pavers Sidewalks.(City of Sunny Isles).2010 -District I,Sidewalks Repair.(City of Miami).2010 -Crandon Park ADA Parking Space Striping andSigns.(M-DCountyPark &Recreation)2010. -District n,Sidewalks Repair.(City of Miami).2010 -Harbor Drive Lighting and Resurfacing Improv.(Village of Key Biscayne)2010 -Blue Road Roundabouts and Drainage.(City of CoralGables)2010 -Drainage Retention Improvements of State Rd.907 (Alton Rd.)at Allison Drive.Milling and Asphalt Resurfacing.(FDOT,District 6)2009 -Country Clubof Miami Park Concrete and Asphalt Walkway (Miami-DadeCounty,Park &Recreation Dep.)2009. -Brendwood Park Asphalt Walkway.(City of Miami Gardens)2009. -West Little River Improve Asphalt Driveways.(Miami-Dade CountyOffice of CommunityandEconomic Development)2008. -West PerrinePark Concrete SlabsandPoured Safety Surface.(M-DCParkandRecreation)2008 -Asphalt Pavement Repair.FloridaDepartmentofTransportation(District6).2008-2009,2009-2010and 2010-2011. -ImproveIntersectionsCountywide Project,includeMillingandAsphaltResurfacing.(Sidewalk,Handicap Ramps,Curb &Gutters,Pavers,New Pavement,Drainage,Sodding (M-D CountyPublicWorkDep.)2008 -SealCoatandRestripingofStation13and Logistics ParkingArea.(MD County Fire Rescue Department) 2008 -DolphinArchaeologicalSiteSidewalkConstruction.(M-DCountyParkand Recreation)2008. -OlympicParkSidewalksConstruction.(M-DCountyParkand Recreation)2007 -Norman&JeanReachParkFoulBallNetting.(M-D CountyParkand Recreation)2007 -Drainage ImprovementProjectfor NW 22CourtfromNW107STtoNW112ST.(M-DCountyPublic WorkDep.).2006,etc Others Places where Gonzalez was working: SRS ENGINEERING,INC.,Miami,Florida,USA.(August 2006toJuly2007). Construction Field Inspector of Drainage and Roadway Restoration.(Public WorkDepartment,Miami-Dade County Projects). -Allaphatta PhaseI. -Hardwood Village Phase II. BERMELLO,AJAMIL &PARTNERS,INC.,Miami,Florida,USA.(May2005 to July 2006). Quality Control (QC)Construction Inspector (DOT Projects):(Earthwork,Concrete and Asphalt). -Okeechobee Road.(W 12 AvetoPalmetto Expwy) -MiamiGardenDrive.(NW2AvetoNW 17 Ave.) -BiscayneBlvd.(NW96STtoNW104ST) -Golden Gate Pkwy (Naples) -Florida's Turnpike(GriffinRdtoSunrise Blvd). -A-l-A (KeyWest). MARLIN ENGINEERING INC.,Miami,Florida,USA.(October2000 -May 2005). February 2004to May 2005. ConstructionFieldInspectorofDrainageand Roadway (FEMA-DERM,Miami-DadeCountyProjects). Activities Included: Verifyofstorm drainage structures in accordance withthe approved shop drawings,installation of drainage and pollutioncontrolstructures,drainagepipeinverts,joints,seals,FrenchDrainSystems,solidpipeplacementand bedding material.ChecktheContractor's compliance withall Maintenance of Traffic. ReconstructionofPavement,RoadwayMillingandResurfacing;reconstructionofCurbandGutterand Sidewalks;SiteRestoration,includingGradingofSwales,SodPlacement,etc. Requirements: -Ensurethequalityoftheconstructionwork,asperthePublicWorksDepartment Manual,FDOTStandards,andProjectContractDocuments. -Ensurethefullrestoration of the project,includingsitecleanliness,swalegrading,andsodplacement. -Keeprecords of dailyactivities,dailyproduction,sitetesting,andprogress of thework. -Resolvecomplaintsbyresidentsresultingfromconstructionactivities. March 2001to February 2004:Project Engineer Project Engineer forthedesign,roadway restoration,andstorm drainage systems improvement,including independentsitesandcommunity.(DERM/FEMAProgramadministeredbytheDivision of Recoveryand Mitigation-DORM)inMiami-DadeCountyandCity of MiamiStormDrainageImprovementProgram). Working closely with Microstation and AutoCAD software. October 2000toMarch2001andOctober2002toFebruary2003:RoadwayInspector. Surveying,inspectinganddrawingsketchesforroadwayrestoration projects inQ.N.I.P,PublicWork DepartmentofMiami-DadeCounty.Inspectingandsupervisingconstruction of asphaltpatching,millingand resurfacing operations. ENGINEERING CONTRACTOR -UC:E-251302 11020 SW 55 8T..MIAMI,FL 33165 PHONE:786-291-2949 FAX:7664724831 maaoolc@vahoo.com MAGGOLC GOVERMENT REFERENCE LISTING 1)Company Name:MiamiDade County Public Works Department. Address:111 NW 1st ST 14 Floor.Miami.FL33128 Contact Person:Joaquin Rabassa Telephone #305-299 9822,305-989 4943 2)Company Name:Miami DadePark&RecreationDepartment. Address:275 NW 2nd Street.4th Floor,Miami,FL 33128 Contact Person:Ruben Teurbe Tolon /Leroy Garcia Telephone #305 755 5465 3)Company Name:OfficeofCommunity&EconomicDevelopment M-D County Address:701 NW 1rt CT14 Floor Miami,FL 33136 Contact Person:Mario Berrios Telephone #786 469 2112 4)Company Name:Florida Departmentof Transportation /PinnacleConsulting Address:1773 NE 205 Street NorthMiami Beach,FL 33179 Contact Person:Roland Rodriguez Telephone #305 640 7185 5)Company Name:City of Miami Gardens Address:1050 NW 163 Dr Miami Gardens,FL 33169 Contact Person:Osde!Larrea Telephone #305-622 8000 Ext.3107 6)Company Name:City of Miami Address:444 SW 2nd Ave,8 Floor,Miami FL 33130 Contact Person:Fabiola Dubuisson Telephone #305 4161755 7)Company Name:City of North Miami Address:776 NE 125 Street,NorthMiami,FL 33161 Contact Person:Gerardo Hernandez Telephone #305 895 9831 8)Company Name:Village of Key Biscayne Address:88 West Mclntyre Street,Suite220KeyBiscayne,FL 33149 Contact Person:Armando Nunez Telephone #305365 7574 9)Company Name:City of Coral Gables Address:2800 SW 72 Ave Miami,FL 33155 Contact Person:Ernesto Pino Telephone #305 926 2784 10)Company Name:Cityof Miami -CapitalimprovementProgram Address:444 SW 2nd Ave,8th Floor,Miami,FL 33130 Contact Person:MauriceHardie Telephone #786-2295463 11)Company Name:Stantec Address:901 Ponce de Leon Blvd Suite 900 Coral Gables,FL 33134 Contact Person:Sean Compel Telephone #305-445 2900 Ext.2230,786-502 0770 12)Company Name:Villageof Pinecrest Address:10800 Red Road,Pinecrest,FL 33156 Contact Person:DanielF.Moretti Telephone #305-669 6916 13)Company Name:CityofFloridaCity Address:404 West Palm Dr.FloridaCity,FL 33034 Contact Person:Richard Stauts Telephone #305 247 8221/305 772 1157 14)Company Name:Cityof South Miami Address:6130 Sunset Drive South Miami 33143 Contact Person:Ricardo Ayala Telephone #305-403 2063 15)Company Name:CityofMiami-Capital Improvement Program Address:444 SW 2nd Ave,8th Floor,Miami,FL 33130 Contact Person:Robert Fenton Telephone #786-263-2133 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS Citywide Drainage Improvement Projects RFP#PW-20I5-I9 Respondent shalllistall proposed subcontractors,if subcontractors areallowedby the terms ofthisSolicitationto beusedonthis project if they are awarded the Contract Classification of Work Subcontractor Name Address Telephone,Fax & Email Landscape SoddingandTurf Work /f 3 ajuo ///h>o yt*9~?-£J~/ft Electrical Irrigation Paving (jtgtil Rarh AmenitiesAivienities,\Hlgt+*k^(Ft \13Q3A Graphics \^$^f?pLt P*>*$> Excavation A 4 i®-^^MtiM Building Structures Plumbing Painting TestingLaboratory Soil Fumigator Signs Other: This list shall be provided totheCityof South Miami by the apparent lowest responsive and responsible Bidder within five (5)business daysafter Bid Opening. END OF SECTION is ,/-.*-*W- rr*f fk*c NON COLLUSION AFFIDAVIT STATE OF FLORIDA COUNTY OF MIAMI-DADE ) J£beingfirstduly sworn,deposes and states that (I)He/She/They is/are the t^tUlAJJ^ (Owner,Partner,Officer,Representative orAgent)of ttacned PtepteJal; (2) (3) (4) (5) the Respondent that has submitted the attacl JHe/She/They is/are fully informed concerning the preparation and contents ofthe attached Proposal andof all pertinent circumstances concerning such Proposal; Such Proposalisgenuineandisnota collusive orsham Proposal; NeitherthesaidRespondentnoranyofits officers,partners,owners,agents,representatives, employees or partiesininterest,including this affiant,haveinanyway colluded,conspired,connived oragreed,directlyor indirectly,withany other Respondent,firm,or persontosubmita collusive or shamProposalinconnectionwiththeWorkforwhichtheattached Proposal hasbeensubmitted;or to refrain from Bidding or proposing in connection with such Work;or have inany manner,directly or indirectly,soughtby agreement or collusion,or communication,or conference with any Respondent,firm,orpersontofixany overhead,profit,orcostelementsofthe Proposal orofany other Respondent,orto fix anyoverhead,profit,orcostelementsoftheProposalPriceorthe Proposal Price ofany other Respondent,ortosecurethroughany collusion,conspiracy,connivance, or unlawful agreementany advantage against (Recipient),oranypersoninterestedintheproposed Work; Theprice or pricesquotedintheattachedProposalarefairand proper andarenottaintedbyany collusion,conspiracy,connivance,or unlawful agreement onthe part oftheRespondent or any other ofits agents,representatives,owners,employees or parties of interest,incjrfdipg this affiant. Signed,sealed and delivered inthe presence of: STATE OF FLORIDA Signature Print Name and Title / ACKNOWLEDGEMENT ) ) COUNTY OF MIAMI-DADE ) On this the /.3 day of ^ft'tyltlT .20 /£.before me,the undersigned Notary Public of the State of Florida,personally appeared (Name(s)of individual(s)who appeared before 16 notary)_rf/frita #0*JZ#/0^and whose oame(s)is/areSubscribedto the within instrument,and he/she/they acknowledgethat he/she/they executed it, WITNESSmyhandand official seal. NOTARY PUBLIC: SEAL OF OFFICE: YUNEttY BARACALDO CA8AUER0 MY COMMISSION #FF89999S EXPIRESJuly 14,2019 (40tt3tt-<K63 ftortdaNotirySwvlca.aw I7 Notfry Public,State of Florida 4-bJfcFvfameofNotaryPubjfc:Print,Stamp ortypeascommissioned.) ^*Personally known to me,or Personal identification: Type of IdentificationProduced Did take an oath,or Did Not take an oath. PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant totheprovisionsof Paragraph (2)(a)ofSection 287.133,Florida StateStatutes-"Apersonor affiliate whohasbeen placed onthe convicted vendorlist following a conviction fora public entitycrimemaynotsubmita Proposal orbidonaContractto provide anygoodsor services toa public entity,maynotsubmita Bid or proposal fora Contract witha public entityforthe construction of repair ofa public building or public work,may notsubmitbidsor proposals on leases or real propertytoa public entity,maynotbe awarded toperform Work as a RESPONDENT,Sub-contractor,supplier,Sub-consultant,or Consultant undera Contract withany public entity,andmaynottransact business withany public entityinexcessofthethresholdamountCategoryTwoof Section 287.017,Florida Statutes,forthirtysix(36)monthsfromthedateofbeing placed ontheconvictedvendor list". Theawardofanycontracthereunderissubjecttothe provisions ofChapter 112,Florida StateStatutes. Respondents must disclose withtheir Proposals,thenameofany officer,director,partner,associate oragentwho isalsoanofficeroremployeeoftheCityofSouth Miami orits agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)(a), FLORIDA STATUTES.ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OFA NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. L This sworn statement is submitted to :individual's nawe and titlel for M**4jf/TL*»^^Jt> [printnameofthe public entity] fr\A individual's name and titlel T [print name w entitysubmittingswornstatement] whose business address is /(O ^&n$-<k}S~Jf &Jr and (if applicable)its Federal Employer Identification Number (FEIN)is *242~3 c3 #ST^^-^flf the entityhasno FEIN,include the Social SecurityNumberofthe individual signing thisswornstatement: 2.I understandthata "public entitycrime"asdefinedin Paragraph 287.133 (l)(g),Florida Statutes, meansaviolationofanystateor federal lawbyapersonwithrespecttoanddirectlyrelatedtothe transaction ofbusinesswithany public entityorwithan agency or political subdivision ofanyotherstate oroftheUnited States,including,butnot limited to,any bid,proposal orcontractforgoodsor services tobeprovidedtoany public entityoran agency or political subdivision of anyotherstateorofthe UnitedStatesand involving antitrust,fraud,theft,bribery,collusion,racketeering,conspiracy,or material misrepresentation. 3.1understandthat"convicted"or"conviction"asdefinedin Paragraph 287.133 (I)(b),Florida Statutes,meansa finding of guilt oraconvictionofa public entitycrime,withorwithoutan adjudication of guilt,inanyfederalorstatetrial court ofrecordrelatingtochargesbroughtby indictment or informationafterJuly I,1989,asaresultofajuryverdict,non-jurytrial,or entryofapleaofguiltyor nolo contendere. 4.I understandthatan "affiliate"asdefinedin Paragraph 287.133 (I)(a),Florida Statutes,means: (a)Apredecessororsuccessorofapersonconvictedofa public entitycrime;or (b)Anentityunderthecontrolofany natural personwhoisactiveinthemanagementoftheentity and who hasbeenconvictedofapublicentitycrime.The term "affiliate"includes those officers, 18 directors,executives,partners,shareholders,employees,members,andagentswhoareactivein themanagementofan affiliate.Theownershipbyonepersonofsharesconstitutingacontrolling interest inanyperson,or apoolingof equipment or income amongpersons when not for fair market valueunderan arm's lengthagreement,shallbeaprima facie case that one person controls another person.Apersonwhoknowinglyentersintoajoint venture withaperson who hasbeenconvicted of apublicentitycrimein Florida duringthepreceding36 months shall be considered an affiliate. I understandthata"person"asdefinedin Paragraph 287.133 (I)(e),Florida Statutes,meansany natural personorentityorganizedunderthelawsofanystateoroftheUnitedStateswith the legal power to enter into abinding contract andwhichbidsorproposalorapplies to bidorproposalon contractsfortheprovisionofgoodsorservicesletbya public entity,orwhich otherwise transactsor appliestotransactbusinesswithapublicentity.The term "person"includes those officers,directors, executives,partners,shareholders,employees,members,andagents who areactiveinmanagementofan entity. Based on information and belief,the statement which I have marked below is true in relation to the entitysubmittingthisswornstatement.[Indicate which statement applies.] y Neither the entity submittingthissworn statement,norany of itsofficers,directors,executives, partners,shareholders,employees,members,oragentswhoareactiveinthe management oftheentity, norany affiliate oftheentityhasbeen charged withandconvictedofa public entitycrimesubsequentto July I.1989. The entity submittingthissworn statement,or one ormore of itsofficers,directors,executives, partners,shareholders,employees,members,oragentswhoareactiveinthemanagementoftheentity, oran affiliate oftheentity has been charged withand convicted ofa public entitycrimesubsequentto July I,1989. The entity submittingthis sworn statement,or one or more of itsofficers,directors,executives, partners,shareholders,employees,members,oragentswhoareactiveinthe management oftheentity, oran affiliate oftheentity has been charged withandconvictedofa public entitycrimesubsequentof July 1,1989.However,therehasbeenasubsequentproceedingbeforea Hearing OfficeroftheStateof Florida,Division of Administrative Hearings andthe Final Orderenteredbythe Hearing Officer determinedthatitwasnotinthe public interestto place theentitysubmittingthisswornstatementon theconvictedvendor list,[attach acopyofthe final order.] I UNDERSTAND THAT THE SUBMISSION OFTHISFORM TO THE CONTRACTING OFFICERFOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE)ABOVE IS FOR THAT PUBLIC ENTITY ONLY,&)D THAT THIS FORM IS VALID THROUGH DECEMBER 31 OFTHE CALENDAR YEARIN WHICH IT ISy REQUIRED TO INFORM THE PUBLIC ENTITYPRIORTO ENTERING THRESHOLD AMOUNT PROVIDED IN SECTION 287.017,FLORIDA/ ;6 UNDERSTAND THAT I AM '1TRACT IN EXCESS OF THE CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Sworn to and subscribed before me this Personally known ^ /5 dayof _»20_/£ ORProducedidentification (Type of identification) FormPUR7068 (Rev.06/11/92) (407)'3M-O'.53 YUNEISY BAftACALOO CABAUCR0 1:MYCOMMISSION#FF899996 EXPIRES July 14,2019 WortdaNrt*ySfvfc«.coni 19 Notary Public -Stateof__&_ My commission expires <***^/y /'/*&'jt inted,typed or stamped commissioned(Printed,typed or stamped nameofnotarypublic) DRUG FREE WORKPLACE Whenevertwoormore Bids or Proposals whichare equal withrespectto price,quality and service are received bytheStateorbyany political subdivisions fortheprocurementofcommoditiesor contractual services,aBidor Proposal received froma business thatcertifiesthatit has implemented a drug-free workplace program shall be given preference inthe award process.Established procedures for processing tie Bids or Proposals shall be followed ifnoneofthetied vendors have a drug-free workplace program.In order to have a drug-free workplace program,abusiness shall: 1)Publish astatement notifying employees thatthe unlawful manufacture,distribution,dispensing, possession,oruseofacontrolled substance is prohibited intheworkplaceand specifying the actionsthat shall betaken against employeesfor violations ofsuch prohibition. 2)Inform employees about the dangers of drug abuse inthe workplace,the business'policy of maintaining a drug-free workplace,any available drug counseling,rehabilitation,andemployee assistance programs,andthe penalties thatmaybeimposeduponemployeesfordrugabuse violations. 3)Giveeachemployee engaged in providing the commodities or contractual servicesthatareunder Bidacopyofthe statement specifiedinSubsection(I). 4)In thestatement specified in Subsection (I),notifythe employees,that,asa condition of working ofthecommoditiesor contractual services thatareunder Bid,heemployee shall abide bythe termsofthestatementand shall notifytheemployeeofany conviction of,orplea of guilty or nolo contendere to,anyviolationofChapter893orofanycontrolledsubstancelawoftheUnited Statesoranystate,foraviolation occurring intheworkplacenolaterthan five (5)business days after such conviction. 5)Imposeasanctionon,orrequirethe satisfactory participation inadrugabuseassistanceor rehabilitation program,ifsuchis available intheemployee'scommunity,byanyemployeewhois so convicted. 6)Make a good fa/rfi jffforyfoyfontinue to maintain a drug-free workplace through implementation of this section Asthe person authorized to sjgn tjfe s^itpnSejrt,I certify that this firm complies fully with the above requirements. RESPONDENTS Signature: Print Name:/Of A fT?0 (C%0A-2 fr < Date:t/ftf/f T 20 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS TO THE CITY OF SOUTH MIAMI We,. CONTRACT0RM6r the Citywide Drainage Improvement Projects project as specified have the sole responsibility forcompliancewith all the requirements of the FederalOccupationalSafetyandHealthActof 1970,andallState andlocalsafetyandhealthregulations,andagreeto indemnify andholdharmlessthe City of South Miami and T.Y.Lynn&Civil Works (Consultant)againstanyandall liability,claims,damages,lossesandexpensesthey may J—4J&*,(Name ofCONTRACTOR),hereby acknowledge and agree that as incur duetothe failure or(Sub-contractor's names)L tocomplywithsuch act or rej CONTRACTOR "Xluc BY: ime1 ~ 21 AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS Theperson,orentity,whoisrespondingtotheCity's solicitation,hereinafter referred toas"Respondent",must certifythatthe Respondent's nameDoesNotappearontheStateof Florida,Departmentof Management Services, "CONVICTED,SUSPENDED,DISCRIMINATORY FEDERAL EXCLUDED PARTIESand COMPLAINTS VENDOR LISTINGS". Ifthe Respondent's nameDoesappearononeor all the "Listings"summarized below,Respondents must"Check if Applies"nexttothe applicable "Listing."The "Listings"canbe accessed through the following link tothe Florida Department ofManagementServiceswebsite: http://www.dms.myflorida.com/business_operations/state purchasing/vendor information/convicted susp ended discriminatory complaints vendor lists y h x J>ECLARATION UNDER PENALTY OF PERJURY i,jAftft V?0 ut<3*32tt ff/egjpidLker referred to as the "Declarant")state,under penalty of perjury, thatthe following statements aretrue and correct:i $''' (I)Irepresent the Respondent whose name is Asf (Xf\^>^A/cXJb<^(0>fAier (if Respondent is 2 artrtfer (ifRespondentisa partnership),General (2)I havethefollowingrelationshipwiththe Responden soleproprietor),President (iHlespondent isa corporation)Partner (if Respondent isa partnership),General Partner(ifRespondentisa Limited Partnership)or Managing Member>(if Respondentisa Limited Liability Company). (3)I havereviewedthe Florida Departmentof Management Services websiteatthe following URL address: http^/www.dms.myflorida.com/business_operations/statej^urchasing/vendoMnformation/conviaed_suspended_di scriminatory_compla?nts_vendor_lists (4)I have entered an"x"or acheckmarkbesideeach listing/category setforthbelowiftheRespondent's nameappearsinthelistfoundonthe Florida Departmentof Management Serviceswebsiteforthatcategoryor listing.If I didnot enter amarkbesidea listing/category itmeansthat I amattestingtothefactthatthe Respondent'snamedoesnotappearonthe listing forthatcategoryintheFloridaDepartmentof Management Services website as of the date of this affidavit. Check if Applicable Convicted Vendor List Suspended Vendor List Discriminatory Vendor List FederalExcludedPartiesList Vendor Complaint List FURTHER DECLARANT SAYETH NOT //__v ,/T _0tyarf* ACKNOWLEDGEMEN STATE OF FLORIDA ) COUNTY OF MIAMI-DADE ) On thisjtfie A_)day of rftrCftOJsr ,20 /S»before me,the undersigned authority,personallyOnthisjhe red na ing identftcati appeared following foregoingAffidavitas the Declarant ffication WITNESS myhandand official seal. NOTARY PUBLIC: SEAL #'& -'**>£MY COMMISSION #FF899996 YUNCWY SARACALDOCAAAUERO j407)3»e-€?53 EXPIRESJuly 14.2019 fTortd>N«aryS»fvic».caffi %r whois personally knowtomeorwhoprovidedthe andwho took anoath or affirmed tfagthat he/she/they executed the 22 Nota/y Public,Stateof FWritfa (Name of Notary public:Print, Stamportypeascommissioned.) cmJ •*Ae^ RELATED PARTY TRANSACTION VERIFICATION FORM I f^OOrJO Go<OT*J!l ^Individually and on behalfof MCL&fr&(<*>^^O ("Firm")have Name ofRepresentative CompanylVendorfEntity read the City ofSouth foi4rnt/("City")'s Codeof Ethics, Section 8A-1 oftheCity'sCodeofOrdinancesand I herebycertify,underpenaltyofperjurythattothe best ofmy knowledge,informationandbelief: (1)neither I northe Firm haveany conflict ofinterest(asdefinedinsection 8A-1)withregardtothe contract or business that I,and/or the Firm,am(are)about toperformfor,or totransactwith,the City,and (2)neither I norany employees,officers,directorsofthe Firm,nor anyone whohasa financial interestgreater than5%inthe Firm,hasany relative(s),as defined insection 8A-1,whoisanemployeeoftheCityorwho is(are) anappointedorelected official oftheCity,orwho is(are)amemberofany public bodycreatedbytheCity Commission,i.e.aboard or committeeoftheCity,[while theethicscode still applies,ifthepersonexecutingthis formisdoingsoonbehalfofafirmwhosestockis publicly traded,thestatementinthissection(2)shall bebased solelyonthe signatory's personalknowledgeandhe/sheisnotrequiredtomakeanindependent investigation asto therelationshipofemployees or thosewhohavea financial interest inthe Firm.];and (3)neither I northe Firm,noranyonewhohasa financial interestgreaterthan5%inthe Firm,noranymemberof thosepersons'immediate family (i.e.,spouse,parents,children,brothers andsisters)hastransacted or entered intoanycontract(s)withtheCityorhasa financial interest,direct or indirect,inanybusinessbeing transacted withthe city,orwithanyperson or agency actingforthecity,other thanas follows: /*>/*I_ _(use (if necessary,useaseparatesheetto supply additional informationthat will not fit onthisline;however,you mustmakereference,on the aboveline,to the additional sheet and the additional sheet mustbesigned under oath),[whiletheethicscodestill applies,if the personexecutingthisformisdoingsoonbehalfofafirmwhose stockis publicly traded,the statement inthis section (3)shall bebasedsolelyonthesignatory'spersonal knowledgeandhe/sheis not requiredtomakeanindependent investigation as to therelationshipof those who havea financial interestinthe Firm.];and (4)noelectedand/orappointed official oremployeeoftheCityofSouth Miami,oranyoftheirimmediate family members(i.e.,spouse,parents,children,brothers andsisters)hasa financial interest,directlyorindirectly,inthe contract betweenyou and/or yourFirmandtheCity other thanthe following individuals whose interest isset forth following their use a separate names:/O /A >ther (if necessary,usea separate sheet to supplyadditionalinformation that will not fitonthisline;however,youmust makereference,ontheaboveline,totheadditionalsheetandtheadditional sheet mustbesigned under oath). Thenamesof all Cityemployeesandthatofallelectedand/orappointedcity officials orboardmembers,who own,directlyor indirectly,an interest offive percent (5%)or moreofthetotalassetsofcapital stock inthefirm are as follows:*/°//f (ifnecessary,useaseparate sheet tosupply additional informationthat will not fit onthis line;however,youmust makereference,ontheaboveline,totheadditionalsheetandtheadditional sheet mustbesigned under oath), [while theethicscode still applies,ifthepersonexecutingthisformisdoingsoonbehalfofafirmwhosestockis publicly traded,thestatementinthissection(4)shall bebasedsolelyonthe signatory's personalknowledgeand he/sheisnotrequiredtomakeanindependent investigation astothe financial interest inthe Firm ofcity employees,appointed officials ortheimmediate family membersofelectedand/orappointed official or employee.] (5)I andthe Firm furtheragreenottouse or attempttouseany knowledge,propertyorresource which may cometousthroughourpositionoftrust,or throughourperformanceofourdutiesunderthe terms ofthe contract withtheCity,to secure aspecialprivilege,benefit,or exemptionforourselves,or others.We agreethat wemay not discloseoruseinformation,not available tomembersofthegeneral public,forourpersonal gain or benefit or forthepersonal gain orbenefitofany other personor business entity,outsideofthenormal gain or benefitanticipatedthroughtheperformanceofthe contract. (6)I andthe Firm hereby acknowledge thatwehavenotcontractedortransactedany business withtheCityor any person oragencyactingfortheCity,andthatwehavenot appeared in representation ofanythirdparty 23 before any board,commission or'agency ofthe City within the past two years other than as follows:A3/At ______(if necessary,usea separate sheetto supply additional information that will not fit on this line;however,you must make reference,onthe above line,tothe additional sheet and the additional sheet must be signed under oath). X:\PurchasingWendor Registration 12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx (7)Neither I nor any employees,officers,or directors ofthe Firm,nor any of their immediate family (i.e.,as a spouse,son,daughter,parent,brother or sister)is related by blood or marriage to:(i)any member oftheCity Commission;(ii)any city employee;or (iii)any member of any board or agency ofthe City otherthan as follows: A)/A (if necessary,use aseparate sheet to supply additional information that will notfitonthis line;however,youmustmake reference,ontheabove line,tothe additional sheet and the additional sheetmustbe signed under oath),[while the ethics code still applies,ifthe person executing this form is doing soon behalf ofa firm whose stock is publicly traded,the statement in this section (7) shall be based solely onthe signatory's personal knowledge and he/she isnot required to make an independent investigation as tothe relationship by blood or marriage of employees,officers,or directors ofthe Firm,orof any of their immediate family to any appointed or elected officials ofthe City,orto their immediate family members]. (8)NoOther Firm,nor any officers or directors ofthatOther Firm or anyone who has a financial interest greater than 5%inthatOther Firm,nor any member ofthose persons'immediate family (i.e.,spouse,parents,children, brothers and sisters)nor any ofmy immediate family members (hereinafter referred to as "Related Parties")has responded toa solicitation bytheCity in which I orthe Firm that I representor anyone who has a financial interest greater than 5%inthe Firm,or any memberofthose persons'immediate family (i.e.spouse,parents, children,brothers and sisters)have also responded,other than the following:•en,brpi of necessary,useaseparate sheet to supply additional information that will notfitonthis line;however,youmust make reference,onthe above line,tothe additional sheetand the additional sheetmustbe signed under oath), [while theethicscode still applies,iftheperson executing thisformis doing soon behalf ofa firm whosestockis publicly traded,thestatementinthis section (8)shall be based solely onthe signatory's personal knowledge and he/she isnot required tomakean independent investigation intotheOther Firm,orthe Firm he/she represents,as totheir officers,directors or anyone having a financial interest inthose Firms oranyoftheir any memberofthose persons'immediate family.] (9)I and the Firm agree thatweare obligated to supplement this Verification Form and inform theCityofany change in circumstances thatwould change our answers tothisdocument Specifically,afterthe opening of any responsestoa solicitation,I andthe Firm havean obligation tosupplementthis Verification Form with the nameof all Related Parties whohavealso responded tothe same solicitation andto disclose the relationship ofthose parties to meand the Firm. (10)A violation oftheCity's Ethics Code,the giving of any false information orthe failure tosupplementthis Verification Form,maysubjectmeorthe Firm to immediate termination ofanyagreementwiththeCity,andthe imposition of the maximum fine and/or any penalties allowed by law.Additionally,violations may be considered by and subject tcyafction by yie Miami-Dade County Commission on Ethics.Under penalty of perjury,I declare that I have made a Mgent OTort to investigate the matters to which I am attesting hereinabove and that the statements made hereinabove aije^true and correct to the best ofmy knowledge,information and belief. Signature: Print Name &Titli Date:i ha lie ' 24 Sec.8A-I.-Conflict of interest and code of ethics ordinance. (a)Designation. Thissectionshallbedesignatedandknownasthe"Cityof South Miami Conflictof Interest and Code ofEthics Ordinance."Thissectionshallbe applicable toallcitypersonnelasdefinedbelow,andshallalso constitute a standardofethical conduct andbehaviorfor all autonomouspersonnel,quasi-judicial personnel,advisory personnelanddepartmentalpersonnel.The provisions ofthissection shall beappliedina cumulative manner.By wayofexample,andnotasa limitation,subsections(c)and(d)maybeapplied to thesame contract ortransaction. (b)Definitions,Forthepurposesofthissectionthe following definitions shallbe effective: (1)Theterm "commission members"shall refertothemayorandthemembersofthecity commission. (2)Theterm"autonomouspersonnel"shall refertothemembersofautonomousauthorities,boardsand agencies, suchasthecitycommunityredevelopmentagencyandthehealth facilities authority. (3)Theterm "quasi-judicial personnel"shall refertothemembersofthe planning board,theenvironmentalreview and preservation board,the code enforcement board andsuch other individuals,boards and agenciesofthecityas perform quasi-judicial functions. (4)Theterm "advisory personnel"shall refertothemembersofthosecity advisory boardsand agencies whose sole or primaryresponsibilityistorecommend legislation or giveadvicetothecitycommission. (5)Theterm"departmentalpersonnel"shall refertothecity clerk,thecity manager,departmentheads,thecity attorney,and all assistantstothecityclerk,city manager andcityattorney,howevertitled. (6)Theterm "employees"shall referto all other personnelemployedbythecity. (7)Theterm"compensation"shallrefertoany money,gift,favor,thingofvalueor financial benefitconferred,or to be conferred,in return for services rendered or to be rendered. (8)Theterm "controlling financial interest"shall refertoownership,direcdyor indirectly,often percentormore oftheoutstanding capital stockinanycorporationoradirectorindirect interest oftenpercentormoreina firm, partnership,orother business entityatthetimeof transacting business withthe city. (9)Theterm "immediate family"shall refertothespouse,parents,children,brothersandsistersoftheperson involved. (10)Theterm"transactany business"shall refertothe purchase orsalebythecityof specific goodsor services forconsiderationandtosubmittinga bid,aproposalinresponsetoa Solicitation,astatementof qualifications in response toa request bythecity,orenteringintocontractnegotiationsfortheprovision onany goods or services,whichever first occurs. (c)Prohibitionontransacting business withthecity. Noperson included intheterms defined in paragraphs (b)(1)through(6)and in paragraph (b)(9)shall enterinto any contract ortransactanybusinessinwhichthatpersonoramemberoftheimmediate family hasa financial interest directorindirectwiththecityoranypersonor agency acting forthe city,andany such contract, agreement or business engagement entered inviolationofthissubsectionshall render the transaction voidable. Willful violation of this subsection shall constitute malfeasance inofficeandshallaffect forfeiture of office or position.Nothinginthissubsection shall prohibitormake illegal: (1)The payment oftaxes,special assessments or fees for services provided bythecitygovernment; (2)The purchase of bonds,anticipation notesorother securities that may be issued by the city through underwriters or directlyfromtimetotime. Waiver of prohibition.The requirements ofthis subsection may be waived fora particular transaction only byfour affirmative votesofthecity commission after public hearing upon finding that* (1)An open-to-all sealed competitive proposal has been submitted bya city personas defined in paragraphs (b)(2), (3)and(4); (2)The proposal has been submitted by a person or firm offering services within the scope ofthe practice of architecture,professional engineering,or registered land surveying,as defined bythe laws ofthestate and pursuant tothe provisions ofthe Consultants'Competitive Negotiation Act,and when the proposal has been submitted bya city person defined in paragraphs (b)(2),(3)and (4); (3)The property or services tobe involved in the proposed transaction are unique and the city cannot avail itself ofsuchpropertyor services without entering a transaction which would violate this subsection butfor waiver of its requirements;and (4)That the proposed transaction will be in thebest interest ofthe city. This subsection shall be applicable only to prospective transactions,and the city commission may in no case ratify a transaction entered in violation of this subsection. Provisions cumulative.This subsection shall be taken tobe cumulative and shall notbe construed to amend or repeal any other lawpertaining to the samesubjectmatter. 25 (d)Further prohibitionontransactingbusinesswiththecity. Noperson included intheterms defined in paragraphs (b)(I)through (6)andin paragraph (b)(9)shall enter into any contractor transact any business througha firm,corporation,partnership or business entityin which that person orany member ofthe immediate family has a controlling financial interest,director indirect,withthe city oranypersonor agency acting forthe city,andany such contract,agreement or business engagement enteredin violation ofthis subsection shall renderthe transaction voidable.The remaining provisions ofsubsection(c)will alsobe applicable tothissubsectionasthoughincorporatedbyrecitation. Additionally,noperson included intheterm defined in paragraph (b)(1)shall voteonor participate inanywayin anymatterpresentedtothecity commission ifthatpersonhasanyofthe following relationships withanyofthe personsorentities which wouldbeormightbe directly or indirectly affected byanyactionofthecity commission: (I)Officer,director,partner,of counsel,consultant,employee,fiduciary or beneficiary;or (2)Stockholder,bondholder,debtor,orcreditor,ifinanyinstancethe transaction ormatterwouldaffectthe person defined in paragraph (b)(l)inamannerdistinctfromthemannerin which it would affect the public generally.Any person included intheterm defined in paragraph (b)(I)who hasanyofthe specified relationships orwhowouldor might,directly or indirectly,realize aprofitbythe action ofthecity commission shall notvoteon or participateinanywayin the matter. (E)Gifts. (l)Defmition.Theterm "gift"shall refertothetransferof anything ofeconomicvalue,whetherintheformof money,service,loan,travel,entertainment,hospitality,itemorpromise,orinany other form,without adequate and lawful consideration. (2)Exceptions.The provisions of paragraph (e)(1)shall not apply to: a.Political contributions specifically authorized bystate law; b.Gifts from relatives or members ofone's household,unless the person isaconduiton behalf ofathirdpartyto thedeliveryofagiftthatisprohibitedunder paragraph(3); c.Awardsforprofessional or civic achievement; d.Materialsuchasbooks,reports,periodicals or pamphletswhicharesolelyinformationalorofanadvertising nature. (3)Prohibitions.Apersondescribedinparagraphs (b)(1)through(6)shall neithersolicitnordemandany gift Itis also unlawful foranyperson or entitytooffer,give or agreetogivetoanypersonincludedin the terms definedin paragraphs (b)(1)through(6),or foranyperson included intheterms defined in paragraphs (b)(1)through(6)to accept or agreetoacceptfrom another person or entity,anygiftfor or becauseof: a.An official publicactiontaken,or tobetaken,or whichcouldbetaken,oranomission or failure to takeapublic action; b.Alegaldutyperformed or tobeperformed,orwhichcouldbeperformed,oranomission or failuretoperform a legal duty; c.A legal dutyviolated or to beviolated,or whichcouldbeviolatedbyanypersonincludedinthe term definedin paragraph (b)(1);or d.Attendance orabsencefromapublicmeetingatwhich official actionistobetaken. (4)Disclosure.Anypersonincludedinthe term definedinparagraphs (b)(1)through(6)shall discloseanygift,or seriesofgiftsfromanyonepersonorentity,having avalueinexcessof $25.00.Thedisclosure shall bemadeby filing acopyofthedisclosureformrequiredbychapter 112,Florida Statutes,for "local officers"withthecityclerksimultaneouslywiththe filing oftheformwiththeclerkofthecountyandwiththe Florida Secretary ofState. (f)Compulsorydisclosureby employees of firmsdoingbusinesswiththe city. Shouldanyperson included inthetermsdefinedinparagraphs(b)(I)through(6)beemployedbyacorporation, firm,partnershipor business entityin which thatpersonorthe immediate family doesnot have a controlling financial interest,andshouldthe corporation,firm,partnership or businessentityhavesubstantialbusiness commitmentstoorfromthecityoranycity agency,orbesubjecttodirect regulation bythecityoracity agency, thentheperson shall file aswornstatement disclosing suchemploymentand interest withtheclerkofthe city. (g)Exploitation of official position prohibited. Noperson included in the termsdefinedinparagraphs(b )(l)through(6)shall corrupdy useor attempt tousean official positiontosecure special privileges or exemptionsforthatpersonorothers. (h)Prohibitiononuse of confidential information. Noperson included inthetermsdefinedinparagraphs (b)(1)through(6)shall acceptemployment or engage in anybusiness or professional activitywhichonemight reasonablyexpectwouldrequire or induceoneto disclose confidential information acquiredbyreasonofan official position,nor shall that personinfacteverdisclose confidential information garneredorgainedthroughan 26 official positionwiththecity,norshallthatpersoneverusesuchinformation,directly or indirectly,forpersonal gain or benefit. (i)Conflicting employment prohibited. Noperson included intheterms defined in paragraphs (b)(1)through(6)shall acceptotheremploymentwhich wouldimpairindependenceofjudgmentintheperformanceofanypublicduties. (j)Prohibition on outside employment. (1)Nopersonincludedin the terms definedinparagraphs(b)(6)shall receiveanycompensationforservicesasan officer or employeeofthecityfromanysource other thanthecity,except asmaybepermittedasfollows: a.Generally prohibited.No full-time cityemployee shall acceptoutside employment,either incidental,occasionalor otherwise,where citytime,equipment ormaterialistobeused or where such employment or any part thereof is tobe performed oncitytime. b.When permitted.Afull-timecityemployeemayacceptincidental or occasional outside employment solongas such employment isnot contrary,detrimental or adverseto the interest ofthecity or anyofits departments and theapprovalrequiredinsubparagraphc.isobtained. c.Approvalof department headrequired.Anyoutsideemploymentbyanyfull-timecityemployeemustfirstbe approvedinwritingby the employee's department headwhoshall maintain a complete recordofsuch employment. d.Penalty.Anypersonconvictedofviolatinganyprovisionofthissubsectionshallbepunishedasprovidedin section i-l I ofthe Code of Miami-Dade Countyand,inadditionshallbesubject to dismissal bytheappointing authority.Thecitymayalsoassessagainstaviolatorafinenottoexceed$500.00andthecostsofinvestigation incurred by the city. (2)All full-time cityemployeesengagedinanyoutsideemploymentforanyperson,firm,corporation orentity other thanthecity,oranyofitsagencies or instrumentalities,shall file,underoath,anannual report indicatingthe source ofthe outside employment,the nature of the work being done andany amount ofmoney or other considerationreceivedbytheemployeefromtheoutsideemployment.Cityemployee reports shall befiledwith thecityclerk.The reports shall be available atareasonabletimeandplaceforinspectionbythe public.Thecity managermayrequiremonthly reports from individual employees or groupsofemployeesforgood cause.. (k)Prohibited investments. Nopersonincludedinthe terms definedin paragraphs (b)(1)through(6)oramemberoftheimmediate family shallhavepersonal investments inany enterprise which will create asubstantialconflict between private interests and the public interest (I)Certain appearances and payment prohibited. (1)Nopersonincludedin the terms definedinparagraphs (b)(1),(5)and(6)shallappearbeforeanycityboardor agencyandmakea presentation onbehalfofathirdpersonwith respect toany matter,license,contract, certificate,ruling,decision,opinion,rateschedule,franchise,or other benefitsoughtbythethird person.Nor shall the person receiveany compensation or gift,directlyorindirectly,forservices rendered to athird person,who hasappliedfororisseekingsomebenefitfromthecityoracity agency,inconnectionwiththeparticularbenefit soughtbythethirdperson.Nor shallthepersonappearinany court or beforeanyadministrativetribunalas counselor legal advisortoapartywhoseeks legal relieffromthecity or acityagencythroughthesuitinquestion. (2)Noperson included intheterms defined in paragraphs (b)(2),(3)and(4)shall appearbeforethecity commission or agencyonwhich the personserves,eitherdirectly or throughanassociate,andmakea presentation onbehalfofa third personwith respect toanymatter,license,contract,certificate,ruling,decision, opinion,rateschedule,franchise,or other benefitsoughtbythethirdperson.Nor shall suchpersonreceiveany compensationor gift,directlyor indirectly,forservicesrenderedtoathirdpartywhohas applied fororis seeking somebenefitfromthecitycommission or agencyonwhichthepersonservesinconnectionwith the particular benefitsoughtbythethirdparty.Nor shall thepersonappearinany court or beforeanyadministrativetribunalas counselor legal advisortoathirdpartywhoseeks legal relieffromthecity commission or agency onwhichsuch person serves through the suitin question. (m)Actions prohibited when financial interests involved. Noperson included intheterms defined in paragraphs (b)(I)through(6)shall participateinany official action directly or indirectlyaffectingabusinessinwhichthatpersonoranymemberoftheimmediate family hasa financial interest A financial interest isdefinedinthissubsectiontoinclude,but not belimitedto,any direct or indirect interest inany investment equity,or debt. (n)Acquiring financial interests. Noperson included intheterms defined in paragraphs (b)(1)through(6)shall acquirea financial interestina project businessentity or property atatimewhenthepersonbelieves or has reason tobelieve that the financial 27 interest maybedirectlyaffectedby official actionsorby official actionsbythe city orcityagencyofwhich the person isan official,officer or employee. (0)Recommending professional services. No person includedin the terms definedinparagraphs (b)(1)through(4)may recommend theservicesofany lawyer or lawfirm,architect or architecturalfirm,publicrelations firm,or any other personorfirm,professional or otherwise,toassistinanytransaction involving thecity or anyofits agencies,providedthata recommendation may properly bemadewhenrequiredtobemadebythedutiesof officeandinadvanceatapublicmeeting attended by other city officials,officers or employees. (p)Continuing application after city service. (1)Noperson included inthetermsdefinedinparagraphs (b)(1),(5)and(6)shall,foraperiodoftwoyearsafter hisorhercityservice or employmenthasceased,lobbyanycity official [asdefinedinparagraphs (b)(1)through(6)]inconnectionwithany judicial orother proceeding,application,Solicitation,RFQ,bid,request forruling or other determination,contract,claim,controversy,charge,accusation,arrest or other particular subject matter inwhichthecityoroneofitsagenciesisapartyorhasany interest whatever,whether direct or indirect Nothingcontainedinthissubsectionshallprohibitany individual fromsubmittingaroutineadministrative request or application toacitydepartment or agencyduringthetwo-yearperiodafterhisorherservicehas ceased. (2)The provisions ofthesubsection shall notapplytopersonswhobecomeemployedby governmental entities, 501(c)(3)non-profitentities or educational institutionsorentities,andwholobbyonbehalfofthoseentitiesin their official capacities. (3)The provisions ofthis subsection shall apply to all persons described in paragraph (p)(l)whosecityserviceor employment ceasedafter the effectivedate of the ordinance fromwhichthis section derives. (4)Nopersondescribedin paragraph (p)(l)whosecityserviceoremploymentceasedwithintwoyearspriorto theeffectivedateofthisordinance shall foraperiodoftwoyearsafterhis or herserviceoremployment enter intoa lobbying contracttolobbyanycity official inconnectionwithanysubjectdescribedin paragraph (p)(l)in which the cityoroneofitsagenciesisapartyorhasanydirectand substantial interest andinwhichhe or she participateddirectlyorindirectlythroughdecision,approval,disapproval,recommendation,therenderingof advice,investigation,orotherwise,during hisorhercityserviceor employment.Aperson participated "directly" whereheorshewas substantially involved intheparticularsubjectmatterthrough decision,approval,disapproval, recommendation,therenderingof advice,investigation,or otherwise,duringhis or hercityservice or employment Apersonparticipated "indirectly"whereheorshe knowingly participatedinanywayintheparticular subject matter throughdecision,approval,disapproval,recommendation,therenderingofadvice,investigation,or otherwise,duringhisorhercityserviceoremployment All personscoveredbythis paragraph shall executean affidavit onaformapprovedbythecityattorneypriorto lobbying anycity official attestingthatthe requirementsofthissubsectiondonotprecludethepersonfrom lobbying city officials. (5)Anypersonwhoviolatesthis subsection shall besubjecttothe penalties providedinsection 8A-2(p), (q)City attorney to render opinionson request Wheneveranypersonincludedintheterms defined inparagraphs (b)(1)through(6)and paragraph (b)(9)isin doubt as to the proper interpretation orapplicationofthisconflictof interest and code ofethicsordinance,or wheneveranypersonwhorenders services to thecityisindoubtastothe applicability oftheordinancethat person,maysubmittothecityattorneya full writtenstatementofthefactsandquestions.Thecityattorneyshall then render anopiniontosuchpersonandshall publish theseopinionswithoutuseofthenameoftheperson advisedunlessthepersonpermitstheuseofaname. (Ord.No.6-99-1680,§2,3-2-99) Editor's note-Ord.No.6-99-1680,§I,adopted 3-2-99,repealed §§8A-Iand8A-2intheirentiretyand replaced them withnew §§ 8A-Iand 8A-2.Former§§8A-I and 8A-2 pertainedtodeclarationofpolicyand definitions,respectively,and derivedfromOrd.No.634,§§I (I A-1),I (IA-2)adoptedJan.II,1969. END OF SECTION 28 PRESENTATION TEAM DECLARATION/AFFIDVAIT OFREPRESENTATION Thisaffidavitisnot required for compliance withtheCity'sSolicitation;however,itmaybe used to avoid the need to register members ofyour presentation team aslobbyists.Pursuant toCity Ordinance 28-14- 2206 (c)(9),anypersonwho appears asa representative foranindividualorfirmforanoral presentation before aCity certification,evaluation,selection,technical reviewor similar committee,shalllistonan affidavitprovidedby the City staff,allindividualswhomaymakea presentation.Theaffidavitshallbe filedby staff with the Clerk'soffice at the time the committee's proposal is submitted to the City Manager.For the purpose ofthis subsection only,the listed members of the presentation team,with the exception ofany person otherwise required to register asalobbyist,shallnotbe required to payany registration fees.No person shall appear before any committee on behalf ofan anyone unless he or she has been listedaspart of the firm's presentation team pursuant tothis paragraph or unless he or sheis registered with the CityClerk'sofficeasalobbyistandhaspaidall applicable lobbyist registration fees. Pursuant to '92.525(2),Florida Statutes,the undersigned,/6/fl1**Q IP^/makesthe following declaration under penalty of perjury: Listed below areall individuals who may make a presentation on behalf of the entity that the affiant represents.Please note;No person shall appear before any committee on behalf of anyone unless he or she has been listed aspart of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the Clerk's office as a lobbyist and haspaidall applicable lobbyist registration fees, NAME TITLE / Market (>oa)z^xJt */p^stJks^ For the purpose ofthisAffidavitof Representation only,the listed members of the presentation team, with the exception ofany person otherwise requiredto register asalobbyist,shallnotberequiredto payany registration fees.TheAffidavitof Representation shallbefiledwiththeCityClerk'sofficeat the time the committee's proposal is submitted to the Cityas part of the procurement process. Under penalties of perjury,I declare that I have read the foregoing declaration and that the facts stated initare true andspecifically that the persons listedabovearethe members of the presentation teamof th^ejhtit/lisied below ^(??day of /fu^ASJT ,20 (f PrintNameand Title f Print nameofentity bein. 29 EXHIBIT #1 Scope of Services &Schedule of Values/Summary of Quantities Attachment A: Project:SW 78 Street &SW 63 Avenue L Scope of Work: Scopeof work involvesperformingroad,drainageandsidewalk improvements within theCityofSouth Miami.Work shall complywith applicable standards,including butnot limitedto the FDOTand the Miami Dade County Public Works standards.Work covered under this contract shall also include and is not limited to maintenance of traffic,drainage,sidewalk,milling,clearingandgrubbing,asphalt placement,andstriping. The construction is to be performed perspecificationsand the construction documents ofSW 78th Street Roadway and Drainage Improvements,prepared by T.Y.Lin International/HJ Ross.This includes,butisnot limited to,the furnishing of all labor, material,tools,equipment,machinery,disposalofall materials,superintendence and services necessary forthe completion ofthe construction of the project. Theawarded vendor mustobtainanypermitsrequired.TheCity will waive all City permit fees.Permitsthatmayberequiredby other agencies will bethe responsibility of the awardedvendor,including applicable fees. Work activityislimitedtothehoursfrom7:00a.m.through 6:00p.m.,onweekdays fromMonday through Friday. II.Site Locations: 1.SW 78th Street a.WestofSW 63rd Avenue towards the South Miami Dog Park, b.East ofSW 63rd Avenue along SW 78th Streetfor approximately 50 LF 2.SW 63rd Avenue,from SW 78th Street,Northtothe limit ofthe FDOT right of wayonUS I. III.Plans and Specifications: Plans preparedby T.Y.Lin International,titled "EXHIBIT I,Attachment B ~"SW 78th Street Roadway andDrainage Improvements9'area part ofthis RFP bywayof reference. IV.Project Duration &Liquidated Damages: The current estimate tocompleteconstructionofthe project is 60 calendar days substantial completion.Thermoplasticpaint shall beinstalled30calendardaysafter substantialcompletion.90 total calendar days to final completion from issuance of Notice to Proceed. 32 Liquidated Damages shall bepaidbythe Contractor atthe rate of $1,500.00 dollars per day,plusanymonies paid bythe Owner totheConsultant,if any,foradditional engineeringandinspectionservices,ifany,associatedwithsuchdelay. V.Project Funding: This project isfundedthroughCity Funds. VI.Schedule of Values: Respondentsshallcompleteandsubmitwith their proposal,theattachedScheduleof Values. VII.Warranty: Ifequipmentis being provided,thestandard manufacturer's warranty information must beprovidedinwritingfor all equipment being proposed,including installation byan authorized dealer before final paymentismade. NOTE:Respondents shall quote both Projects;Refer to Exhibit 5, "Respondents Cost <S Technical Proposal/'-"SW 78 Street &63 Avenue/'and "Twin Lakes."in accordance with Exhibit I "Scope of Services,"Attachment A,B,C,D.The City,at its discretion,may award both projects to a single contractor or,each project to separate contractors. A Performance and Payment Bond is required for the full amount of the project END OF SECTION 33 EXHIBIT #1 Attachment A: "Schedule of Values" Project -SW 78 Street &SW 63 Avenue Respondents Shall Complete and Submit With Their Proposal 34 ITEM NUMBER 10 11 12 13 14 15 16 17- 18 19 20 21 22 23 24 25 PAY ITEM 101-1 102-1 10-1-1 210-2 285-711 327-70-1 337-7-40 425-5 425-6 522-1 522-2 700-1-11 700-1-12 700-1-60 706-3 711-1-611-1 711-1-621-1 711-1-112-3 711-1-112-5 430-175-118 443-70-4 425-2-61 425-1521 570-1-2 SW 78 Street- Schedule of Values JU*&&c?Lc^77uc: PAY ITEM DESCRIPTION Mobilization Maintenance of Traffic Clearing and Grubbing Limerock-New Material for Reworking Base (8") Optional Base Group 11 (12"Limerock LBR100.for spot reconstruction) Milling Existing Asphalt Pavement (1*Average) Asph Cone Friction Course Traffic B (FC-9.5)(1.5*resurfacing 2*reconstruction) Manhole Adjust Valve Adjust Sidewalk Concrete,4*Thick Sidewalk Concrete,6"Thick (and concrete driveway) Single Post Sign,F&l,Less Than 12 SF Single Post Sign,F&l,12-20 SF Single Post Sign,Remove Reflective Pavement Markers (Y/Y) Thermoplastic,Std -Other Surfaces.White.Solid,6" Thermoplastic,Std -Other Surfaces.Yellow,Solid,6" Thermoplastic,White,Solid,12" Thermoplastic,White,Solid.24" Pipe Culvert,Optional Material,Round Shape 18"S/CD French Drain,24"HDPE Manhole Type P-8 <10* Catch Basin Type C Performance Turf,Sod (includes regraded swale area,filterfabric,3/4"gravel,&sand soilmix) OffDutyPoliceOfficer* UNIT LS LS LS SY SY SY TN EA EA SY SY AS AS AS EA NM NM LF LF LF LF EA EA SY HR PLAN QUANTITY 35 584 1,148 159 128 70 15 0.106 0.056 111 30 33 54 314 80 UNIT PRICE ^OOO* JSf&OO ~j§- 75#" jse, £J3t& J22_ rs 7Z&: s 45.00 TOTAL COST 2+0*0* ls£5**** •&*- -w2ZjI-*+- &f£L-»m &1X7. ~73&w ~*5Z:JfT ^fer wi*~^ ££*£* 7 0£ ^nh 3.600.00 8e.634.ac *The off-duty Police officer hours item isan estimate.Selected contractor will be required to apply for a right ofway permit,during which Police will evaluate the MOT plan andassessifan off-duty police officer will be required.Ifthe contractor belivesthatmorethan80hoursare required for this project,the contractor shall adujst the quantities and total cost for thisiteminthe proposal.Ifthe number of hours requiredislessthantheproposednumberofhours,thedifferenceshallbecreditedtotheCity. 35 S W 7 8 S t r e e t . Sc h e d u l e o f Va l u e s - Pa r k i n g Ar e a Th e Cit y will de s i r e to ha v e , as ase p a r a t e it e m , th e pr o p o s a l to st r i p e th r e e pa r k i n g sp a c e s , as de p i c t e d in th e sk e t c h be l o w . A J ^ of ^f ^ > (s C - -2 - T t ^ - 1 P A Y IT E M 7 1 1 - 1 - 1 4 2 - 1 7 1 1 - 1 - 6 1 1 - 1 7 1 1 - 1 6 1 3 1 5 4 2 - 7 0 P A Y IT E M D E S C R I P T I O N U N I T S K E T C H Q U A N T I T Y U N I T P R I C E T h e r m o p l a s t i c , S t a n d a r d . Bl u e , So l i d . 6" Th e r m o p l a s t i c . S t d - O t h e r S u r f a c e s . Wh i t e . So l i d . 6" Th e r m o p l a s t i c . Wh i t e , Sk i p . 6" (2 / 4 ) 8 u m p e r G u a r d s . C o n c r e t e ) W h e e l S t o p :6 ' f W H I T E \ W H E B L S T O P ( T Y P 6" W H I T E / D O G 6" BL U E P A R K 6 " W H I T E \ S i + 2 3 3 5 2 0 3 R + 1 3 . 5 5 7 7 . 5 ' L L F N M G M E A 5 7 0 . 0 2 2 0 . 0 1 _ 2 - __ %W & % l a c TO T A L + 4 3 . 1 8 + 5 6 . 5 8 + 7 1 . 3 1 I 1 8 . 9 L J 1 1 . 2 L 6" BL U E V± 3 Z £ L ,• > . . . 7 . 7 ' R 3 6 6 " Wl T - ^ - + 5 8 . 3 9 0 . 3 ' L 6 " i B / C + 5 6 . 3 9 " w 6 " W H I T E •- - . , 9 : 2 R 6 " W H I T E ' 2 - 4 S K I P , _ J C O S T J L » w i & = : EXHIBIT #1 Scope of Services &Schedule of Values/Summary of Quantities Attachment C:Project -Twin Lakes I.Scope of Work: Scopeof work involvesdrainage improvements within the CityofSouth Miami.Work shallcomplywithapplicable standards,including but not limited to the FDOTand the Miami Dade County Public Works standards.Work covered under this contract shall alsoincludeandis not limitedtomaintenanceoftraffic,drainage,milling,clearingand grubbing,andasphaltplacement. The construction is to be performed per specificationsand the construction documents of Twin Lakes Drainage Improvements,prepared byCivil Works.Thisincludes,but is not limitedto,the furnishingofalllabor,material,tools,equipment,machinery,disposalof all materials,superintendence andservices necessary for the completion of the construction of the project. TheCity will includeadditionalresurfacingbeyondwhatisintheplansinthe intersection of SW 63rd Avenue and SW 64th Court Theawarded vendor mustobtainanypermitsrequired.TheCity will waiveallCity permit fees.Permits that maybe required by other agencies will be the responsibilityof the awarded vendor,includingapplicablefees. Work activityislimitedtothehoursfrom7:00a.m.through6:00 p.m.,onweekdays fromMondaythrough Friday. II*Site Locations: There are two separate project areas to beconsideredand quoted separately as described below: Area I •SW 62nd Terrace andSW 63rd Terrace,fromSW64*Court toSW 63rd Court •SW 64th Court andSW 63rd Court,fromSW 62nd Terrace toSW 64th Street Area 2 •SW 63rd AvenueandSW 62nd Place,fromSW 62nd Terrace toSW 64th Street •SW 62nd Terrace ,fromSW 63rd Avenue to SW 62nd Court •SW 63rd Terrace,from SW 62nd Place to SW 62nd Court •SW 62nd Court,fromSW 62nd Terrace to SW 63rd Terrace. 50 III.Plans and Specifications Plans prepared by Civil Works Inc.titled "Twin Lakes Drainage Improvements"Exhibit I, Attachment D,are a part ofthis RFP bywayof reference. IV.Project Duration &Liquidated Damages The current estimate to complete construction ofthe project is60 calendar days substantial completion foreach work area.Thermoplastic paintshallbeinstalled30 calendar days after substantialcompletion.90 total calendar days to final completion from issuance of Notice to Proceed.LiquidatedDamagesshallbe paidbythe Contractor atthe rate of $2,000.00 dollars per day,plusanymoniespaid by the Owner to the Consultant,if any,foradditionalengineeringand inspection services,ifany,associated withsuch delay. V.Project Funding: This project isfunded through City Funds. VI.Schedule of Values: Respondents shall complete andsubmitwith their proposal,the attached Schedule of Values. VII.Warranty: If equipment isbeingprovided,the standardmanufacturer'swarrantyinformationmust beprovidedinwritingfor all equipment being proposed,including installationbyan authorized dealer before final paymentismade. NOTE:Respondents shall quote both Projects;Refer to Exhibit5, "Respondents Cost &Technical Proposal."-"SW 78 Street &63 Avenue."and "Twin Lakes."in accordance with Exhibit I "Scope of Services,"Attachment A,B,C,D.The City,at its discretion,may award both projects to a single contractor or,each project to separate contractors. APerformanceandPaymentBondisrequiredforthe full amountofthe project END OF SECTION 51 EXHIBIT #1 Attachment C: "Schedule of Values" Project-Twin Lakes Respondents Shall Complete and Submit With Their Proposal 52 Twin Lakes Drainage Schedule of Values Area 1 £j&&&0t*^rUc> Item Description Unit C-5 C-6 C-7 C-8 C-9 C-10 C-11 C-12 C-13 Quantity Unti Price Total Manhole EA 1 1 0 0 1 1 1 .1 0 6 3,300 !%&<?&.&* Inlet EA 0 0 2 2 0 0 00 0 4 3.0OO f&-,0&&** 18"0 Exfiltration Trench LF 33 0 0 0 142 143 00 0 318 /3tf 3tJ£0.iV*18"0 Solid Pipe LF 0 40 166 132 125 126 29 34 0 652 <£&44.336 0& 15"0 Solid Pipe LF 0 00 0 0 0 0 0 0 0 12"Solid Cone.Pipe LF 10 10 0 0 0 0 1010 0 40 6S 2.6<0.1* Concrete Collars EA 2 2 00 0 0 22 0 8 3O0 SL.4&S'9 Milling (1 inch ave.)SY 406 113 310 89 284 276 81 117 0 1676 V"£l04.7® Resurfacing Type S-l (1 in)TN 22.3 6.2 17.1 4.9 15.6 15.2 4.5 6.4 0.0 92 /5&fAstt.VHP Asphalt Apron 1 inch*TN 0.2 0.0 0.8 0.5 0.0 0.0 0.0 0.0 0.0 1 Z&O /80.M Driveway Restoration (Asphalt)TN 0 0 0 1.05 0 0 0 0 0 1 /&o //£>.** Off-Duty Police Officer**HR 80 $45.00 $3,600.00 Base Rework (10%ofM&R)SY 168 fO MW Total:1+S/W?* Contractortoverify the payitem notes in the plans,Sheet C-4. *Line item339-1AsphaltApronshallincludethecostforasphaltand limerock base. **The off-duty Police officer hours item is an estimate.Selected contractor will be required to apply for a right of way permit,during which Police will evaluate the MOT plan and assess ifan off-duty police officer will be required.Ifthe contractor belivesthatmorethan 80 hours are required for this project,the contractor shall adujst the quantities and total cost for this item in the proposal.If the number of hours required isless than the proposed number of hours,the difference shall be credited tothe City. S3 Item Description Manhole Inlet 18"0 Exfiltration Trench 18"0 Solid Pipe 15"0 Solid Pipe 12"Solid Cone.Pipe Concrete Collars Milling(1 inch ave.) Resurfacing Type S-l (1in) Asphalt Apron 1 inch Driveway Restoration (Asphalt) Remove Drainage Structure Off-Duty Police Officer Base Rework (10%of M&R) Twin Lakes Drainage Schedule of Values Area 2 M^g-S^^o 3*± Contractor to verify thepayitemnotesinthe plans,Sheet C-4. *Line item 339-1 Asphalt Apron shall include thecost for asphalt and limerock base. **The off-duty Police officer hours item is an estimate.Selected contractor will be required to apply for a right of way permit,during which Police will evaluate the MOT plan and assess if an off-duty police officer will be required.If the contractor belives that more than 80 hours are required for this project,the contractor shall adujst the quantities and total cost for this item in the proposal.If the number of hours required is less than the proposed number of hours,the difference shall be credited to the City. EXHIBIT 2 Insurance &Indemnification Requirements 1.01 Insurance A.Without limitingits liability,the contractor,consultantorconsulting firm (hereinafter referred to as "FIRM"withregard to InsuranceandIndemnification requirements)shallberequired to procure and maintainatitsown expense during the lifeoftheContract,insuranceof the typesandin the minimum amounts stated below aswill protect the FIRM,fromclaimswhichmayarise out ofor result from the contractortheperformanceof the contract with the CityofSouth Miami,whether suchclaimis against the FIRM oranysub-contractor,orbyanyonedirecdyorindirectly employed byany of them orby anyonefor whose actsanyof them maybe liable. B.NoinsurancerequiredbytheCITY shall beissuedorwrittenbyasurpluslinescarrierunlessauthorized inwritingby the CITYandsuch authorization shall beat the CITY'ssoleand absolute discretion.The FIRM shall purchaseinsurancefromandshallmaintaintheinsurance with a company or companies lawfully authorized to sellinsurancein the Stateof Florida,onformsapprovedbytheState of Florida,as will protect the FIRM,ata minimum,fromallclaimsassetforth below whichmayarise out of orresult fromthe FIRM'S operationsunder the Contract andforwhichthe FIRM maybe legally liable,whether suchoperationsbebythe FIRM orbyaSubcontractororbyanyonedirectlyorindirectlyemployedby any of them,orbyanyonefor whose actsanyof them maybe liable:(a)claimsunder workers' compensation,disability benefitand other similar employee benefitactswhichareapplicable to the Work to beperformed;(b)claims fordamagesbecauseofbodily injury,occupationalsickness or disease,or deathofthe FIRM's employees;(c)claimsfordamagesbecauseofbodilyinjury,sicknessordisease,or death of anyperson other than the FIRM's employees;(d)claimsfordamagesinsuredbyusualpersonal injury liability coverage;(e)claimsfor damages,other thantothe Work itself,because of injury to or destruction of tangible property,includinglossofuseresulting there from;(f)claimsfordamagesbecause of bodilyinjury,death of aperson or property damage arising out of ownership,maintenanceoruseofa motor vehicle;(g)claims forbodilyinjuryorproperty damage arising out ofcompletedoperations;and (h)claims involving contractual liability insurance applicable tothe FIRM's obligations undertheContract. 1.02 Firm's Insurance Generally.The FIRM shall provideand maintain inforceandeffectuntil all the Work to be performed underthis Contract hasbeen completed andacceptedbyCITY(orforsuchdurationasis otherwise specifiedhereinafter),the insurancecoverage written on Florida approvedformsandassetforthbelow: 1.03 Workers'Compensation Insurance atthestatutoryamountasto all employees incompliancewiththe "Workers'Compensation Law"oftheStateof Florida including Chapter440,Florida Statutes,aspresentlywritten orhereafteramended,and all applicable federal laws.In addition,the policy (ies)must include:Employers'Liability atthe statutory coverage amount The FIRM shall furtherinsurethat all ofitsSubcontractorsmaintainappropriate levels of Worker's Compensation Insurance. 1.04 Commercial Comprehensive General Liability insurance withbroadform endorsement,aswellas automobile liability,completedoperationsandproducts liability,contractual liability,severability of interestwith cross liability provision,and personal injuryandproperty damage liability withlimitsof$1,000,000combined single limitper occurrence and$2,000,000 aggregate,including: •Personal Injury:$1,000,000; •Medical Insurance:$5,000perperson; •Property Damage:$500,000eachoccurrence; 1.05 Umbrella Commercial Comprehensive General Liability insurance shall bewrittenona Florida approved form withthesame coverage asthe primary insurance policy butintheamountof $1,000,000 per claim and $2,000,000AnnualAggregate.Coverage must beaffordedonaformnomorerestrictivethan the latestedition of theComprehensive General Liability policy,without restrictive endorsements,as filed bythe Insurance Services Office,and must include: (a)PremisesandOperation (b)Independent Contractors (c)Productsand/or Completed Operations Hazard (d)Explosion,Collapse and Underground Hazard Coverage 85 (e)BroadFormPropertyDamage (f)Broad Form Contractual Coverage applicable tothis specific Contract,including anyholdharmless and/orindemnification agreement (g)Personal Injury Coveragewith Employee and Contractual Exclusions removed,withminimumlimitsof coverageequalto those requiredforBodily Injury Liability andPropertyDamage Liability. 1.06 Business Automobile Liability withminimumlimitsofOne Million Dollars($1,000,000.00)plusan additional One Million Dollar ($1,000,000.00)umbrella peroccurrencecombined single limitfor Bodily Injury Uability andProperty Damage Liability.Umbrella coverage mustbeaffordedonaformno more restrictivethan thelatesteditionofthe Business Automobile Liability policy,withoutrestrictiveendorsements,as filed bywiththe state of Florida,and must include: (a)Owned Vehicles. (b)Hiredand Non-Owned Vehicles (c)Employers'Non-Ownership 1.07 SUBCONTRACTS:The FIRM agreesthatifanypartofthe Work underthe Contract issublet,the subcontract shall contain the sameinsuranceprovisionas set forthinsection 5.1 aboveand5.4 below and substitutingthewordSubcontractorfor the word FIRM and substituting theword FIRM forCITYwhere applicable. 1.08 Fire andExtendedCoverage Insurance (Builders'Risk).IF APPLICABLE: A.In the event that this contract involves the construction of a structure,the CONTRACTOR shall maintain,withan Insurance Companyor Insurance Companiesacceptableto the CITY,"Broad"form/All Risk Insurance on buildings andstructures,including Vandalism &Malicious Mischief coverage,whileinthe courseofconstruction,including foundations,additions,attachmentsand all permanentfixtures belonging to andconstitutingapart of said buildings orstructures.Thepolicyorpolicies shall alsocover machinery,if the cost ofmachineryis included in the Contract,orifthemachineryislocatedina building that isbeing renovated byreason of this contract The amount of insurancemust,atalltimes,beatleast equaltothereplacementandactualcashvalue of theinsuredproperty.Thepolicy shall beinthenameof theCITYandthe CONTRACTOR,astheirinterestmay appear,and shall alsocovertheinterestsof all Subcontractors performing Work. B.AlloftheprovisionssetforthinSection5.4hereinbelow shall applytothiscoverageunlessitwouldbe clearly not applicable. 1.09 Miscellaneous: A.Ifanynotice of cancellation of insuranceorchangeincoverageisissuedby the insurancecompanyor shouldanyinsurancehaveanexpirationdatethatwilloccurduring the period of this contract the FIRM shall beresponsibleforsecuring other acceptable insurance priortosuch cancellation,change,or expirationsoas to provide continuous coverageasspecifiedinthissectionandsoas to maintain coverageduring the lifeofthis Contract. B.Alldeductiblesmustbedeclaredbythe FIRM and must beapprovedbytheCITY.At the optionof the CITY,eitherthe FIRM shall eliminateorreducesuchdeductibleor the FIRM shall procureaBond,ina formsatisfactory to theCITYcoveringthesame. C.The policies shall containwaiver of subrogation against CITYwhere applicable,shall expresslyprovide thatsuchpolicy or policies areprimaryoverany other collectibleinsurancethatCITYmayhave.The CITYreserves the rightatany time torequestacopyoftherequired policies forreview.All policies shallcontaina"severability of interest"or"cross liability"clause without obligationforpremium paymentof the CITYaswellas contractual liability provision coveringtheContractorsdutytoindemnify the Cityasprovidedinthis Agreement. D.Beforestarting the Work,the FIRM shall delivertotheCITYand CONSULTANT certificatesofsuch insurance,acceptabletotheCITY,aswellastheinsurancebinder,ifoneisissued,the insurance policy, including the declaration page and all applicable endorsementsandprovidethename,addressand telephone number of the insuranceagentor broker through whom the policywasobtained.Theinsurer shall berated A.VII or better perA.M.Best'sKeyRatingGuide,latesteditionand authorized to issue insurancein the Stateof Florida.All insurance policiesmustbe written onformsapprovedbytheState of Florida and they must remainin full forceand effect for the durationofthe contract periodwith the CITY.The FIRM mayberequiredbytheCITY,atitssolediscretion,to providea"certifiedcopy"of the Policy (asdefinedinArticle I of thisdocument)which shall includethe declaration pageand all required endorsements.Inaddition,the FIRM shall deliver,atthetimeofdeliveryoftheinsurancecertificate,the following endorsements: (I)apolicyprovisionoran endorsement with substantially similarprovisionsas follows: 86 "TheCityofSouth Miami isan additional insured.Theinsurer shall pay all sumsthattheCityof South Miami becomes legally obligatedtopayas damages becauseof'bodily injury",'property damage',or"personaland advertising injury"and it will providetotheCity all ofthecoverage thatis typically providedunderthe standard Florida approvedformsforcommercialgeneral liability coverageAandcoverageB"; (2)a policy provision oran endorsement with substantially similar provisionsas follows: "This policy shall notbe cancelled (including cancellation fornon-paymentof premium), terminatedor materially modifiedwithoutfirst giving theCityofSouth Miami ten (10)days advanced written notice of the intent to materially modify the policyor to cancelor terminate the policy foranyreason.The notification shall bedeliveredtotheCitybycertified mail,with proofofdelivery to the City." E.Ifthe FIRM is providing professionalservices,suchaswouldbeprovidedbyan architect engineer, attorney,or accountant tonameafew,theninsucheventandinadditionto the above requirements, the FIRM shall alsoprovide Professional Liability Insurance ona Florida approvedforminthe amount of $1,000,000 with deductibleperclaimifany,not toexceed5%of the limit of liability providingfor all sumswhichthe FIRM shall become legally obligatedtopayasdamagesforclaims arising out of the servicesor work performed by the FIRM itsagents,representatives,Sub Contractors or assigns,or by anypersonemployedorretainedbyhiminconnectionwiththis Agreement Thisinsurance shall be maintainedforfouryearsafter completion oftheconstructionandacceptance of anyProject covered by this Agreement However,the FIRM maypurchase Specific Project Professional Liability Insurance,in the amount andunderthe terms specifiedabove,whichisalsoacceptable.Noinsurance shall beissuedbya surpluslinescarrierunless authorized inwritingbythecityatthecity'ssole,absoluteand unfettered discretion. Indemnification Requirement A.The Contraaor acceptsandvoluntarilyincurs all risksofanyinjuries,damages,orharmwhichmight ariseduring the work or event that isoccurringon the CITY'spropertydue to the negligenceor other fault of the Contractor or anyone acting through or onbehalf of the Contractor. B.The Contractor shall indemnify,defend,saveandholdCITY,itsofficers,affiliates,employees, successorsand assigns,harmlessfromanyand all damages,claims,liability,losses,claims,demands,suits,fines, judgmentsor cost andexpenses,includingreasonable attorney's fees,paralegal feesandinvestigativecosts incidental there to andincurredpriorto,duringorfollowingany litigation,mediation,arbitrationandat all appellatelevels,whichmaybesufferedby,oraccruedagainstchargedtoorrecoverablefrom the CityofSouth Miami,itsofficers,affiliates,employees,successorsand assigns,byreasonofanycausesofactionsor claim ofany kindornature,including claims forinjuryto,ordeathofanypersonorpersonsandfor the lossor damage to any property arising out ofanegligenterror,omission,misconduct oranygross negligence,intentionalactorharmful condua ofthe Contraaor,its contractor/subcontraaor oranyoftheirofficers,direaors,agents,representatives, employees,or assigns,oranyoneaaingthroughoronbehalfofanyofthem,arising out ofthis Agreement incidentto it or resulting fromtheperformanceor non-performance ofthe Contraaor's obligations underthis AGREEMENT. C.The Contraaor shall pay all claims,lossesandexpensesofanykindornaturewhatsoever,in connectiontherewith,including theexpenseorlossoftheCITYand/oritsaffeaed officers,affiliates,employees, successors and assigns,including theirattorney's fees,inthedefenseofanyaaionin law orequitybrought against themand arising fromthe negligent error,omission,or aa oftheContraaor,itsSub-Contraaororanyoftheir agents,representatives,employees,or assigns,and/or arising outof,orincidentto,this Agreement orincidentto or resulting fromthe performance ornon-performanceoftheContraaor's obligations underthis AGREEMENT. D.The Contraaor agrees and recognizes thatneithertheCITYnorits officers,affiliates,employees, successors and assigns shall beheld liable or responsible forany claims,including thecostsandexpensesof defendingsuchclaimswhichmayresultfromorarise out ofaaionsoromissions of the Contraaor,its contractor/subcontraaor or any oftheir agents,representatives,employees,or assigns,or anyone aaing through oron behalf ofthethem,and arising outofor concerning theworkoreventthatis occurring onthe CITY's property.In reviewing,approving orrejectingany submissions oractsofthe Contraaor,CITYinnowayassumes or shares responsibility or liability fortheactsor omissions oftheContraaor,itscontraaor/subcontraaororany oftheir agents,representatives,employees,or assigns,oranyoneaaingthroughoronbehalfofthem. 87 E.The Contraaor hasthedutytoprovidea defense withanattorneyorlaw firm approved bytheCity ofSouth Miami,whichapprovalwillnotbe unreasonably withheld. F.However,as to design professional contracts,andpursuantto Seaion 725.08(I),Florida Statutes, none of theprovisionssetforthhereinabove that arein conflia withthis subparagraph shall applyandthis subparagraph shall setforth the soleresponsibilityofthe design professionalconcerningindemnification.Thus, the designprofessional'sobligationsasto the Cityandits agencies,aswellas to itsofficersand employees,is to indemnifyandhold them harmlessfrom liabilities,damages,losses,andcosts,including,butnotlimitedto, reasonableattorneys'fees,to the extent causedbythe negligence,recklessness,orintentionallywrongful condua of the designprofessionaland other personsemployedorutilizedby the designprofessionalin the performance ofthe contraa. END OF SECTION 88 A/CORCf CERTIFICATE OF LIABILITY INSURANCE DATE (MIWDD/YYYY) 7/17/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THISCERTIFICATEOF INSURANCE DOESNOT CONSTITUTE A CONTRACT BETWEEN THEISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder Is an ADDITIONALINSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holderinlieuofsuch endorsement(s). PRODUCER Eastern Insurance Group,Inc. 9570 SW 107 Avenue Suite 104 Miami FL 33176 INSURED Maggolc,Inc. 11020 SW 55 Street Miami FL 33165 g°{™»David M.Lopez fAg.No1:<30*>5»5-^5,«,»•»005)595-3323 E-MAIL ninanil^fllAacif amir tafv.fw.fcxu;-ut SDDF*iiss.amandadeasterninsurance.net INSURER(S)AFFORDING COVERAGE insurer A Colony Insurance Company insurerBMapfre Insurance Co.of Florida insurer c ^Torus National Insurance Company insurerDiBusinessFirst Insurance Co. insurer e rFedera 1 Insurance Company INSURER F: COVERAGES CERTIFICATE NUMBER^aster 14-15 Auto New REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TOWHICHTHIS CERTIFICATE MAYBEISSUEDORMAYPERTAIN,THEINSURANCEAFFORDEDBYTHEPOLICIESDESCRIBEDHEREINIS SUBJECT TOALLTHETERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAYHAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WY0 POLICY NUMBER POLICY EFF (MM/DD/YYYYI POLICY EXP (MM/DD/YYYYl LIMITS A X COMMERCIAL 61ENERAL UABILITY de yrj occur X 1O3GL0OO63O1-0O 9/22/2014 9/22/2015 EACH OCCURRENCE $1,000,000 1CLAIMS-MAI DAMAGE TO RENTED PREMISES (Ea occurrence)$100,000 MED EXP (Any one person)$5,000 PERSONAL &ADV INJURY $1,000,000 GEr*L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $2,000,000 POLICY EJECT dtDC OTHER: PRODUCTS -COMP/OP AGG $2,000,000 $ B AUTOMOBILE LIABILITY 4X50130008652 7/17/2015 7/17/2016 COMBINED SINGLE LIMIT (Ea accident)$1,000,000 X X ANY AUTO BODILYINJURY <Perperson)$ ALL OWNED AUTOS HIRED AUTOS X SCHEDULED AUTOS NON-OWNED AUTOS BODILYINJURY(Peraccident)$ PROPERTY DAMAGE (Per accident}$ Hired Auto $1,000,000 C X UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS-MADE 86222K140ALI 9/22/2014 9/22/2015 EACH OCCURRENCE $3,000,000 AGGREGATE $3,000,000 DED 1 1RETENTIONS $ D WORKERS COMPENSATION AND EMPLOYERS*LIABILITY Y /N ANY PROPRIETOR/PARTNER/EXECUTIVE |1 OFFICER/MEMBER EXCLUDED?(Mandatory In NH){' If yes,describe under DESCRIPTION OF OPERATIONS below N/A 521-1188B 9/22/2014 9/22/2015 X PER||OTH- STATUTE 1 1 ER E.L EACH ACCIDENT $100,000 E.L OISEASE -EA EMPLOYEE $100,000 E.L DISEASE -POLICY UMIT $500,000 E E Rented/Leased Equipment Contractor's Equipment 45468147 45468147 11/2/2014 11/2/2014 11/2/2015 11/2/2015 $250,000 $254,016 DESCRIPTION OFOPERATIONS /LOCATIONS /VEHICLES (ACORD101,AdditionalRemarksSchedule,maybeattachedIfmorespaceIs required) Asphalt paving,concrete construction and drainage construction City of South Miami and Miami Dade County are listed as an additional named insured and shall be provided written notice 30 days before modification of this policy or cancellation for nonpayment of premium or otherwise.Coverage as an additional insured is provided if required by written contract. CERTIFICATE HOLDER CANCELLATION City of South Miami Building &Zoning Department €130 Sunset Drive Miami,FL 33143 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THEEXPIRATIONDATE THEREOF,NOTICEWILLBEDELIVEREDIN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE David Lopez/AMANDA '—^~—»_•»-J^ ACORD 25 (2014/01) INS025/?ni4fV» ©1988-2014 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD EXHIBIT 4 Citywide Drainage Improvement Projects RFP#PW-20I5-I9 CONSTRUCTION BID FORM THIS PROPOSAL IS SUBMITTED TO: Steven Alexander CityManager CityofSouth Miami 6130 Sunset Drive South Miami,FL 33143 1.Ifthis Proposal is accepted,the undersigned Respondent agrees toenterintoaContractwiththeCityof South Miami in theform included inthis Solicitation Package andtoperformand furnish all work as specified orindicatedinthis Solicitation,including assetforthin Exhibit I (Scope of Services)forthe Proposed Priceas set forth below,withinthe Contract Timeandin accordance withthe other terms and conditionsof the Solicitation Package. 2.Respondentacceptsallofthetermsand conditions ofthe Solicitation andInstructionstoRespondents, including without limitation those dealing withthe disposition of Proposal/Bid Bond,if required.This Proposal will remain subjectto acceptance for 180 calendar days afterthedayofthe Proposal Opening. TheRespondent,by signing and submitting this proposal,agreesto all ofthetermsandconditionsofthe formof contract thatisapartofthe Solicitation package withappropriatechangestoconformtothe information containedinthis Bid Form.Respondentagreesto sign andsubmitthe Bonds,ifrequiredby this Solicitation,required insurance documents,andotherdocumentsrequiredbythe Solicitation, including the Contract ifnotalreadysubmitted,withinten (10)calendardaysafterthedateoftheCity's Notice of Award. 3.InsubmittingthisProposal,Respondentrepresentsthat: a.Respondent has examined copiesof all the Solicitation Documentsandofthe following Addenda,ifany (receipt ofallwhichis hereby acknowledged.) Addendum No.±<**—!&,Dated:«»/»*//5"*^~t Z/ffrf b.Respondenthas familiarized himself with thenatureand extent ofthe Contract Documents,the proposed work,site,locality,andalllocalconditionsandlawsandregulationsthatinanymannermayaffect cost, progress,performance or furnishingoftheWork. c.Subsurface conditions:If applicable tothis Solicitation,theRespondent represents that: i.Respondent hasstudiedcarefullyall reports anddrawings,if applicable,ofsubsurfaceconditionsand drawingsofphysicalconditions. ii.Respondenthasobtainedand carefully studied(orassumes responsibility for obtaining and carefully studying)allsuchexaminations,investigations,explorations,tests andstudiesinadditionto or to supplement those referred tointhisparagraphwhichpertain to thesubsurface or physical conditions atthesite or otherwisemay affect the cost progress,performance,orthe furnishing oftheWorkat the Contract Price,within the Contract Time andin accordance with the other terms and conditions ofthe Contract Documents.TheRespondentherebyacknowledges that no additional examinations, investigations,explorations,tests,reports or similar information or dataare,or will,berequiredby Respondent foranyreasoninconnectionwiththeProposal.Thefailureof the Respondent to request a pre-bid markingoftheconstructionsitebyany or all utility companies shall createanirrefutable presumptionthattheRespondent's bid,or proposalprice,hastakenintoconsideration all possible undergroundconditionsand Respondent,ifawardedthecontract,shall notbeentidedtoachange order foranysuchconditiondiscovered thereafter. iii.Respondent has correlated theresultsof all suchobservations,examinations,investigations, explorations,tests,reports andstudieswiththetermsandconditionsofthe Contract Documents. 91 South*'Miami THE CITY OF PLEASANT UVINC ADDENDUM No.#1 Project Name:CitywideDrainage Improvement Projects RFP NO.PW-20I5-I9 Date:July29,2015 Sent:Fax/E-mail/webpage This addendum submissionisissued to clarify,supplement and/or modify the previouslyissued Solicitation,andis hereby madepartof the Documents.All requirements of the Documents notmodifiedhereinshallremainin full forceandeffectas originally set forth.Itshallbethe sole responsibility ofthebiddertosecure Addendums that may beissuedfora specific solicitation. Question #1: Canyoutellmeiftheplansforthisproject includes the installation oftype II baffle boxes? Answer to Question #1: Both projects,SW 78th Street and Twin Lakes Drainage,will use a Type II Skimmer (baffle) according to FDOT Standard Index 241. Question #2: Is there abudgetforthisproject? Answer to Question #2: There is nota specific line item for the construction portion of the projea in the City's^ Adopted Budget for FY 2014 -2015,Capital Improvement Program 5-Year Plan. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Pagel ofl Soutfr Miami THE CITY Of PLEASANT IIVING ADDENDUM No.#2 ProjectName:Citywide Drainage ImprovementProjects RFP NO.PW-20I5-I9 Date:Augusts,2015 Sent:Fax/E-mail/webpage Thisaddendum submission isissuedto clarify,supplementand/or modify the previously issued Solicitation,andisherebymadepartofthe Documents.All requirementsoftheDocuments not modified herein shall remainin full forceandeffectas originally setforth.It shall bethe sole responsibility ofthebiddertosecure Addendums that may beissuedfora specific solicitation. I.Page54ofthe RFP referstoadditionalquantitiesfor milling andresurfacingbut those quantities are notincludedwith the ScheduleofValues.Canyou clarify? RESPONSE: Thesketchshownonpage54ofthe RFP isreferringto additional quantitiesfor milling andresurfacing,depictedinthesolidgreyhatch.These quantitiesare not included within the schedule of values posted within the RFP. ArevisedScheduleofValuesisincludedwith Addendum No.2and,isapartofthis RFP bywayofthisreference.The revised Scheduleof Values includes the additional quantitiesinthe milling andresurfacinglineitemsfor sheet C-5and to cleanup some lineitemsforbothAreas I and2 that were repeated,withdifferenttypesofunits. 2.Will the Cityaccept alternates tothe A-2000 pipematerial specified? RESPONSE: Yes,the City will accept a HDPE pipeasan alternate material. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FORA SPECIFIC SOLICITATION.L Page1 of1 iv.Respondenthasreviewedandchecked all informationanddatashown or indicatedintheSolicitation Package or inthe Contract Documentswith respect toexistingUnderground Facilities or conditions atorcontiguoustothesiteandassumes responsibility fortheaccuratelocationofallUnderground Facilities andconditions that mayaffecttheWork.Noadditionalexaminations,investigations, explorations,tests,reports or similarinformation or datain respect toany Underground Facilities or conditionsare,orwillbe,requiredbyRespondentin order toperformandfurnishthe Work atthe Contract Price,within the Contract Time and in accordance with the other terms and conditions of the Contract Documents unlesstheProposal specifically statesthat the contract priceissubjectto adjustmentforfuturediscoveryofunderground facilities and/orconditions that affect the cost ofthe Work andunlessthe respondent makesawritten request totheCityforadditionalinformation prior tosubmittingthebid or proposalasrequiredinsubsectioniiabove, d.Respondent hasgiventheCity written noticeof all conflicts,errors or discrepancies that ithas discoveredinthe Contract Documentsand,ifany conflicts,errors ordiscrepancieshavebeenfound andnoticegiven,the Respondent represents,bysubmittingitsproposaltotheCity,that the Respondenthasreceivedsufficientnoticeoftheresolution thereof fromtheCity,that such resolution isacceptableto Respondent andthattheRespondentwaivesany claim regardingtheconflicts,errors or discrepancies. e.ThisProposalisgenuineand not madein the interest of or onbehalfofanyundisclosed person,firm or corporation andis not submitted pursuant toany agreement or rulesofanygroup,association, organization,or corporation;Respondent hasnotdirectly or indirectlyinduced or solicitedany other Respondent to submitafalse or shamProposal;Respondent hasnotsolicited or inducedanyperson, firm or corporation torefrainfromresponding;and Respondent has not soughtbycollusion or otherwise toobtainforitselfanyadvantageoverany other Respondent or over the CITY. 4.Respondent understands andagrees that the Contract Priceistheamount that itneeds to furnishand install all ofthe Work completeandinplace.TheScheduleof Values,ifrequired,isprovidedforthe purposeofProposal Evaluation andwheninitiatedbythe CITY,itshallformthebasisforcalculatingthe pricingofchange orders.The Contract Priceshallnotbeadjustedinanywaysoastoresultina deviationfromtheScheduleof Values,except tothe extent that theCITYchangestheScopeof the Work afterthe Contract Date.Assuch,theRespondent shall furnish all labor,materials,equipment, tools,superintendenceandservicesnecessarytoprovideacomplete,inplace,ProjectfortheProposal Price.Ifthis Solicitation requiresthecompletionofaCostand Technical Proposal,asmaybesetforthin inanexhibittothisSolicitation,such proposal must be attached to this Bid Form and will take the place of the Lump Sum Price,otherwise,the Contract Pricefor the completed work is as follows: LUMP SUM BASE PRICE:Attach Exhibit 5."Cost and Technical Proposal" Alternates:#1 #2 Afee breakdown foreachtask included inthe lump sumcontract price,if applicable,mustbe provided. Failure toprovidethisinformation shall rendertheproposal non-responsive. 5.The ENTIRE WORK shall be completed,in full,within 90 calendar days fromthecommencementdate setforthinthe NOTICE TO PROCEED.Failure to complete theentirework during the described time period shall resultintheassessmentof liquidated damages asmaybesetforthintheContract. 6.Insertthe following information for future communication with you concerning this Proposal: RESPONDENT: Address: Contaa Person Telephone:!$-J£,£9/-7,<fA<?> Facsimile:+$6~*^Jr ~**9 S 92 7.The terms used in this Proposal which are defined in the Contract shall have the same meaning as is assigned to them in the Contract Documents,unless specifically defined in this Solicitation Package. 8.If a cost&technical proposal is required by the Soliciution,Respondent hereby certifies that all ofthe facts and responses tothe questions posed in the cost &technical proposal,ifsuch an exhibit is made apartofthe Solicitation,aretrue and correct and are hereby adopted aspartof this Bid Form,and are made apartofthis proposal,by reference. 9.By submitting this proposal,I,on behalf ofthe business that I represent hereby agree tothe terms ofthe form of contract contained in the Solicitation package and I agree to be bound by those terms,with any appropriate blank boxes,if any,checked and any blank lines filled in with the appropriate information contained in the Solicitation Documents and this Proposal,or such information thatthe City and I have agreed upon in the course of contract negotiations and which have been confirmed by the City in writing, including e-mail confirmation,if any.I hereby certify under penalty of perjury that I am the lawful representative ofthe business entity referenced in this Bid Form and that I have authority to bid that entity. SUBMITTED THIS /$ PROPOSAL SUBMITTED BY: DAY OF A (J 9 O^f-20 A£ Title jrn^o (3 *~M *Z*OC*Z*S authorized toSubmitProposal *?-e*-'•A~# Telephone Number Fax Number 1*1 Email ax iNumoer .- H**?L%0U>&ua Lett END OF SECTION 93 C^K-| EXHIBIT 5 RESPONDENTS COST &TECHNICAL PROPOSAL Citywide Drainage Improvement Projects RFP#PW-20I5-I9 Respondents shall quote both Projects -"SW 78 Street &63 Avenue,"and Twin Lakes.The City,at its discretion,may award both projects to a single contractor or,each project to separate contractors. LUMP SUM BASE PRICE FOR EACH PROJECT IS IN ACCORDANCE WITH EXHIBIT I "SCOPE OF SERVICES;ATTACHMENT A,B,C,&D: SW 78 Street &63 Avenue $B8S&34*end TWIN LAKES AREA I AREA 2 *m)4m.frc <9» SUBMITTED THIS /<?DAY OF ./fU~<f QtSJP 20 AT L SUBMITTED BY: C/vJ _a Telephone Number C*r)A)ZaJp IS nAuthorizedtoSubmitProposal fn.tStLj' Fax Number Email ASSESS <\LaT><La>*sK^ END OF SECTION 94 EXHIBIT 6 CONSTRUCTION CONTRACT Citywide Drainage Improvement Projects RFP#PW-20I5-I9 >*V=aA\ THIS CONTRACT was made and entered into on this and between ftMk&^pgrWL ^v (hereafter referred to as "Contractor"),and thfe^ity of'South Miami (hereafter referred to as "Owner"),through its City Manager (hereafter referred to as"City"). WITNESETH: That,the Contractor,fortheconsiderationhereinafter fully setout,herebyagreeswiththe Owner as follows: 1.The Contractor shall furnish all labor,materials,equipment,machinery,tools,apparatus,transportation andany other itemsnecessarytoperformalloftheworkshownonanddescribedinthe Contract Documentsandshalldoeverythingrequiredbythis Contract andthe other Contract Documents hereinafter referred to as the Work. 2.TheContract Documents shall include thisContract,General Conditions totheContract,if any,the drawings,plans,specifications and projea manual,if any,any supplementary or special conditions,other documents referring tothis contraa and signed bythe parties,the solicitation documents ("hereinafter referred toas "Bid Documents")and any documents to which those documents refer which are used by theOwneras well asany attachments or exhibits thatare made apartof any ofthe documents described herein. 3.The Contraaor shall commence theWorktobe performed underthis Contraa onadatetobe specified inaNoticetoProceedand shall complete all Workhereunderwithinthe length oftimesetforthinthe Contraa Documents. 4.TheOwner hereby agrees to pay totheContraaorforthe faithful performance ofthis Contract,subjea to additions anddeduaionsas provided in the Contraa Documents and any properly approved,written change orders,in lawful moneyoftheUnitedStates,theamountoft <speii Doibr Amount here)7h&hundmA A^/ory S^gw jl*OKa*jd*'J (u/^Dollars ($/&-;<&>0 .00 ),Lump Sum ("Contraa Price"). 5.The expenses of performing Work after regular working hours,and on Sunday and legal holidays shall be included inthe Contraa Price.The City may demand,at any pointin time,that any part,or all,ofthe Work be performed after regular working hours.In such event,the Respondent shall have no right to additional compensation for such work.However,nothing contained herein shall authorize work on days and during hoursthatare otherwise prohibited by ordinance unless specifically authorized orinstruaed in writingby the City. 6.If theWork is expeaedto require more than one month,the Owner shall make monthly partial payments totheContraaoronthe basis ofa duly certified and approved schedule of values fortheWork performed during each calendar month bytheContraaor,less the retainage (all as provided for in theContraa Documents),which is tobe withheld by the Owner until completion and acceptance ofthe complete projea in accordance withthis Contraa and the other Contraa Documents anduntilsuch Work has beenacceptedbytheCity. 7.Upon submission bythe Contraaor of evidence satisfaaory totheOwnerthat all labor,material,and other costs incurred by the Contraaor in conneaion with the construaion ofthe Work have been paid in full,and after compliance with the terms for payment provided for in theContraa Documents,final payment on account of this Contraa shall be made within sixty (60)calendar days after the completion by the Contractor of all Work covered by this Contraa and the acceptance of such Work by the Owner. 8.TheWork shall be completed in90calendar days.In theeventthattheContraaor shall fail to completethe Work within thetime limit stipulated inthe Contraa Documents,ortheextendedtime limit agreed upon,in accordance with the procedure as more particularly set forth in theContraa Documents, liquidated damages shall be paid by the Contraaor at the rate of,in accordance with ^Exhibit I,"Scope of Services,$JLdollars per day,plus any monies paid by the Owner to the Consultant,if any,for additional engineering and inspeaion services,ifany,associated with such delay. /&*(day of d-eJut,20 /STby 95 ,N™™ESS WHEREOF,the parties hereto have executed next to their name below and may be signed in one ormore couiaccountingfortheothercounterpart;be deemed an original Co CONTRACT Signature: Print Signatory's Name: Tide of Signatory: Read and Maria Menendez OtyClerlo 96 i the dayanddate set forth "'»shall,without proofor EXHIBIT 7 CONSTRUCTION CONTRACT GENERAL CONDITIONS Citywide Drainage Improvement Projects RFP#PW-20I5-I9 ARTICLE I -DEFINITIONS Wheneverusedinthese General Conditions orintheother Contraa Documents,the following terms shall have the meaning indicated.These definitions shall always apply when theseaionofthe Contraa specifically refersto thisArticleforthepurposeofinterpretingawordorgroupofwordsinthat seaion ofthe Contraa Document. However,whentheseaionoftheContract,wherethewordtobe defined is used,doesnot specifically refersto this Article to define thewordor group of words,the definitions contained in this Article shall not apply unless thewordorgroupofwords,inthecontextofitortheiruse in the Contraa Document in question,is/are ambiguous andopenfor interpretation.In addition,these definitions shall also not apply tointerprettermsina specific provision ofa Contraa Documentifthat specific provision contains a definition oftheseterms: Addenda:Writtenor graphic documents issued priortothe Bid Opening which modify orinterpretthe Contraa Documents,Drawingsand Specifications,byaddition,deletions,clarifications or correaion. Application for Payment:Aform approved bythe CONSULTANT,ifany,ortheCity Manager which istobe used bytheCONTRACTORinrequestingprogress payments. Bjd:The offer or proposal ofthe Bidder submitted onthe prescribed form setting forththe prices and other termsfor the Work to beperformed. Bidder:Any person,firm or corporation submitting a response tothe Owner's solicitation for proposals or bids for Work. Bid Documents:The solicitation for bids or proposals and all documents that make up the solicitation including the instructions,form of documents and affidavits. BQnds:Bid bond,performance and payment bonds and other instruments of security,furnished by the CONTRACTORandits surety inaccordancewiththe Contraa Documentsandin accordance with the lawsof the State of Florida. Change Order:A written ordertothe CONTRACTOR signed by the City Manager authorizing an addition, deletion or revisionintheWork,oranadjustmentinthe Contraa Priceorthe Contraa Timeissuedafter execution of the Contract. Work Order Proposals:Written proposals from the CONTRACTOR in response to orders or request for work based onthe Scope oftheWork provided by the City tothe CONTRACTOR.The proposal includes line item pricing,wherethereare multiple locations,and the timeframe for completing the work. CITY:TheCity Manager fortheCityofSouth Miami,6130 Sunset Drive,South Miami,FL 33143,unless the context wherein thewordis used should more appropriately mean the City of South Miami. Construction Observer An authorized representative ofthe CONSULTANT,ifany,or otherwise a representative ofthe City assigned to observe the Work performed and materials furnished by the CONTRACTOR.The CONTRACTOR shall be notified in writing ofthe identity of this representative. Contraa Documents:The Contraa Documentsshallincludethe Contraa betweenthe Owner and the Contraaor,otherdocumentslistedintheContractand modifications issued afterexecutionofthe Contraa as well as all Bid Documents including butnot limited tothe solicitation for Bid,CONTRACTOR'S Bid,the Bonds, Insurance endorsements,Insurance Certificates and policies,the Notice of Award,theNoticeto Proceed,the General Conditions,Special Conditions,ifany,any Supplementary Conditions,the Technical Specifications, Drawings,including any incorporated specifications,addenda tothe drawings issued prior to execution ofthe Contract,Change Orders,Construaion Change Directives and any written order fora minor change in the Work,andwritten modifications toanyofthe Contraa Documents. Contract Price:The total moneys payable tothe CONTRACTOR pursuant tothe terms oftheContraa Documents. Contract Time:The number of calendar days stated in theContraaforthe completion ofthe Work. Contraaing Officer The individual who is authorized to sign thecontraa documents on behalf ofthe OWNER. CONTRACTOR:The person,firm or corporation with whom the OWNER has executedthe Contract. CONSULTANT:The person identified as the CONSULTANT in the Supplementary Conditions or,if none,then CITY's designated representative as identified in the Supplementary Conditions. 97 Day:A period oftwenty-four hours measured from the beginning ofthe day at 12:01 a.m.and it shall be presumed tobea calendar day unless specifically designated as a business day. Days:The number oftwenty-four (24)hour periods following the event to which the word "days"refers commencing at 12:01 a.m.atthe start ofthe next day.Therefore,in computing any period of time prescribed or allowed by the Contraa Documents,the day ofthe act,event or default from which the designated period of time begins to run shall notbe included.The last day of the period so computed shall be included unless it is a Saturday,Sunday or legal holiday,in which event the period shall run until the end ofthe next business day that is nota Saturday,Sunday or legal holiday. Defective Wprk:Workthatis unsatisfaaory,faulty,or deficient in thatit does not conform totheContraa Documents,or does not meet the requirements of any applicable inspeaion,reference standard,test,or approval referred tointheContraa Documents,or has been damaged prior tothe CONSULTANT'S recommendation of final payment (unless responsibility for the proteaion thereof has been delegated to the Owner);substitutions that are not properly approved and authorized,any deficiency in the Work,materials and equipment;materials and equipment furnished under the Contract that are not good quality and new unless otherwise required or permitted by the Contraa Documents. Drawings:The drawings which show the charaaer and Scope oftheWorktobe performed and which have been prepared or approved by the CONSULTANT,orif none,then by an architea or engineer hired by the City and are referred to in the Contraa Documents. Field OrderA written order issued by the CONSULTANT which clarifies or interprets the Contraa Documents in accordance with Paragraph 9.3 or orders minor changes in the Work in accordance with paragraph 10.2. Modification;(a)A written amendment ofthe Contraa Documents signed by both parties,(b)a Change Order signed byboth parties,(c)a written clarification or interpretation if issued bythe CONSULTANT in accordance with paragraph 9.3 or (d)a written order for minor change or alteration in theWork issued bythe CONSULTANT pursuant to Paragraph 10.2.A modification may only be issued after execution ofthe Contract,it must bein writing and signed bythe party against whom the modification is sought tobe enforced. Non-conforming Work meansworkthatdoesnotconformtothe Contraa Documentsand includes workthatis unsatisfaaory,faulty,or deficient or that does not meet the requirements of any applicable inspection,reference standard,test,orthatdoesnotmeet any approval required by,or referred to in,theContraa Documents,or work that has been damaged prior to CONSULTANT'S recommendation of final payment (unless responsibility for theproteaionthereofhasbeen assumed in writing by CITY). Nptice pf Award:The written notice by CITY tothe apparent successful Bidder stating that upon compliance with the conditions precedent tobe fulfilled byit within thetime specified,CITY will execute and deliver theContraa to him. Notice to Proceed:A written notice given by CITY to CONTRACTOR (with copy to CONSULTANT)fixing the date on which theContraa Time shall commence to run and on which CONTRACTOR shall start to perform its obligations under the Contraa Documents. Person:An individual or legal entity. Project:Theentire construction operation being performed as delineated intheContraa Documents. Pol'<y Theterm "policy"asusedintheContraa Documents shall mean the insurance binder,ifitis issued,the declaration page ofthe policy and thebodyofthe policy,including all endorsements. RFP:Request for Proposal. Scope of Services..This phrase refers tothe scope ofthe services orworktobe performed and it has the same meaning as Scope oftheWork unless thecontext in which the phase is used clearly means otherwise. Shop Drawings:All drawings,diagrams,illustrations,brochures,schedules and other data which are prepared by the CONTRACTOR,a Subcontraaor,manufaaurer,supplier,or distributor,and which illustrate the equipment, material orsome portion ofthework and as required bytheContraa Documents. Samples:Physical examples which illustrate materials,equipment or workmanship and establish standards by which the Work willbejudged. Specifications;Those portions oftheContraa Documents consisting of written technical descriptions of materials,equipment,construction systems,standards and workmanship as applied totheWork. Subcontractor An individual,firm or corporation having adirea contraa with CONTRACTOR or with any otherSubcontraaorforthe performance ofapartofthe Work attheconstructionsite. Substantial Completion:The date,as certified bythe CONSULTANT,whenthe construction ofthe Projea ora certified partthereofis sufficiently completed,in accordance withtheContraa Documents,sothatthe Project,or a substantial part,canbeutilizedforthepurposesfor which itwasintended without restriction or limitation to anydegree,otherthanfor the repair ofminor"punch list"items;oriftherebenosuch certification,thedate when final payment isduein accordance with paragraph 14.9.However,innoevent shall theprojeaor portion 98 thereof,be deemed tobe substantially completed until a certificate of occupancy or certificate ofuseis lawfully issuedbythe applicable governmental agency.A certificate of Substantial Completion,issuedbythe CONSULTANT,shall be null and void ifitis based on false,misleading or inaccurate information,from any source, or when it would not have been issue but for the consideration of Work that is thereafter found to be defeaive to adegreegreaterthanthat which would normally tobeconsideredbytheCitytobeminor"punch list"work. Supplier Any personor organization who supplies materials or equipment fortheWork,including the fabrication ofanitem,butwhodoesnotperformlaborat the siteof the Work. Surety:The individual orentitywhoisanobligoronaBondandwhoisboundwiththeCONTRACTORfor the full and faithful performanceofthe Contraa andforthe payment of all labor,servicesand materials usedonthe projea Work:Any and all obligations,duties and responsibilities necessary forthe successful performance and completion of the Contraa Notice:The term "Notice"asusedhereinshallmeanandincludeall written notices,demands,instruaions, claims,approvals and disapprovals requiredtoobtain compliance with Contraa requirements.Writtennotice shall bedeemedtohavebeen duly servedifdeliveredinpersontothe individual ortoamemberofthe firm or to an officer ofthecorporationforwhomitis intended,ortoan authorized representativeofsuch individual,firm,or corporation,orifdeliveredatorsentbyregistered mail tothelastknownbusinessaddress.Unless otherwise stated in writing,any notice toor demand upon the OWNER under this Contraa shall be delivered tothe City Managerand the CONSULTANT. ARTICLE 2 -PRELIMINARY MATTERS Award: 2.1 The CITY reservesthe right to reject anyandallBids,atits sole discretion.Bids shall beawarded bythe CITY tothe lowest responsive and responsible Bidder.No Notice of Award shall be given until the CITY has concluded its investigation,asitdeems necessary,to establish,tothesatisfaaionofthe CITY, which Bidder isthemost responsive and responsible of all the Bidders to complete theWork within the time prescribed and in accordance with theContraa Documents.The CITY reserves the right to rejea the Bid of any Bidder who isnot believed to be,in the sole discretion and satisfaction ofthe City,tobe sufficiently responsible,qualified and financial able to perform the work.In analyzing a Bid,the CITY may also takeinto consideration alternateandunit prices,if requested bythe Bid forms.Ifthe Contraa is awarded,the CITY shall issuetheNoticeofAwardand give the successful Bidder a Contraa for executionwithinninety(90)dayafteropeningof Bids. Execution of Contract: 2.2 At least four counterparts ofthe Contract,the Performance and Payment Bond,the Certificates of Insurance,the Binder of Insurance if issued,the Insurance Declaration Page if not included in the Policy of Insurance,the Policy of Insurance required by theContraa Documents,the written notice of designated supervisor or superintendent as provided in Seaion 6.1 ofthe General Conditions andsuch other Documents as required by theContraa Documents shall be executed and delivered by CONTRACTOR tothe CITY within ten (10)calendar days ofreceiptofthe Notice of Award.A Contraa Document that requires the signature ofa party may be executed in counterparts separately by each ofthe parties and,in such event,each counterpart separately executed shall,without proof or accounting fortheother counterpart bedeemedanoriginal Contraa Document Forfeiture of Bid Security/Performance and Payment Bond,if any are required by the applicable RFP: 2.3 Within ten (10)calendar days of being notified ofthe Award,CONTRACTOR shall furnish a Performance Bond and a Payment Bond containing all the provisions ofthe Performance Bond and Payment Bond attached. 2.3.1 Each Bond shall be in the amount of one hundred percent (100%)oftheContraa Price guaranteeing toOWNERthe completion and performance oftheWorkcoveredinsuch Contraa as well as full payment of all suppliers,material man,laborers,or Subcontraaor employed pursuant to this Project.Each Bond shall be with a Surety company whose qualifications meet the requirements of Seaions 2.3.4,2.3.5,and2.3.6. 2.3.2 Each Bond shall continue in effea for five year after final completion and acceptance ofthe Work with the liability equal toone hundred percent (100%)ofthe Contraa Sum. 99 2.3.3 Pursuant to the requirements of Section 255.05(1).Florida Statutes rnNTRirrnp u .. 2.3.4 Each Bond must be executed by asurety company authorized to do business in the State of Florin, 2'3'6 b^en™Sha"°n,y be reqUired t0 aCCCpt aSUrety b°nd from aconW "I*»«hf A.VII or 137 ^il?^SUCCeSS!U'Bidd6r t0 eXeCUte and de,iver *«Contract;and deliver the requiredSethJ^rT d°CUmentS Sha"be -""for *•CITY »•""**e Notice of AwardanddeclaretheBidandanysecuritythereforeforfeited.ceorMwaraand Contractor's Pre-Start Representation; Commencement of Contort Ti™r 2.5 The Contract Time shall commence to run on the date stated in the Notice to Proceed. Starting the Projertr 2.6 CONTRACTOR shall start to perform its obligations under the Contract Documents on the date th*Contract Time commences to run.No Work shall be done at the site (as dSn An£Mprtor tothedateonwhichtheContractTimecommencestorun.except with the written consent of *!!3t? Before Starting Construaion- 2.7 Before undertaking each part of the Work.CONTRACTOR shall carefully study and compare theContraaDocumentsandcheckandverifypertinentfiguresshownthereof^JSSS^Tmeasurementsandconditions.It shall at once report in writing to CONSULTANT™^nflia error ordiscrepancywhichitmaydiscover.Neither the OWNER nor L CONSULTANTshall betwe fo7anvharm,damage or loss suffered by CONTRACTOR as aresult of its failure to dhS^cSfcJ^or discrepancy ,n the Drawings or Specifications nor shall the CONTRACTOR be Se to any Schedule of Completion- 28 ^TDA^^f?"dayS after delivepy of the Notice to Pr°ceed by CITY to CONTRACTOR^L^I^""?"**CONSULTANT for approval an estimated constiV^nTcheddemd.cat.ng the starting and completion dates of the various stages of the Work,and aprelimina™schedule IS T^Submifio,ns-7he CONSULTANT shall approve this schedule or requ^evSonstheretowithinseven(7)calendar days of its submittal.If there is more than one CONTACTOR pr^d'int SctdZfbi,ity f°r CO°rdinating ^^°f ""CONTRACTORS shall be 2.9 Within five (5)business days after delivery of the executed Contraa by CITY to CONTRACTOR but ^2STe^Z°rk "T ""J ar-onStrUCti0n C°nferenCe Sha"be held »-Iw SoveAndSSJf«T!^procedures *>r handling Shop Drawings and other submissions,and for processingApplicationsforPayment,and to establish aworking understanding between the parties as to the PrS 100 Presentattheconference will bethe CITY'S representative,CONSULTANT,Resident Projea 'Representatives,CONTRACTORanditsSuperintendent. Qualifications of Subcontraaors.Material menand Suppliers: 2.10 Within five (5)business days after bid opening,the apparent lowest responsive and responsible Bidder shall submittothe CITY andthe CONSULTANT for acceptance alistofthe names ofSubcontraaors and such other persons and organizations (including thosewhoareto furnish principal items of materials or equipment)proposed forthose portions oftheWorkasto which the identity of Subcontraaors and other personsand organizations mustbe submitted as specified inthe Contraa Documents.Within thirty (30)calendar days after receiving the list,the CONSULTANT will notify the CONTRACTOR in writing ifeitherthe CITY orthe CONSULTANT has reasonable objeaionto any Subcontraaor,person, or organization on such list.The failure ofthe CITY orthe CONSULTANT to make objeaionto any Subcontraaor,person,or organization onthe list within thirty (30)calendar days ofthe receipt shall constitutean acceptance of such Subcontraaor,personor organization.Acceptance of any such Subcontraaor,personor organization shall not constitute a waiver of any right ofthe CITY orthe CONSULTANT to reject defeaive Work,material or equipment,or any Work,material or equipment not inconformancewiththe requirements ofthe Contraa Documents. 2.11 If,prior tothe Notice of Award,the CITY orthe CONSULTANT has reasonable objection to any Subcontraaor,personor organization listed,the apparent low Bidder may,priorto Notice of Award, submit an acceptable substitute without an increase in its bid price. 2.12 The apparent silence ofthe Contraa Documents asto any detail,orthe apparent omission from themof a detailed description concerning any Work tobe done and materials tobe furnished,shall be regarded as meaning that only best praaices areto prevail and only materials and workmanship ofthebest quality are tobeusedinthe performance ofthe Work. ARTICLE 3-CORRELATION.INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS 3.1 It isthe intent ofthe Specifications and Drawings to describe a complete Projeatobeconstruaed in accordance with the Contraa Documents.TheContraa Documents comprise the entire Contraa between the OWNER and the CONTRACTOR.They may be altered only by a modification as defined in Article I. 3.2 The Contraa Documents are complementary;what is called for by one is as binding as if called for by all the documents.IfCONTRACTOR finds a conflict,erroror discrepancy inthe Contraa Documents,it shall,before proceeding with theWorkaffeaed thereby,immediately call ittothe CONSULTANT'S attentionin writing.The various Contraa Documents are complementary;incaseof conflict,error or discrepancy,themore stringent interpretation and requirement that shall provide the maximum benefit to the Owner shall apply 3.3 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 readyforservice". 3.4 Miscellaneous items and accessories which arenot specifically mentioned,but which are essential to produce a complete and properly operating installation,or usable struaure,providing the indicated funaions,shall be furnished and installed without change in the Contraa Price.Such miscellaneous items and accessories shall beofthe same quality standards,including material,style,finish,strength,class, weight and other applicable charaaeristics,as specified forthe major component of which the miscellaneous item or accessory isan essential part,and shall be approved bythe CONSULTANT before installation.The above requirement is not intended to include major components not covered by or inferable fromthe Drawings and Specifications. 3.5 The Work of all trades under this Contraa shall be coordinated by the CONTRACTOR in such a manner as obtain thebestworkmanship possible forthe entire Project,and all components ofthe Work shall be installed orereaed in accordance with the best practices ofthe particular trade. 3.6The CONTRACTOR shall be responsible for making theconstruaionof habitable struauresunder this Contraa rain proof,and for making equipment and utility installations properly perform the specified funaion.If the CONTRACTOR is prevented from complying with this provision due to the Drawings or Specifications,the CONTRACTOR shall immediately notify the CONSULTANT in writing ofsuch limitations before proceeding with construction in the area where the problem exists. 3.7 Manufaaurer's literature,when referenced,shall be dated and numbered andis intended to establish the minimum requirements acceptable.Whenever reference is given to codes,or standard specifications or 101 other data published by regulating agencies or accepted organizations,including but not limited to National Electrical Code,applicable State Building Code,Florida Building Code,Federal Specifications, ASTM Specifications,various institute specifications,andthe like,it shall beunderstoodthatsuch referenceistothelatestedition including addenda ineffeaonthedateofthe Bid. 3.8 Brand names where used in the technical specifications,are intended to denote the standard or quality required forthe particular material or produa Theterm "equal"or "equivalent",when used in connection with brand names,shall be interpreted to mean a material or produa that is similar and equal in type,quality,size,capacity,composition,finish,color and other applicable charaaeristics tothe material orprodua specified by trade name,and that is suitable forthe same use capable of performing the same funaion,in the opinion ofthe CONSULTANT,asthe material orproduaso specified.Proposed equivalent items must be approved by CONSULTANT before they are purchased or incorporated in the Work.(Whenabrand name,catalog number,model number,orother identification,isusedwithoutthe phrase "or equal",the CONTRACTOR shall use the brand,make and model specified). 3.9 Throughout this agreement the male pronoun may be substituted for female and neuterand vice versa and the singular words substituted for plural and plural words substituted for singular wherever applicable. 3.10 All technical interpretations shall be made bythe CONSULTANT assetforth in Section 9.3 below. 3.11 The CONTRACTOR shall advised the CONSULTANT,prior to performing any work involving a conflia in the Contraa Documents and the CONSULTANTshallmakethe final decisionastowhichof the documents shall take precedence.In the event thatthere is a conflia between or among theContraa Documents,onlythelatestversion shall apply andthelatest version ofthe Contraa Documents.The CONSULTANT shall usethe following list of Contraa Documents asa guide.These documents areset forth below intheorderoftheir precedence sothat all the documents listed above a given document shouldhave precedence over all the documentslistedbelowit. (a)Change Orders (b)Amendments/addenda to Contraa (c)Supplementary Conditions,ifany (d)Contraa withallExhibits thereto (e)General Conditions (f)Written or figureddimensions (g)Scaleddimensions (h)Drawings ofalargerscale (i)Drawingsof a smallerscale 0)Drawings and Specifications aretobe considered complementary to each other ARTICLE 4 -AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS Availability of Lands: 4.1 The OWNER shall furnish,as indicated in theContraa Documents,the lands upon which theWorkisto be done,rights-of-way for access thereto,and such other lands which are designed fortheuseofthe CONTRACTOR.Easements for permanent struauresor permanent changes in existing facilities will be obtainedand paid forbythe OWNER,unless otherwise specified inthe Contraa Documents.Other access to such lands or rights-of-way forthe CONTRACTOR'S convenience shall bethe responsibility of the CONTRACTOR. The CONTRACTOR shall provide for all additional lands and access theretothat may be required for temporary construaion facilities or storageof material and equipment 4.2 The CITY will,upon request,furnish tothe Bidders,copies of all available boundary surveys and subsurface tests at no cost. Subsurface Conditions: 4.3The CONTRACTOR acknowledges thathe has investigated priorto bidding and satisfied himself asto the conditions affecting theWork,including butnot limited tothose bearing upon transportation, disposal,handling andstorageof materials,availability of labor,water,elearic power,roadsand uncertainties ofweather,river stages,tides,watertablesor similar physical conditions atthesite,the conformation and conditions ofthe ground,the charaaer of equipment and facilities needed preliminary toand during prosecutionoftheWork.The CONTRACTOR further acknowledges thathehas satisfied himself astothe charaaer,quality and quantity ofsurfaceand subsurface materials orobstaclestobe encounteredinsofarasthis information is reasonably ascertainable froman inspection ofthesite, 102 including all exploratory work donebytheOWNER/CONSULTANTonthesite or anycontiguoussite, aswellasfrominformation presented bythe Drawings and Specifications madepartofthis Contract,or any other informationmade available toitpriortoreceiptofbids.Any failure bytheCONTRACTORto acquaintitselfwith the availableinformationshallnotrelieveitfromresponsibilityforestimating properly the difficulty or cost ofsuccessfullyperforming Work.The OWNER assumesnoresponsibilityforany conclusions or interpretations madebythe CONTRACTOR on the basisofthe information made available by the OWNER/CONSULTANT. DifferingSite Conditions: 4.4The CONTRACTOR shallwithinfortyeight(48)hoursofitsdiscovery,andbeforesuchconditionsare disturbed,notify the CITYinwriting,of: 4.4.1 Subsurface or latent physical conditions at the sitedifferingmateriallyfrom those indicatedin the Contraa Documents,and 4.4.2Unknownphysical conditions atthesite,ofanunusual nature,differingmateriallyfrom those ordinarily encountered andgenerally inherent in Work of the charaaer providedforinthis Contraa.TheCITYshallpromptlyinvestigate the conditions,andifitfinds that such conditions domateriallydiffer to the extent as to causeanincrease or decrease in the CONTRACTOR'S cost of,or the time required for,performanceofanypartof the Work underthis Contract,an equitable adjustment shallbemadeand the Contraa modifiedinwritingaccordingly. 4.5Noclaimofthe CONTRACTOR underthisclause shall beallowedunlessthe CONTRACTOR hasgiven thenoticerequiredin4.4above;provided,however,thetimeprescribed therefore maybe extended by the CITY,butonlyif done inwritingsignedbytheCityManager or the CONSULTANT. ARTICLE 5-INSURANCE Contraaor shallcomplywiththeinsurancerequirements set forthinthe RFP and as set forthintheSupplementary Conditions tothe Contract,ifany.Ifbothhaveinsurance requirements andif there isa conflia betweenthetwo,theinsurancerequirementsinthe Supplemental Conditions shall take precedent. ARTICLE 6 -CONTRACTOR'S RESPONSIBILITIES Supervisionand Superintendence: 6.1 TheCONTRACTOR shall superviseand direa theWork.It shall besolelyresponsibleforthe means, methods,techniques,sequencesandproceduresofconstruaion.The CONTRACTOR shall employ and maintain a qualified supervisor or superintendent (hereinafter referred toas"Supervisor"atthe Work sitewhoshallbedesignatedinwritingbytheCONTRACTOR,before the CONTRACTOR commences the Work andwithinthetimerequiredbytheContract,asthe CONTRACTOR'S representativeatthe site.TheSupervisororsodesignated shall have full authorityto aa onbehalfoftheCONTRACTORand all communications given totheSupervisor shall beas binding asifgiventotheCONTRACTOR.The Supervisor(s)shall bepresentateachsiteat all timesasrequiredtoperformadequate supervision and coordinationoftheWork.(Copiesofwritten communications given tothe Supervisor shall be mailed to theCONTRACTOR'Shomeoffice). 6.1.1 TheCONTRACTOR shall keeponerecordcopyof all Specifications,Drawings,Addenda, Modifications andShop Drawings atthesiteat all timesandingoodorderandannotatedtoshow all changesmadeduringthe construaion process.These shall be available tothe CONSULTANT andany CITY Representative at all reasonable times.Asetof "As-Built"drawings,as well asthe original Specifications,Drawings,Addenda,Modifications andShop Drawings with annotations, shall bemade available tothe City at all times andit shall be delivered tothe CITY upon completion of the Project. Labor.Materials and Equipment: 6.2The CONTRACTOR shall provide competent,suitably qualified personnel to lay outtheWork and perform construaion asrequiredbythe Contraa Documents.It shall at all times maintain good disciplineand order at the site. 6.3 The CONTRACTOR shall furnish all materials,equipment,labor,transportation,construaion equipment and machinery,tools,appliances,fuel,power,light,heat,local telephone,water and sanitary facilities and all other facilities and incidentals necessary forthe execution,testing,initial operation and completion of the Work. 103 6.4 All materials and equipment shall be new,except as otherwise provided in the Contraa Documents. When special makes or grades ofmaterial which are normally packaged by the supplier or manufaaurer are specified or approved,such materials shall be delivered to the site in their original packages or containers with seals unbroken andlabels intact 6.5 All materials and equipment shall be applied,installed,conneaed,ereaed,used,cleaned and conditioned in accordance with the instruaions of the applicable manufaaurer,fabricator,or processors,except as otherwise providedinthe Contraa Documents. Work.Materials.Equipment Products and Substituting 6.6 Materials,equipment and products incorporated in the Work must be approved for use before being purchased by the CONTRACTOR.The CONTRACTOR shall submit tothe CONSULTANT a list of proposed materials,equipment or products,together with such samples as may be necessary for them to determine their acceptability and obtain their approval,within ninety (90)calendar days after award of Contraa unless otherwise stipulated in the Special Conditions.No request for payment for "or equal" equipment will be approved until this list has been received and approved by the CONSULTANT. 6.6.1 Whenever a material,article or piece ofequipment is identified on the Drawings or Specifications by reference to brand name or catalog number,it shall be understood thatthis is referenced for the purpose ofdefining the performance or other salient requirements and that other products of equal capacities,quality and function shall be considered.The CONTRACTOR may recommend the substitution ofa material,article,or piece of equipment of equal substance and function for those referred to in the Contraa Documents by reference to brand name or catalog number,and if,in the opinion ofthe CONSULTANT,such material,article,or piece of equipment is of equal substance and funaion to that specified,the CONSULTANT may approve its substitution and use by the CONTRACTOR.Incidental changes or extra component parts required to accommodate the substitute will be made by the CONTRACTOR without a change in the Contraa Price orthe Contraa Time. 6.6.2 No substitute shall be ordered or installed without the written approval ofthe CONSULTANT who shall bethe judge of quality. 6.6.3 Delay caused by obtaining approvals for substitute materials shall not be considered justifiable grounds foran extension of construaion time. 6.6.4 Should any Work or materials,equipment or products not conform to requirements ofthe Drawings and Specifications or become damaged during the progress ofthe Work,such Workor materials shall be removed and replaced,together with any Work disarranged by such alterations, at any time before completion and acceptance ofthe Project.All such Work shall be done atthe expense of the CONTRACTOR. 6.6.5 No materials or supplies for the Work shall be purchased by the CONTRACTOR or any Subcontraaor subjea to any chattel mortgage or under aconditional sale or other agreement by which an interest is retained by the Seller.The CONTRACTOR warrants that they have good titleto all materials and supplies used bythem in theWork. 6.6.6 Non-conforming Work:The City of South Miami may withhold acceptance of,or rejea items which are found upon examination,notto meet the specification requirements or conform tothe plans and drawings.Upon written notification of rejection,items shall be removed or uninstalled within five (5)business days bythe CONTRACTOR at his own expense and redelivered and/or reinstalled at his expense.Rejeaed goods left longer than thirty (30)calendar days shall be regarded as abandoned and the CITY shall have the right to dispose ofthem as its own property and the CONTRACTOR thereby waives any claim tothe good orto compensation of any kind for said goods.Rejeaion for non-conformance or failure to meet delivery schedules may result in the CONTRACTOR being found indefault 6.6.7 In case of default bythe CONTRACTOR,the City of South Miami may procure the articles or services from other sources and hold the CONTRACTOR responsible for any excess costs occasionedorincurredthereby. 6.6.8 The CITY reserves the right,in the event the CONTRACTOR cannot provide an item(s)or service(s)in a timely manner as requested,to obtain the good and/or services from other sources and deduaing thecost from theContraa Price without violating theintentoftheContraa Concerning Subcontractors: 104 6.7The CONTRACTOR shall not employ any Subcontraaor,against whomthe CITY orthe CONSULTANT may have reasonable objeaion,nor will the CONTRACTOR be required to employ any SubcontraaorwhohasbeenacceptedbytheCITYandtheCONSULTANT,unlessthe CONSULTANT determines thatthereisgood cause for doing so. 6.8TheCONTRACTOR shall be fully responsible for all aas and omissions ofitsSubcontraaorsandof persons and organizations direaly or indirealy employed byit and of persons and organizations for whoseaas any ofthem may be liable tothe same extentthatthey are responsible for the acts and omissions of persons direaly employed by them.Nothing in the Contraa Documents shall create any contraaual relationship between OWNER or CONSULTANT and any Subcontraaor orother person or organization having adirea contraa with CONTRACTOR,nor shall it create any obligation onthe part of OWNER or CONSULTANT to pay ortoseeto payment of any persons due subcontraaor or other person or organization,except as may otherwise be required by law.CITYor CONSULTANT may furnish to any Subcontraaor orother person or organization,totheextent praaicable,evidence of amounts paid totheCONTRACTORon account of specified Workdonein accordance withthe schedule values. 6.9 The divisions and seaions ofthe Specifications and the identifications of any Drawings shall not control the CONTRACTOR in dividing the Work among Subcontraaors or delineating the Work performed by anyspecific trade. 6.10 The CONTRACTOR agrees to bind specifically every Subcontraaor tothe applicable terms and conditions of the Contraa Documents for the benefit of the OWNER. 6.11 All Work performed for the CONTRACTOR by a Subcontraaor shall be pursuant to an appropriate agreement between the CONTRACTOR and the Subcontraaor. 6.12 TheCONTRACTOR shall be responsible forthe coordination ofthe trades,Subcontraaors material and menengagedupon their Work. 6.12.1 The CONTRACTOR shall cause appropriate provisions tobe inserted in all subcontracts relative totheWorkto bind Subcontraaors tothe CONTRACTOR bythetermsofthese General Conditions and otherContraa Documents insofar as applicable totheWorkof Subcontraaors, and give the CONTRACTOR the same power as regards to terminating any subcontraa that the OWNER may exercise over the CONTRACTOR under any provisions oftheContraa Documents. 6.12.2 The CITY or CONSULTANT will not undertake to settle any differences between the CONTRACTOR andtheir Subcontraaors or between Subcontraaors. 6.12.3 If in the opinion of the CONSULTANT,any Subcontraaor on the Projea proves to be incompetent or otherwise unsatisfaaory,they shall be promptly replaced bythe CONTRACTOR if and when direaed bythe CONSULTANT in writing. 6.12A Discrimination:No aaion shall be taken by the any subcontraaor with regard to the fulfillment of the terms ofthe subcontraa,including the hiring and retention of employees for the performance of Work that would discriminate against any person on the basis of race,color,creed,religion,national origin,sex, age,sexual orientation,familial status or disability.This paragraph shall be made a part ofthe subcontraaor's contraa with the Contraaor. PatentFeesand Royalties: 6.13 The CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use of any invention,design,process or device which is the subjea of patent rights or copyrights held by others.He shall indemnify and hold harmless the OWNER and the CONSULTANT and anyone direaly or indirealy employed by either ofthem from against all claims,damages,losses and expenses (including attorney's fees)arising out of any infringement of such rights during or after the completion ofthe Work,and shall defend all such claims in conneaion with any alleged infringement of such rights. 6.14 The CONTRACTOR shall be responsible for determining the application of patent rights and royalties materials,appliances,articles or systems prior to bidding.However,he shall not be responsible for such determination on systems which do not involve purchase by them of materials,appliances and articles. Permits: 6.15 The CONTRACTOR shall secure and pay for all construaion permits and licenses and shall pay for all governmental charges and inspection fees necessary for the prosecution ofthe Work,which are applicable atthe time of his Bid.When such charges are normally made by the CITY and when so stated in the Special Conditions,there will beno charges tothe CONTRACTOR.The CITY shall assist the 105 CONTRACTOR,when necessary,in obtaining such permits and licenses.The CONTRACTOR shall also pay all public utility charges. Elearical Powerand Lighting: 6.16 Elearical power required during construction shall be provided by each prime CONTRACTOR as required by it.This service shall be installed by a qualified electrical Contraaor approved bythe CONSULTANT.Lighting shall be provided by the CONTRACTOR in all spaces at all times where necessary for good and proper workmanship,for inspeaion or for safety.No temporary power shall be usedoff temporary lighting lines without specific approval ofthe CONTRACTOR. LawsandRegulations; 6.17 The CONTRACTOR shall comply with all notices,laws,ordinances,rules and regulations applicable to the Work.If the CONTRACTOR observes that the Specifications or Drawings are at variance therewith, it shall give the CONSULTANT prompt written notice thereof,and any necessary changes shall be adjusted by an appropriate modification.If the CONTRACTOR performs any Work knowing ittobe contrarytosuch laws,ordinances,rules and regulations,andwithout such noticetotheCONSULTANT, it shall bear all costs arising there from;however,it shall notbeits primary responsibility to make certain thatthe Drawings and Specifications are in accordance with such laws,ordinances,rules and regulations. Discrimination: 6.17A No action shall be taken bytheContraaor with regard tothe fulfillment ofthetermsofthe Contract, including the hiring and retention of employees for the performance ofWorkthat would discriminate against anypersononthe basis of race,color,creed,religion,national origin,sex,age,sexual orientation, familial statusor disability. Taxes: 6.18 Cost of all applicablesales,consumer use,and other taxesforwhich the CONTRACTOR is liable under theContraa shall be included intheContraa Price stated bythe CONTRACTOR. SafetyandProtection: 6.19 The CONTRACTOR shall be responsible for initiating,maintaining and supervising all safety precautions and programs in conneaion with theWork.They shall take all necessary precautions forthe safety of, and shall provide the necessary proteaionto prevent damage,injury or loss to: 6.19.1 All employees and other persons,who may beaffeaed thereby, 6.19.2 All the Work and all materials or equipment tobe incorporated therein,whetherin storage onor off the site,and 6.19.3 Other property atthesiteor adjacent thereto,including trees,shrubs,lawns,walks,pavements, roadways,struaures and utilities not designated for removal,relocation or replacement inthe course of construction. 6.20 The CONTRACTOR shall designate a responsible member of their organization atthesite whose duty shall bethe prevention of accidents.This person shall bethe CONTRACTOR'S Superintendent unless otherwisedesignatedinwritingby the CONTRACTOR totheCITY. Emergencies: 6.21 In emergencies affeaingthesafetyof persons orthe Work or property atthesiteor adjacent thereto, the CONTRACTOR,without special instructionor authorization fromthe CONSULTANT orCITY,is obligated toact,athis discretion,to preventthreatened damage,injury or loss.He shall givethe CONSULTANTpromptwrittennoticeofany significant changes inthe Work or deviations from the ContraaDocuments caused thereby.IftheCONTRACTOR believes that additional Work donebyhim inan emergency whicharosefromcausesbeyondhiscontrolentitleshim to anincreasein the Contraa Price oran extension ofthe Contraa Time,hemaymakea claim thereforeasprovidedinArticles 11 and 12. ShopDrawingsandSamples: 6.22 After checkingandverifying all fieldmeasurements,the CONTRACTOR shall submitto the CONSULTANT forreview,in accordance withtheacceptedscheduleofshop drawing submissions,six (6)copies(orat the CONSULTANT option,one reproducible copy)of all Shop Drawings,which shall havebeencheckedbyandstampedwiththe approval ofthe CONTRACTOR.TheShop Drawings shall 106 be numbered and identified as the CONSULTANT may require.The data shown onthe Shop Drawings shall becompletewith respea to dimensions,design criteria,materials of construction and theliketo enable the CONSULTANT to review the information without any unnecessary investigation. 6.23 The CONTRACTOR shall also submit tothe CONSULTANT for review,with such promptness as to cause no delay inWork,all samples required bythe Contract Documents. All samples shall have been checked byand stamped with the approval ofthe CONTRACTOR,identified clearly as to material,manufacturer,any pertinent catalog numbers and theusefor which intended. 6.24 At the time of each submission,the CONTRACTOR shall notify the CONSULTANT,in writing,of any deviations between the Shop Drawings or samples and the requirements oftheContraa Documents. 6.25 The CONSULTANT shall review with responsible promptness Shop Drawings and Samples,but his review shall be only for conformance with the design concept ofthe Projea and for compliance with the information given in theContraa Documents.The review ofa separate item as such will not indicate review ofthe assembly in which the items functions.The CONTRACTOR shall make any correaions required bythe CONSULTANT and shall return the required number of correaed copies of Shop Drawings and resubmit new samples until the review is satisfaaory tothe CONSULTANT.The CONTRACTOR shall notify the CONSULTANT,in writing,of any prior Shop Drawing or revisions to Shop Drawings that are in conflia with each submission or re-submission.The CONTRACTOR'S stamp of approval on any Shop Drawings or sample shall constitute representation tothe CITY and the CONSULTANT that the CONTRACTOR has either determined and/or verified all quantities,dimension, field construction criteria,materials,catalog numbers and similar data or they assume full responsibility for doing so,and that they have reviewed or coordinated each Shop Drawing or sample with the requirements of the Work and the Contraa Documents. 6.26 NoWork requiring a submittal ofa Shop Drawing or sample shall be commenced until the submission has been reviewed and approved in writing by the CONSULTANT.A copy of each Shop Drawing and each approved sample shall bekept in good order,in a book or binder,in chronological order or in such other order required bythe CONSULTANT in writing,bythe CONTRACTOR atthesite and shall be available to the CONSULTANT. 6.27 The CONSULTANTS review of Shop Drawings or samples shall not relieve the CONTRACTOR from his responsibility for any deviations from the requirements oftheContraa Documents unless the CONTRACTOR has informed the CONSULTANT,in writing,to each deviation atthe time of submission and the CONSULTANT has given written approval to the specific deviation,nor shall any review bythe CONSULTANT relieve the CONTRACTOR from responsibility for errors or omissions in theShop Drawings or samples. 6.27A The CONTRACTOR shall be liable to the OWNER for any additional cost or delay that is caused by its failure to notify the CONSULTANT ofany of said deviations or conflicts between Shop Drawings or due toerrorsintheShop Drawings or samples. CleaningUp: 6.28 The CONTRACTOR shall clean up behind the Work as much as is reasonably possible as the Work progresses.Upon completion ofthe Work,and before acceptance of final payment for the Projea by the OWNER,the CONTRACTOR shall remove all his surplus and discarded materials,excavated material and rubbish as well as all other material and equipment that does not form a part of the Work,from the property,roadways,sidewalks,parking areas,lawn and all adjacent property.In addition,the CONTRACTOR shall clean his portion ofWork involved in any building under this Contract,so that no further cleaning by the OWNER is necessary prior to its occupancy and he shall restore all property,both public and private,which has been disturbed or damaged during the prosecution ofthe Work so as to leave the whole Work and Work Site in a neat and presentable condition. 6.29 If the CONTRACTOR does not clean the Work site,the CITY may clean the Work Site ofthe materials referred to in paragraph 6.28 and charge thecosttothe CONTRACTOR. Public Convenience and Safety: 6.30 The CONTRACTOR shall,at all times,conduct the Work in such a manner as to insure the least praaicable obstruaion to public travel.The convenience of the general public and of the residents along and adjacent to the area ofWork shall be provided for in a satisfaaory manner,consistent with the operation and local conditions."Street Closed"signs shall be placed immediately adjacent to the Work,in a conspicuous position,at such locations as traffic demands.At any time that streets are required to be closed,the CONTRACTOR shall notify law enforcement agencies and in particular,the City of South 107 Miami Police Department,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. Sanitary Provisions: 6.31 The CONTRACTOR shall provide on-site office,and necessary toilet facilities,secluded from public observation,for use ofall personnel on the Work Site,whether or not in his employ.They shall be kept in a clean and sanitary condition and shall comply with the requirements and regulations ofthe Public Authorities having jurisdiction.They shall commit no public nuisance.Temporary field office and sanitary facilities shall be removed upon completion ofthe Work and the premises shall be left clean. Indemnification: 6.32 Contraaor shall comply with the indemnification requirements set forth in the RFP and as set forth in the Supplementary Conditions to the Contract,ifany.If both have indemnification requirements and ifthere is a conflia between the two,the indemnification requirements in the Supplemental Conditions shall take precedent 6.33 In the event that any aaion or proceeding is brought against OWNER or CONSULTANT by reason of any such claim or demand,CONTRACTOR,upon written notice from CITY shall defend such aaionor proceeding by counsel satisfaaory to CITY.The indemnification provided above shall obligate CONTRACTOR to defend at its own expense orto provide for such defense,at CITY'S option,any and all claims of liability and all suits and aaions of every name and description that may be brought against OWNER or CONSULTANT,excluding only those claims that allege that the injuries arose outofthe solenegligence of OWNER or CONSULTANT. 6.34 The obligations ofthe CONTRACTOR under paragraph 6.33 shall not extend to the liability ofthe CONSULTANT,its agents or employees arising out of (a)the preparation or approval of maps,drawings, opinions,reports,surveys,Change Orders,designs or specifications or (b)the giving oforthe failure to give directions or instruaions bythe CONSULTANT,its agents or employees provided such aaor omission isthe primary causeof injury or damage. 6.34AAllofthe forgoing indemnification provisions shall survive thetermoftheContraatowhichthese General Conditions are a part.Indemnification shall not exceed an amount equal tothe total value of all insurance coverage required by Section 5.1 of this document Indemnification is limited to damages caused inwholeor in part by any act,omission,or default ofthe Contraaor,the Contraaor's subcontraaors, sub-subcontraaors,materialmen,or agents of any tieror their respeaive employees totheextent caused bythe negligence,recklessness,or intentional wrongful miscondua ofthe indemnifying party and persons employed or utilized bythe indemnifying party inthe performance ofthe construaion contract Responsibility for Conneaion to Existing Work: 6.35 It shall bethe responsibility ofthe CONTRACTOR to connea its Workto each part ofthe existing Work,existing building orstruaureorWork previously installed as required bythe Drawings and Specifications to provide acomplete installation. 6.36 Excavations,grading,fill,storm drainage,paving and any other construaion or installations in rights-of- waysofstreets,highways,public carrier lines,utility lines,either aerial,surface or subsurface,etc.,shall be done in accordance with requirements ofthe special conditions.The OWNER will be responsible for obtaining all permits necessary for theWork described in this paragraph 6.36.Upon completion ofthe Work,CONTRACTOR shall present to CONSULTANT certificates,in triplicate,from the proper authorities,stating thatthe Work has beendonein accordance withtheir requirements. 6.36.1 The CITY will cooperate withthe CONTRACTOR in obtaining aaion from any utilities or public authoritiesinvolvedintheaboverequirements. 6.36.2 The CONSULTANT shall be responsible for obtaining elevations of curbs and gutters,pavement, storm drainage struaures,and other itemswhichmustbe established by governmental departments assoonas grading operations are begun onthesite and,in any case,sufficiently early intheconstruaion period topreventany adverse effea ontheProjea. Cooperationwith Governmental Departments.Public Utilities.Etc.: 6.37TheCONTRACTOR shall be responsible for making all necessary arrangements with governmental departments,public utilities,public carriers,service companies and corporations (hereinafter referredto as"third parties")owningor controlling roadways,railways,water,sewer,gas,elearical conduits, telephone,and telegraph facilities such as pavements,tracks,piping,wires,cables,conduits,poles,guys, 108 etc.,including incidental structures conneaed therewith,thatareencounteredintheWorkin order that suchitemsareproperlyshored,supportedand proteaed,thattheirlocationis identified andtoobtain authorityfromthesethirdpartiesfor relocation ifthe CONTRACTOR desirestorelocatetheitem.The CONTRACTORshallgiveall proper notices,shall complywith all requirementsofsuchthirdpartiesin the performance ofhisWork,shall permitentranceofsuchthirdpartiesonthe Projea in order thatthey may perform their necessary work,and shall pay all charges andfees made bysuchthirdpartiesfortheir work. 6.37.1 The CONTRACTOR'S attention iscalledto the faa that there maybedelayson the Project due towork to bedonebygovernmentaldepartments,public utilities,and others inrepairing or moving poles,conduits,etc.The CONTRACTOR shall cooperatewiththeabovepartiesinevery waypossible,so that the construaion canbecompletedintheleastpossibletime. 6.37.2 The CONTRACTOR shall have made itself familiar with all codes,laws,ordinances,and regulations whichinanymanner affea those engaged oremployedintheWork,ormaterialsand equipmentusein or uponthe Work,orinanyway affea the condua ofthe Work,andnopleaof misunderstandingwillbeconsideredonaccountofdamageordelaycausedbyhisignorance thereof. Use Premises: 6.38CONTRACTORshallconfineitsapparatus,storageofmaterials,and operations ofitsworkmentothe limits indicatedbylaw,ordinances,permitsand direaions of CONSULTANT and CITY,and shall not unnecessarily encumber any part of the site or anyareasoffsite. 6.38.1 CONTRACTOR shallnotoverload or permitany part ofany structure tobeloadedwithsuch weightaswill endanger itssafety,nor shallit subjea any work to stresses or pressures that will endanger it 6.38.2 CONTRACTOR shall enforce the rulesandregulationpromulgatedby the CONSULTANTand OWNER aswellas their instruaions withregard to signs,advertisements,firesandsmoking. 6.38.3 CONTRACTOR shallarrangeand cooperate withCITYinroutingandparkingof automobiles of itsemployees,subcontraaors and other personnel,aswellas that of the materialdeliverytrucks and other vehicles that come to the Projea site. 6.38.4TheCitywill designate specific areas onthesitefor storage,parking,etc.and the jobsiteshallbe fenced to protea the jobsiteand the generalpublic. 6.38.5 The CONTRACTOR shallfurnish,installandmaintain adequate construction officefacilitiesforall workers employed byit or byits Subcontraaors.Temporary officesshallbe provided and located where direaed and approved bytheCONSULTANT.Allsuchfacilitiesshallbefurnished in stria accordance withexistinggoverningregulations.Fieldofficesshallinclude telephone facilities. Protection of Existing Property Improvements: 6.38Anyexistingsurface or subsurfaceimprovements,suchaspavements,curbs,sidewalks,pipes or utilities, footings,or struaures (including portions thereof),trees andshrubbery,not indicatedon the Drawings or notedin the Specificationsasbeingremoved or altered shallbe proteaed fromdamageduring construaion of the Project Anysuchimprovementsdamagedduring construaion of the Projea shall be restored at the expense oftheCONTRACTOR to aconditionequal to that existingatthetimeof award of Contract ARTICLE 7-WORK BY OTHERS. 7.1 TheCITYmay perform additional Work relatedtothe Projea or maylet other direa contracts therefor which shall contain General Conditions similar to these.The CONTRACTOR shall afford the other contraaors who are parties tosuch direa contracts(or the OWNER,ifitisperforming the additional Work itself),reasonable opportunity for the introduaion andstorageofmaterialsand equipment andthe executionof Work,andshallproperly connea and coordinate its Work withtheirs. 7.2Ifanypartof the CONTRACTOR'S Work dependsupon proper execution or resultsof the Work ofany other contraaor or the OWNER,the CONTRACTORshallpromptly report to the CONSULTANTin writingany defects or deficienciesinsuch Work that render itunsuitable for the CONTRACTOR'S Work. 7.3TheCONTRACTOR shall doallcutting,fittingandpatchingofthe Work that mayberequiredtomake itsseveralparts come together properlyandfittoreceive or bereceivedbysuch other Work.The CONTRACTORshallnotendangerany Work ofothersbycutting,excavatingorotherwisealteringtheir 109 Work and shall only cut or alter their Work with the written consent of the CONSULTANT and of the other contraaor whose work willbeaffeaed. 7.4 If the performance of additional Work by other contraaors orthe OWNER is not noted in the Contraa Documents prior to the execution of the Contract,written notice thereof shall be given to the CONTRACTOR prior to starting any such additional Work.If the CONTRACTOR believes that the performance of such additional Work by the OWNER or others will cause the CONTRACTOR additional expense or entitles him to an extension of the Contract Time,he may make a claim therefore as provided in Articles 11 and 12. 7.5 Where practicable,the CONTRACTOR shall build around the work of other separate contraaors or shall leave chases,slots and holes as required to receive and to conceal within the general construction Work the work of such other separate contraaors as direaed by them.Where such chases,slots,etc., are impraaicable,the Work shall require specific approval ofthe CONSULTANT. 7.6 Necessary chases,slots,and holes not built or left by the CONTRACTOR shall be cut by the separate contraaor requiring such alterations after approval ofthe CONTRACTOR.The CONTRACTOR shall do all patching and finishing of the work of other contraaors where it is cut by them and such patching and finishing shall beatthe expense of CONTRACTOR 7.7 Cooperation is required in the use ofsite facilities and in the detailed execution ofthe Work.Each contraaor shall coordinate their operation with those ofthe other Contraaors for the best interest of theWork in orderto prevent delay in the execution thereof. 7.8 Each of several contraaors working on the Projea Site shall keep themselves informed of the progress of the work of other contraaors.Should lack of progress or defective workmanship on the part of other contraaors interfere with the CONTRACTOR'S operations,the CONTRACTOR shall notify the CONSULTANT immediately and in writing.Lack of such notice tothe CONSULTANT shall be construed as acceptance by the CONTRACTOR of the status of the work of other contraaors as being satisfaaoryforproper coordination of CONTRACTOR'S ownWork. 7.9 The cost of extra Work resulting from lack of notice,untimely notice,failure to respond to notice, Defective Workor lack of coordination shall bethe CONTRACTOR'S cost 7.10 The CITY reserves the right in the event the CONTRACTOR cannot provide an item(s)or service(s)in a timely manner as requested,to obtain the good and/or services from other sources and deduaing the cost from theContraa Price without violating the intent oftheContract ARTICLE 8-CITY'S RESPONSIBILITIES. 8.1 The CITY will issue all communications to the CONTRACTOR through the CONSULTANT. 8.2 In cases of termination of employment of the CONSULTANT,the CITY will appoint a CONSULTANT whose status underthe Contraa Documents shall bethatoftheformer CONSULTANT. 8.3 The CITY shall prompdy furnish the data required of them under theContraa Documents. 8.4 The CITY'S duties in respea to providing lands and easements are set forth in Paragraphs 4.1 and 4.2. 8.5 The CITY shall have the right to take possession of and use any completed or partially completed portions of the Work,notwithstanding the faa that the time for completing the entire Work or any portion thereof may not have expired;butsuch taking possession and use shall notbe deemed an acceptance ofanyWorknot completed in accordance with the Contraa Documents. ARTICLE 9-CONSULTANTS'STATUS DURING CONSTRUCTION. City'sRepresentative: 9.1 The CONSULTANT shall be the CITY'S representative during the construction period.The duties and responsibilities and the limitations of authority of the CONSULTANT as the CITY'S representative during construaionaresetforthin Articles I through 16 ofthese General Conditions and shall notbeextended without written consent oftheCITYandthe CONSULTANT. 9.1.1 The CONSULTANTS decision,in matters relating to aesthetics,shall be final,ifwithin the terms of the Contraa Documents. 9.1.2 Except as may be otherwise provided in this contract,all claims,counterclaims,disputes and other matters in question between the CITY and the CONSULTANT arising outofor relating to this Contraaorthe breach thereof,shall be decided in a court of competent jurisdiaion within the State of Florida. Visits to Site: 9.2TheCONSULTANTshall provide an inspeaor to makeperiodicvisits to thesiteateachphaseof construaion to observe the progress andqualityof the executed Work andto determine if the Work is proceedingin accordance withthe Contraa Documents.Hiseffortsshallbe direrted toward providing assurancefortheOWNERandall applicable regulatoryagencies that construaion isincompliancewith the Construaion Documents and applicable laws,rulesandregulations.Onthebasisof these onsite- observationsasan experienced and qualified designprofessional,heshallkeeptheCITYinformedof the progressof the Work andshallguardtheOWNERagainstdefectsand deficiencies in the Work of CONTRACTOR. Clarificationsand Interpretations: 9.3TheCONSULTANT shall issue,withreasonablepromptness,suchwritten clarifications or interpretations ofthe Contraa Documents(intheformof Drawings orotherwise)asit may determine necessary,which shallbe consistent with,or reasonablyinferablefrom,the overall intent ofthe Contraa Documents.If the CONTRACTOR seeks an increase in the Contraa Price or extension of Contraa Time based on a written clarification and/or interpretation it shall berequiredtosubmitatimelyclaimasprovidedin Articles 11 and 12. Measurement of Quantities: 9.4 All Workcompletedunderthe Contraa shall bemeasuredbythe CONSULTANT accordingtothe United States Standard Measures.All linear surface measurements shall be made horizontally or vertically as required by the item measured. Rejecting Defeaive Work: 9.5TheCONSULTANT shall haveauthoritytodisapproveor rejea Work thatis"DefectiveWork"as defined inArticle I.It shall alsohaveauthoritytorequire special inspeaionortestingoftheWork including Work fabricatedon or offsite,installed or completedasprovided.In theeventthatthe CONSULTANT requirestestingof completed Work,thecostofsuchinspeaionsand/ortesting shall be approvedinwritingbythe CITY.All consequential costofsuch inspections andtesting,including butnot limited tothecostoftestingandinspeaion,thecostof repairing anyoftheWork,or theworkofothers, thecostto move furniture and equipment and/orthecostto provide alternative facilities until therepair work canbecompleted,shallpaidbytheCONTRACTORifthe Work isfoundtobe Defeaive Work. Shop Drawings.Change Orders andPayments: 9.6 In conneaion with the CONSULTANT responsibility asto Shop Drawings and samples,see paragraphs 6.25 through 6.28,inclusive. 9.7 In conneaion with the CONSULTANT'S responsibility for Change Orderssee Articles 10,11,and 12. 9.8 In conneaion with the CONSULTANT responsibilities with respea tothe Application for Payment,etc., see Article 14. DecisionsonDisagreements: 9.10 The CONSULTANT shall bethe initial interpreterofthe Construaion Documents. Limitations onConsultant's Responsibilities: 9.11 The CONSULTANT will notbe responsible forthe construaion means,methods,techniques,sequences orprocedures,orthe safety precautions andprograms incident thereto. 9.12 The CONSULTANT will notbe responsible for the acts or omissions ofthe CONTRACTOR,or any Subcontraaors,or any oftheir agent,servants or employees,or any other person performing any ofthe Work under or throughthem. ARTICLE 10 -CHANGES IN THE WORK. 10.1 Without invalidating theContract,the CITY may,at any timeorfromtimeto time,order additions, deletions or revisions in ortotheWork which shall only be authorized by a written Change Orders. Upon receiptofa Change Order,the CONTRACTOR shall proceed with theWork involved.All such Work shall be performed under the applicable conditions oftheContraa Documents.If any authorized written Change Order causesanincrease or decrease in the Contraa Priceoran extension or shortening oftheContraa Time,an equitable adjustment will be made as provided in Article 11 or Article 12.Awritten Change Order signed by the CITY and the CONTRACTOR indicates their ill agreement tothetermsofthe Change Order.All Change Orders shall be certified bythe CONSULTANT as tothe appropriateness and value of the change in the Work as well as to any change inthetime to completethe Work underthe circumstances.Thefailuretoincludeatimeextensionin the Change Orderor in the request for a change order shall result in a waiver of any extension of time duetothe change intheworkasrefleaed in the Change Order. 10.2 The CONSULTANT may authorize minor changes or alterations in the Work not involving extra cost andnotinconsistentwiththe overall intentofthe Contraa Documentswithouttheneedforaformal written Change Order provided the CONTRACTOR doesnot request additional time or additional compensation.Thesemaybe accomplished byawritten Field Order.Ifthe CONTRACTOR believes thatany change oralteration authorized bythe CONSULTANTS Field Order wouldentidesthe CONTRACTORtoanincreaseinthe Contraa Priceorextensionof Contraa Time,itmustsubmita writtennoticeofintentto demand a Change Order within twentyfour (24)hoursofthe issuance ofthe Field Order and submit a written proposal for Change Order within four (4)days thereafter,otherwise the CONTRACTOR shallbe deemed to have waived suchclaim. 10.3 Additional Work performed by the CONTRACTOR without authorization ofa written Change Order shall not entitle itto an increase in the Contract Price or an extension oftheContraa Time,except in the case of an emergency as provided in paragraph 6.22 and except as provided in paragraph 10.2. 10.4 The CITY will execute appropriate Change Orders prepared by the CONSULTANT covering changes in the Work,tobe performed as provided in paragraph 4.4,and Work performed in an emergency as provided in paragraph 6.22and any other claim ofthe CONTRACTOR fora change inthe Contraa Time orthe Contraa Pricewhichisapprovedbythe CONSULTANT. 10.5 It is the CONTRACTOR'S responsibility to notify its Surety of any changes affeaing the general Scope of theWorkor change inthe Contraa Price orContraa Time and the amount ofthe applicable bonds shall be adjusted accordingly.The CONTRACTOR shall furnish proofof such an adjustment tothe CITY before commencement ofthe Change OrderWork.TheWork shall be stopped until the CONTRACTOR provides such proofof adjustment in the Bond amount and any such delay shall be charged to the CONTRACTOR. ARTICLE 11 -CHANGE OF CONTRACT PRICE. 11.1 The Contraa Price constitutes thetotal compensation payable tothe CONTRACTOR for Performing theWork.All duties,responsibilities and obligations assigned toor undertaken bythe CONTRACTOR shall beatitsexpensewithout changing the Contraa Price. 11.2 The CITY may,at any time,withoutwritten notice tothe sureties,bywrittenorder designated or indicated tobea Change Order,make any change intheWork within the general scopeofthe Contract including butnot limited to changestoorin: 11.2.1 Specifications (including drawings and designs); 11.2.2 Method or mannerofperformanceoftheWork. 11.2.3 CITY-furnished facilities,equipment materials,services,orsite;or 11.2.4 Accelerationin the performanceoftheWork. 11.3 Exceptasprovidedinthissection,or seaions referred tointhissection,no order,statement or condua ofthe CITY shall be treated asaChange Order orentitlethe CONTRACTOR toanequitable adjustmentunlessanduntilthe change intheWorkis specifically andexpresslyprovidedforinawritten Change Order,or as otherwise providedin another seaion ofthe Contraa Documents. 11.4 WhenaChange Order isissuedbythe CONSULTANT and signed bythe CITY or issuedbythe CITY in writing,theCONTRACTOR shall performthe Work eveniftheCONTRACTORdoesnotagreewith thedollaramountoftheChangeOrder.Ifany Change Order causesanincrease or decreaseinthe CONTRACTOR'S costof,or thetimerequiredfor,the performance ofanypartoftheWorkunderthis Contract forwhichthe CITY andthe CONTRACTOR cannotreachatimely agreement anequitable adjustment basedon the cost of the Work shallbemadeand the Contraa modifiedaccordingly. 11.5 If theCONTRACTORintendstoasserta claim foranequitableadjustment or contest theequitable adjustmentmadebytheCONSULTANT,it shall,withinten (10)calendardaysafterreceiptofawritten Change Order,submittothe CITY and CONSULTANT awrittennotice including a statement setting forththegeneralnatureandmonetary extent ofsuch claim forequitable adjustment timeextension requestedandsupportingdata.IndeterminingthecostoftheChange Order,thecosts shall be limited to those listed in section 11.7 and 11.8. 11.6 No claim bytheCONTRACTORforanequitableadjustmenthereunder shall beallowedifnotsubmitted inaccordancewiththis seaion or if asserted after final paymentunderthis Contract. 112 11.7 Thevalue of any Work covered byaChangeOrderor of anyclaimforanincreaseordecreasein the Contraa Price shall bedeterminedinoneofthefollowingways: 11.7.1 By negotiated lumpsum. 11.7.2 Onthebasisofthe reasonable costand savings thatresultsfromthe change inthe Work plusa mutuallyagreeduponfeeto the CONTRACTOR to coveroverheadandprofitnot to exceed 15%.If the CONTRACTOR disagrees withthe CONSULTANTS determinationofreasonable costs,the CONTRACT shall providealistof all costs together withbackup documentation 11.8 Theterm cost of the Work meansthesumof all direa extracostsnecessarilyincurredand paid bythe CONTRACTOR intheproperperformanceoftheChangeOrder.Exceptasotherwisemaybeagreed toinwritingbyCITY,suchcosts shall beinamountsnohigherthanthose prevailing in Miami-Dade County and shall includeonlythe following items: 11.8.1 Payroll costsforemployeesinthe direa employof CONTRACTOR intheperformance of the Work describedinthe Change Orderunderschedulesofjob classifications agreed uponbyCITY and CONTRACTOR.Payroll costsforemployeesnotemployed full timeonthe Work shall be apportioned on the basisoftheirtimespenton the Work.Payroll costs shall belimitedto: salaries andwages,plusthecostsof fringe benefitswhich shall include social security contributions,unemployment exciseand payroll taxes,workers'compensation,healthand retirement benefits,sick leave,vacationandholidaypay applicable thereto.Such employees shall include superintendents and foremen atthesite.Theexpensesof performing Work after regular workinghours,on Sunday or legal holidays shall be included intheaboveonlyif authorized by CITYandprovideditwasnotinanyway,whether inwholeorinparttheresultofthe fault ofthe CONTRACTOR dueto negligence ofthe CONTRACTOR orthoseaaingbyor through himor duein whole orinpartto Defeaive Work of the CONTRACTOR. 11.8.2 Costof all materials and equipment furnished and incorporated intheWork,including costsof transportationandstorage,andmanufaaurers'field servicesrequiredin conneaion therewith. The CONTRACTOR shall notifytheCITYof all cashdiscountsthatare available andofferthe CITYtheopportunitytodeposit funds withtheCONTRACTORforthe payment foritemsthat offer a discount.Cash discounts shall accrue to CONTRACTOR unless the CONTRACTOR fails totimelynotifytheCITYofthe discounts orifthe OWNER deposits funds with CONTRACTOR withwhich to makepaymentsinwhichcasesthecashdiscounts shall accrue to the OWNER.All trade discounts,rebates and refunds,and all returns from sale of surplus materials and equipment shall accrue toOWNER,and CONTRACTOR shall make provisions sothatthey may be obtained. 11.8.3 Payments made by CONTRACTOR tothe Subcontraaors for Work performed by Subcontraaors.If required by CITY,CONTRACTOR shall obtain competitive bids from Subcontraaors acceptable tohimand shall deliversuchbidstoCITYwhowillthendetermine, withthe advice oftheCONSULTANT,which Bids will be accepted.Nosubcontraa shall bea cost plus contraa unless approved in writing bythe CITY.IfaSubcontraa provides thatthe Subcontraaoristobe paid onthe basis ofCostof Work plus a fee,thecostoftheWork shall be determined in accordance this seaion 11.8 andinsuchcase the word "Subcontraaor"shallbe substituted for the word "CONTRACTOR". 11.8.4 Rentals of all construaion equipment and machinery,except hand tools,and the parts thereof whetherrented from CONTRACTOR orothersin accordance with rental agreements approved by CITY withthe advice of CONSULTANT,and the costs of transportation,loading, unloading,installation,dismantling and removal thereof -all in accordance withtermsof said rental agreements.The rental of any such equipment machinery or parts shall cease whenthe use thereof isnolonger necessary fortheWork. 11.8.5 Sales,use or similar taxes related tothe Work,and for which CONTRACTOR is liable,imposed byany governmental authority. 11.8.6 Payments and fees for permits and licenses.Costsfor permits and licenses mustbe shown as a separate item. 11.8.7 Thecostof utilities,fuel and sanitary facilities atthesite. 11.8.8 Minor expenses such as telegrams,long distance telephone calls,telephone service atthe site, expressage andsimilarpettycashitemsin conneaion with the Work. 11.8.9 Costof premiums for additional Bonds and insurance required solely because of changes in the Work,nottoexceedtwopercent (2%)ofthe increase intheCostofthe Work 11.9 ThetermCostoftheWork shall NOT include any ofthe following: 113 11.9.1 Payroll costs and other compensation ofCONTRACTOR'S officers,executives,principals (of partnership and sole proprietorships),general managers,engineers,architects,estimators,lawyers, agents,expediters,timekeepers,clerks and other personnel employed by CONTRACTOR whetheratthesiteor in its principal ora branch office for general administration oftheWork and not specifically included in the schedule referred to in Subparagraph 11.5. 11.9.2 Expenses of CONTRACTOR'S principal and branch offices otherthanits office atthesite. 11.9.3 Any part of CONTRACTOR'S capital expenses,including interest on CONTRACTOR'S capital employed fortheWork and charges against CONTRACTOR for delinquent payments. 11.9.4 Costof premiums for all bonds and for all insurance policies whether ornot CONTRACTOR is required bytheContract Documents to purchase and maintain the same (except as otherwise providedin Subparagraph 11.8.9). 11.9.5 Costs due tothe negligence of CONTRACTOR,any Subcontraaor,or anyone direaly or indirealy employed by any ofthemorfor whose acts any of them may be liable,including butnot limited to,thecorreaionof defeaive work,disposal of materials or equipment wrongly supplied and making goodany damage toproperty. 11.9.6 Other overhead or general expense costs of any kind and the costs of any item not specifically andexpressly included in Paragraph 11.8. 11.10 The CONTRACTOR'S fee which shall be allowed to CONTRACTOR for its overhead and profit shall be determined as follows: 11.10.1 A mutually acceptable firm fixed price;orifnone can be agreed upon. 11.10.2 A mutually acceptable fixed percentage (notto exceed 15%). 11.11 The amount ofcredittobe allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost willbe the amount of the aaual net decrease in costs calculated in the same manneras provided in 11.8.Whenboth additions andcreditsare involved inanyone change,thenet shall becomputedto include overhead andprofit identified separately,forboth additions and credit provided however,the CONTRACTOR shall notbe entitled to claim lost profits for any Worknot performed. ARTICLE 12 •TIME FOR COMPLETION,LIQUIDATED DAMAGES AND CHANGE OF THE CONTRACT TIME. 12.1 Timeisoftheessencetothis contraa andthedateof beginning andthetimefor completion oftheWork are essential conditionsofthe Contraa.Therefore,theWork shall be commenced onthedate specified intheNoticetoProceedandcompleted within thetime specified for completion ofthework. 12.2 The CONTRACTOR shall proceedwiththeWorkatsuchrateof progress toensure full completion withinthe Contraa Time.Itisexpresslyunderstoodand agreed,byandbetweenthe CONTRACTOR andtheOWNER,that the Contraa Timeforthe completion oftheWorkdescribedhereinisa reasonabletime,takingintoconsiderationtheaverage climatic andeconomicconditionsand other faaors prevailing inthe locality oftheWork.Noextensionoftime shall begranteddue conditions thatthe Contraaor knewoforshould have knownofbefore bidding onthe projea ordueto inclement weather, except as provided in seaion 12.7. 12.3 IftheCONTRACTORshall fail tocompletetheWorkwithinthe Contraa Time,or extensionoftime grantedbythe CITY,thentheCONTRACTOR shall paytotheOWNERtheamountof liquidated damages as specified inthe Contraa Documentsforeach calendar dayafterthe scheduled datefor completionasadjustedbywrittenChangeOrdersthatextendedthecompletiondate. 12.3.1 Theseamountsarenot penalties butare liquidated damages incurredbytheOWNERforits inability to obtain full useofthe Project Liquidated damages areherebyfixedandagreedupon betweentheparties,recognizing the impossibility of precisely ascertaining theamountof damages that will besustainedasaconsequenceofsuch delay,andbothpartiesdesiringtoobviateany question or dispute concerning the amount ofsaiddamagesand the cost and effea of the failure ofCONTRACTORtocompletethe Contraa ontime.Theabove-stated liquidated damages shall applyseparately to eachphaseof the Projea forwhichatimeforcompletionisgiven. 12.3.2 CITY isauthorized to dedua the liquidated damages from monies duetoCONTRACTORforthe Work under this Contract 12.4 The Contraa TimemayonlybechangedbyawrittenChangeOrder.Anyclaimforanextensioninthe CONTRACT TIME shall be based on written notice delivered to the CITY and CONSULTANT within five(5)businessdaysofthe occurrence oftheevent giving risetothe claim andstatingthegeneralnature of the claimincluding supporting data.Allclaimsforadjustmentinthe Contraa Timeshallbeevaluated 114 andrecommendedbythe CONSULTANT,with final approval bythe CITY'S representative.Anychange inthe Contraa Time resulting fromanysuch claim shall beincorporatedinawrittenChange Order. 12.5 All time limits stated in the Contraa Documents are of the essence of the Contract 12.6 No claim fordelayshallbeallowedbecauseof failure to furnish Drawingsbeforetheexpirationof fourteen (14)calendardaysafterdemandhasbeenmadeinwriting to the CONSULTANT forsuch Drawings.Furthermore,there shallbenomonetarycompensationforsuchdelayand the CONTRACTOR'Ssoleremedyshallbeanextensionoftimefortheperiodofdelay. 12.7 Extensionsto the Contraa Timefordelayscausedbytheeffectsofinclement weather shallnotbe grantedunless the weather wasunusualforSouthFloridaandcould not havebeenanticipated,the abnormal weather is documented by records fromthenational weather serviceandtheabnormal weather is documented to have had a substantial affeaed on the construaion schedule. 12.8 NoDamagesforDelay:The CONTRACTOR agrees that heshall not haveanyclaimfordamagesdueto delayunless the delayexceeds6months,whether individually or cumulatively,andthen the damages shall belimited to increased cost ofmaterials that were unanticipatedand that would not havebeen incurred butfor the delay.Other thanas set forthabove,the onlyremedyforanydelayshallbelimitedtoan extension oftimeasprovidedforin Seaion 12.4 whichshallbe the soleandexclusiveremedyforsuch resultingdelay.Other thanas set forth above,CONTRACTOR shall not be entitled to an increase in the Contraa Price or payment or compensation ofanykindfrom OWNER for direct indirect consequential, impaa or other costs,expenses or damages,including butnotlimitedto,costsofacceleration or inefficiency,overhead or lostprofits,arisingbecauseofdelay,disruption,interference or hindrancefrom anycause whatsoever,whether suchdelay,disruption,interference or hindrancebe reasonable or unreasonable,foreseeable or unforeseeable,or avoidable or unavoidable. 12.9 The CONTRACTOR waivesallclaims that arenot presented to the Cityinwritingon or before the 21st day following the date of the event uponwhichtheclaimisbased. 12.10 DisputeResolution:If anydisputeconcerningaquestionof faa arises under the Contract other than terminationfordefault or convenience,theCONTRACTORandthecity department responsibleforthe administrationof the Contraa shallmakeagoodfaithefforttoresolve the dispute.If the dispute cannot beresolvedby agreement then the department with the adviceof the City Attorney andthe CONSULTANTshallruleonthedisputedissueandsendawrittencopyofitsdecision to the CONTRACTOR.CONTRACTOR shall comply withsuchdecisionand shall notdelay the project ARTICLE 13-GUARANTEE. 13.1 TheCONTRACTOR shall guaranteeand unconditionally warrantthrougheitherthe manufaaurer orthe CONTRACTOR direaly,allmaterialsandequipment furnished and Work performedforpatent Defective Work foraperiodofone (I)yearfromthedateof Final Acceptanceasindicatedinthe CONSULTANT Letter of Recommendation ofAcceptanceorfrom the datewhenthe defea wasfirst observable,whicheverislater.Thesameguaranteeand unconditional warranty shall beextendfor five (5)yearsfrom the dateof Final Acceptanceas indicated intheCONSULTANTLetterof Recommendation ofAcceptanceforlatentDefeaiveWork.The CITY will give noticeofobserved defectswith reasonable promptness.Intheevent that the CONTRACTOR should fail to commenceto correa suchDefective Work withinten (10)calendardaysafter having receivedwrittennoticeofthe defectorshouldtheCONTRACTOR commence the correaive work,but fail toprosecutethe correctivework continuously and diligently andinaccordancewith the Contraa Documents,applicable law,rulesandregulations,theCITYmaydeclareaneventofdefault terminate the Contraa inwholeor inpartandcausetheDefeaive Work toberemovedor correaed andtocompletetheWorkatthe CONTRACTOR'S expense,andthe CITY shall charge the CONTRACTOR thecostthereby incurred. The Performance Bond shall remain in full forceandeffea through theguarantee period. 13.2 The specific warranty periods listed inthe Contract Documents,if different from theperiodof time listed inSection 13.1,shalltakeprecedenceoverSeaion 13.1. 13.3 CONTRACTOR shall aa asagentona limited basis forthe OWNER,atthe CITY's option,solely for the follow-up concerningwarranty compliance for all itemsundermanufaaurer's Warranty/Guarantee andforthepurposeof completing all forms for Warranty/Guarantee coverage underthisContract 13.4 In caseof default bythe CONTRACTOR,the City of South Miami may procurethe articles or services fromothersourcesand hold the CONTRACTOR responsible foranyexcesscosts occasioned or incurred thereby. 13.5 The CITY may withhold acceptance of,or rejea items which are found upon examination,nottomeet the specification requirements.Uponwritten notification ofrejection,items shall beremoved within five 115 (5)business days bythe CONTRACTOR at his own expense and redelivered at his expense.Rejected goods left longer thanthirty (30)calendar days shall be regarded as abandoned and the City shall have the right to dispose ofthemasitsownpropertyandthe CONTRACTOR thereby waives any claim tothe good orto compensation of any kind.Rejeaion for Non-conforming Workor failure tomeet delivery schedulesmayresultinthe Contraa beingfoundindefault ARTICLE 14 -PAYMENTS AND COMPLETION. Payments to Contraaor 14.1 The Contraaor shall notbeentitledtoanymoneyforanyworkperformedbeforethe issuance ofa NoticetoProceedontheformdescribedinthe Contraa Documentsandthe issuance bytheCityofa "purchase order",or any other document doesnotandshallnot authorize the commencement of the Work Atleastten (10)calendardaysbeforeeachprogresspayment falls due(butnotmoreoftenthan onceamonth),the CONTRACTOR shall submittothe CONSULTANT a partial paymentestimate filled outand signed bythe CONTRACTOR covering theWorkperformedduringtheperiodcoveredbythe partialpaymentestimateandsupportedbysuchdataasthe CONSULTANT mayreasonablyrequire.All progress payment applications after the first progress paymentshallbeaccompaniedbypartialreleasesof lien executed byallpersons,firmsand corporations whohavefurnishedlabor,services or materials incorporated intotheworkduringtheperiodoftimeforwhich the previousprogresspaymentwasmade, releasingsuchclaimsandlienrights,ifany,of those persons.Ifpaymentis requested onthebasisof materialsandequipmentnot incorporated inthe Work butdeliveredandsuitably stored atornearsite, thepartialpaymentestimate shall alsobeaccompaniedbysuchsupportingdata,satisfaaory tothe CITY, whichestablishes the OWNER'Stide to thematerialandequipmentaswellascertificatesofinsurance providingcoveragefor 100%of the valueofsaidmaterialandequipmentcovering the materialand equipmentfromallcasualtiesaswellastheft,vandalism,fireandflood.TheCONTRACTOR shall replace atits expense any stored materialspaidforwhich are either damaged or stolen before installation.The CONSULTANTwillwithinten (10)calendardaysafterreceiptofeachpartialpaymentestimate,either certifyinginwritingitsapprovalofpaymentand present the partialpaymentestimate to the OWNER,or return the partialpayment estimate to theCONTRACTOR,indicatinginwritinghis reasons forrefusing to approve payment Inthe latter case,the CONTRACTOR maymakethenecessary corrections and resubmit the partialpaymentestimate.TheOWNER,willwithin thirty (30)calendardaysof presentation to itofanyapprovedpartialpaymentestimate,paythe CONTRACTOR aprogresspaymentonthebasis ofthe approved partialpaymentestimate.TheOWNERshallretainten (10%)percent oftheamountof eachpaymentuntil Final Completion andAcceptanceofall Work covered bythe Contraa Documents. Any interest earned on the retainage shall accrue to the benefitoftheOWNER. 14.2 TheCONTRACTOR,beforeit shall receive final payment shall delivertothe CITY a Contraaor's Final PaymentAffidavitassetforthin the Florida Construaion Lien Statute aswellas final releasesoflien executedbyallpersonswhohaveperformed or furnishedlabor,services or materials,direaly or indirealy,whichwas incorporated intothe Work.If anypersonrefusestoprovidesuchareleaseor providesaconditionalrelease,theCITY shall havetherighttoissueajointcheckmadepayabletothe CONTRACTOR andsuchperson. Contraaor's Warranty ofTitle 14.3 The CONTRACTOR warrants andguarantees that tide to all Work,materialsandequipmentcoveredby an Application forPayment whether theWork,material or equipmentisincorporatedinthe Projea or not shall havepassedtotheOWNERpriortothe making ofthe Application forPaymentfreeandclear of all liens,claims,security interestand encumbrances (hereafterinthese General Conditions referredto as "Liens");andthatnoWork,materials orequipmentcoveredbyan Application forPayment will have beenacquiredbytheCONTRACTORorbyany other personperformingthe Work atthesiteor furnishing materialsandequipmentfortheProjectunderorpursuanttoanagreementunder which an interesttherein or encumbrancethereonisretainedbythesellerorotherwiseimposedbythe CONTRACTOR or such other person. ApprovalofPayment 14.4 The CONSULTANT'S approval ofany payment requestedinan Application for Payment shall constitutea representationby him tothe CITY,based onthe CONSULTANT'S onsite observations oftheWorkin progress asan experienced professional andon his review ofthe Application for Payment and supporting data,thattheWork has progressedtothepoint indicated inthe Application forPayment that tothe besthisknowledge,informationand belief,the quality ofthe Work isin accordance withthe Contraa Documents(subjeatoan evaluation ofthe Work asafunaioningProjeaupon substantial completionas definedinArticle I,to the resultsofany subsequent testscalledforinthe Contract Documents andany qualifications statedinhis approval);andthatthe CONTRACTOR isentitledtopaymentoftheamount approved.However,by approving,anysuchpaymentthe CONSULTANT shall nottherebybedeemed tohaverepresentedthathemadeexhaustiveorcontinuouson-siteobservationstocheckthequalityor thequantityofthe Work,orthathehasreviewedthe means,methods,techniques,sequencesand proceduresof construaion orthathehadmadeanyexaminationto ascertain howorforwhatpurpose the CONTRACTOR hasusedthemoneys paid ortobe paid to himonaccountofthe Contraa Price,or thattitletoany Work,materials,orequipmenthas passed to the OWNER freeandclearofanyliens. 14.5 The CONTRACTOR shall make the followingcertificationoneach request forpayment: "Iherebycertifythat the laborandmaterialslistedonthis request forpaymenthavebeenusedin the construaion of this Work and that allmaterialsincludedinthis request for payment and not yet incorporatedintothe construction arenowon the siteor stored atanapprovedlocation,andpayment receivedfromthelast request forpaymenthasbeenusedtomakepaymentsto all hisSubcontractors andsuppliers,except for the amountslistedbelowbesidethenamesofthepersonswho performed work or suppliedmaterials". In the event thatthe CONTRACTOR withholdspaymentfroma Subcontraaor orSupplier,thesame amount of money shall be withheld from the CONTRACTOR'S payment until the issueisresolvedby written agreement between them andthenajointcheck shall bemadepayable to the personin question and the CONTRACTOR in accordance with the setdement agreement otherwise the money shallbe heldby the OWNER untila judgment is entered infavorof the CONTRACTOR or the person,inwhich case the money shallbepaidaccordingwithsaid judgment Nothing containedherein shall indicatean intent to benefit anythird persons who are not signatories to the Contraa 14.6 The CONSULTANT mayrefuse to approve the wholeoranypartofanypaymentif,initsopinion,itis unable to makesuch representations tothe OWNER asrequiredthis Seaion 14.Itmayalsorefuseto approveany payment oritmayvoidanypriorpayment application certificationbecauseof subsequently discoveredevidenceor the resultsofsubsequentinspeaion or tests tosuch extent asmaybenecessary inits opinion to protea the OWNER fromlossbecause: 14.6.1 of Defeaive Work,or completed Work hasbeendamagedrequiringcorrectionor replacement 14.6.2 the Work forwhichpaymentis requested cannotbeverified, 14.6.3 claimsofLienshavebeen filed orreceived,orthereisreasonableevidence indicating theprobable filing or receipt thereof, 14.6.4 the Contraa Pricehas been reduced because of modifications, 14.6.5 the CITYhas correa Defeaive Work orcompleted the Work inaccordancewithArticle 13. 14.6.6 ofunsatisfaaoryprosecutionofthe Work,including failure to clean upas required by paragraphs 6.29 and 6.30, 14.6.7 ofpersistent failure to cooperatewith other contraaors onthe Projea andpersistent failure to carry out the Work in accordance with the Contraa Documents, 14.6.8 of liquidated damages payable bythe CONTRACTOR,or 14.6.9 ofanyother violation of,or failure tocomplywith provisions ofthe Contraa Documents. 14.7 Prior to Final Acceptance theOWNER,withthe approval oftheCONSULTANT,mayuseanycompleted or substantially completedportionsofthe Work providedsuchusedoesnotinterferewiththe CONTRACTOR'ScompletionoftheWork.Such use shall notconstitutean acceptance ofsuchportions of the Work. 14.8 TheCITY shall have therighttoenterthe premises forthepurposeof doing Work notcoveredbythe Contraa Documents.This provision shall notbe construed as relieving theCONTRACTORofthesole responsibility forthe care andproteaionoftheWork,orthe restoration ofany damaged Work except suchasmaybecausedbyagentsoremployeesofthe OWNER. 14.9 Uponcompletionandacceptanceofthe Work the CONSULTANT shall issueaCertificateattachedto the Final Application for Payment thatthe Work has beenacceptedbyitunderthe conditions ofthe Contraa Documents.Theentire balance found tobeduetheCONTRACTOR,including the retained percentages,butexceptsuchsumsasmaybe lawfully retained bytheOWNER,shall be paid tothe CONTRACTOR within thirty (30)calendar days of completion and acceptance oftheWork. 117 14.10 Upon The awarded CONTRACTOR will be strongly encouraged to register asan ePayables Vendor with the Owner.The Bank of America ePayables Solution is an automated card payment process that shifts accounts payable disbursements to corporate purchasing cards.ePayables,streamline the process of making payments toyour organization going forward,the City will provide the CONTRACTOR witha creditcardaccount number to keep on file.This card has unique security features,with $0of available funds until an invoice is approved for payment After an invoice has received proper and complete approval,an elearonic remittance advicewillbe sent viae-mail,or fax,whichnotifies the CONTRACTOR that the fundshavebeen transferred in to the accountlinked to the cardfor the amount listed onthe invoice and/or remittance email.Please refertothe ePayables Questions &Answers Form contained inthis RFP or contaa the OWNER'S Finance departmentat (305)663-6343 with any questions. Acceptanceof Final PaymentasRelease 14.11 The Acceptance bythe CONTRACTOR of Final Payment shall be and shall operateasa release tothe OWNER and a waiver of all claims and all liability tothe CONTRACTOR other than claims previously filed and unresolved.The waiver shall include all things doneor furnished inconnectionwiththeWork and for every aa andnegleaofthe OWNER and others relating toor arising outofthis Work.Any payment however,final or otherwise,shall not release the CONTRACTOR oritssuretiesfromany obligations underthe Contraa Documents orthe Performance Bond and Payment Bonds. 14.12 The CONSULTANT may void any certification of Substantial Completion or Final Completion ofthe Work asmaybenecessaryinhisopinionto protect theOWNERfromlossifhedetermines,becauseof subsequendydiscoveredevidence or theresultsofsubsequent inspection ortests,that 14.12.1 theWorkis defective,orthatthe completed Workhasbeen damaged duetothe fault ofthe CONTRACTORorany individual orentityoperatingunderorthroughit requiring correaion orreplacementtotheextentthatthe projea isnolonger Substantially Completed,orinthe caseof Final Completion certification,isnolonger Finally Competed. 14.12.2 theWork necessary tobe completed forthepurposeof certifying theworkas being Substantially Completedor Finally Completedcannotbe verified, 14.12.3 claims or Liens havebeen filed or received,orthereis reasonable evidence indicating the probable filing or receipt thereof that if valid andpaid,wouldreducetheamountowing to the CONTRACTOR BY 20%inthecaseof Substantial Completionand5%inthecaseof Final Completion. 14.12.4 thereis Defeaive Workthevalueof which,if deduaed fromthe contraa pricewouldreduce theamountowingtotheCONTRACTOR BY 20%inthecaseof Substantial Completionand 5% in the caseof Final Completion. 14.13 Ifthe CONSULTANT de-certifies anyportionoftheWorkthatwas certified ("Initial Certification")by the CONSULTANT,theCONTRACTOR shall repaytotheCityofSouth Miami anymoneypaidasa resultofsaid Initial Certificationbeingissued which shall bepaidonlywhenthedecertifiedworkisre certified. ARTICLE 15 -SUSPENSION OF WORK AND TERMINATION. 15.1 The CITY may,atanytimeandwithoutcause,suspendthe Work or anyportion thereof foraperiodof not morethanninety(90)calendardaysbynoticeinwritingtotheCONTRACTORandthe CONSULTANT,which shallfix the date on which Work shall be resumed.The CONTRACTOR shallbe allowedan increase in the Contraa Price or anextensionof the Contraa Time,or both,direaly attributabletoanysuspensionandifaclaimistimelymadeandifitisallowedunder the terms ofArticles II or Article 12. CityMay Terminate 15.2 If the CONTRACTOR isadjudged bankrupt or insolvent or ifhemakesageneralassignmentfor the benefitofits creditors,or ifa trustee orreceiverisappointedfortheCONTRACTOR or foranyits property,orifhefilesapetitiontotakeadvantageofany debtor's act ortoreorganizeunderbankruptcy or similar laws,or ifherepeatedly fails to supply sufficient skilled workmenorsuitablematerials or equipment or ifherepeatedly fails to make prompt payments to Subcontraaors or forlabor,materialsor equipment or hedisregardslaws,ordinances,rules,regulations or orders ofanypublicbody having jurisdiction,or ifhedisregardstheauthorityofthe CONSULTANT,orifhe otherwise violatesany provisionof,the Contraa Documents,then the CITY may,without prejudice to any other right or remedyand after givingthe CONTRACTOR andtheSuretyseven(7)calendardays written notice, 118 terminate theservices of the CONTRACTOR and take possessionof the Projea andof all materials, equipmenttools,construction equipment and machinery thereonownedbytheCONTRACTOR,and finish the Work bywhatevermethoditmaydeem expedient In suchcasethe CONTRACTOR shall not beentitledtoreceiveanyfurtherpaymentuntilthe Work is finished.If the unpaid balance ofthe Contraa Price exceeds the direa and indirea costs of completing the Project including compensation for additional professionalservices,suchexcess shall be paid tothe CONTRACTOR.Ifsuchcosts exceedsuch unpaid balance,the CONTRACTOR ortheSuretyonthe Performance Bond shall paythe differenceto the OWNER.Such costs incurredby the OWNER shall bedeterminedbythe CONSULTANT and incorporated inaChange Order. If aftertermination of the CONTRACTOR underthis Seaion,itis determined bya court of competent jurisdictionforanyreasonthat the CONTRACTOR was not indefault the rightsandobligations of the OWNER and the CONTRACTOR shallbe the sameasif the termination had been issued pursuant to Section 15.5 15.3 Where the CONTRACTOR'S serviceshavebeenso terminated by the CITYsaid termination shall not affea anyrights of the OWNER against the CONTRACTOR thenexistingorwhichmay thereafter accrue.Any retention orpayment of moneysbythe OWNER due the CONTRACTOR shall notrelease the CONTRACTOR from liability. 15.4 Uponseven(7)calendardays written noticetothe CONTRACTOR andthe CONSULTANT,the CITY may,without causeand without prejudice to any other rightor remedy,elea to terminate the Contraa for the convenience of the OWNER.Insuchcase,the CONTRACTOR shallbepaidforall Work executed and accepted by the CITYasofthedateof the termination,minusany deduaion fordamageor Defeaive Work.Nopayment shall bemadeforprofitfor Work whichhas not beenperformed. 15.4A TheCITYreserves the rightinthe event the CONTRACTOR cannotprovideanitem(s)orservice(s)ina timely manneras requested,to obtain the goodand/orservicesfrom other sources and deduaing the cost fromthe Contraa Price without violatingthe intent of the Contraa. Removal of Equipment 15.5 In the caseof termination ofthis Contraa before completion foranycausewhatever,the CONTRACTOR,ifnotifiedtodosobytheCITY,shall prompdy removeanypartor all ofitsequipment andsuppliesfrom the property of the OWNER.Should the CONTRACTOR not remove such equipment andsupplies,the CITYshallhavetheright to removethemat the expense ofthe CONTRACTOR andthe CONTRACTOR agrees thattheOWNER shall notbe liable forlossor damage tosuch equipment orsupplies.Equipmentandsupplies shall notbe construed toincludesuchitemsfor whichthe CONTRACTOR hasbeen paid inwholeorinpart. Contraaor MayStop Work or Terminate 15.6 If,throughno aa or fault oftheCONTRACTOR,the Work issuspendedfora period ofmorethan ninety(90)calendar daysbytheCITYorbyorderof other public authority,orunderanorderofcourt orthe CONSULTANT fails toactonany Application for Payment withinthirty(30)calendar days afterit issubmitted,or the OWNER fails to paythe CONTRACTOR anysumapprovedbytheCONSULTANT, withinthirty (30)calendar days ofits approval,and presentation,thenthe CONTRACTOR may,upon twenty (20)calendardayswrittennotice to theCITYand the CONSULTANT,terminatethe Contraa. TheCITY may remedythe delay orneglea within thetwenty (20)calendar day time frame.Iftimely remediedbytheCITYthe Contraa shall notbeconsideredterminated.In lieu of terminating the Contract iftheCONSULTANThas failed to aa onan Application for Payment ortheOWNER has failed tomakeanypaymentasafore said,theCONTRACTORmayuponten (10)calendar days'noticetothe CITY and theCONSULTANTstopthe Work until it has been paid all amounts then due. Indemnificationof Independent Consultant 15.7 TheCONTRACTOR and theCITYhereby acknowledges thatiftheCONSULTANTisan independent contraaoroftheOWNER,theCONSULTANT may be reluctant toruleonany disputes concerning the Contraa Documents oronthe performance oftheCONTRACTORortheOWNER pursuant tothe termsoftheContraa Documents.Therefore,theOWNER,atthe CONSULTANT'S request agrees to provide the CONSULTANT with awritten indemnification and hold harmless agreement to indemnify and holdtheCONSULTANT harmless asto any decision inthis regard beforethe CONSULTANT makes 119 an interpretation,de-certifies a payment application,decertifies Substantial Completion,decertifies Final Completion,certifies aneventof default or approves any action which requires the approval ofthe CONSULTANT. ARTICLE 16 -MISCELLANEOUS 16.1 Whenever any provision ofthe Contraa Documents requires the giving of written noticeit shall be deemed to have been validly given if delivered inpersontothe individual ortoamemberofthe firm or toan officer ofthe corporation for whom it is intended,orif delivered atorsent by registered or certified mail,postageprepaid,to thelastknownbusinessaddress. 16.2 The Contraa Documents shall remain thepropertyofthe OWNER.The CONTRACTOR andthe CONSULTANT shall have the right to keep onerecordsetoftheContract Documents upon completion of the Projea. 16.3 The duties and obligations imposed bythese General Conditions,Special Conditions and Supplementary Conditions,if any,andtherightsand remedies available hereunder,and,in particular butwithout limitation,the warranties,guarantees and obligations imposed upon CONTRACTOR bythe Contraa Documentsandtherightsandremedies available to theOWNERandCONSULTANT thereunder,shall bein addition to,and shall notbeconstruedinanywayasa limitation of,any rights andremedies available by law,by special guarantee or by other provisions ofthe Contraa Documents. 16.4 Should theOWNERorthe CONTRACTOR suffer injury or damage toitspersonorpropertybecauseof any error,omission,or aa of the other orofanyoftheiremployees or agentsor others forwhoseacts theyare legally liable,claim shall bemadeinwritingtotheotherpartywithintwentyone (21)calendar daysofthefirstobservanceofsuchinjury or damage. ARTICLE 17 -WAIVER OF JURY TRIAL. 17.1 OWNERand CONTRACTOR knowingly,irrevocably voluntarily and intentionally waive anyrighteither may havetoatrialbyjuryinStateor Federal Court proceedings in respea toanyaction,proceeding, lawsuitorcounterclaimarising out ofthe Contraa Documentsortheperformanceofthe Work thereunder. ARTICLE 18 -ATTORNEYS FEES JURISDICTION /VENUE /GOVERNING LAW, 18.1 The Contraa shall be construed inaccordancewithandgovernedbythelawoftheStateof Florida. 18.2 Thepartiessubmittothejurisdictionofany court ofcompetentjurisdiaionin Florida regardingany claim or aaion arising out of or relatingtothe Contraa or Contraa Documents.Venueofanyactionto enforcethe Contraa shall bein Miami-Dade County,Florida. 18.3 Exceptasmaybe otherwise providedinthe Contraa Documents,all claims,counterclaims,disputesand other matters inquestion between theOWNERandtheCONTRACTORarising out of or relating to this Contraa or the breach thereof,shallbedecidedina court of competent jurisdiaion withintheState of Florida ARTICLE 19 •PROJECT RECORDS. 19.1 The CITY shallhaverightto inspea andcopyduringregularbusinesshoursatOWNER'Sexpense,the booksand records and accounts of CONTRACTOR whichrelateinanyway to the Project andtoany claimforadditionalcompensationmadebyCONTRACTOR,andto condua anauditofthe financial and accounting records of CONTRACTOR whichrelateto the Projea.CONTRACTOR shallretainand make available to CITYall such books and records and accounts,financial or otherwise,which relate to the Projea andtoany claim foraperiodof three (3)years following final completionofthe Projea. Duringthe Projea andthe three (3)yearperiod following final completionofthe Project CONTRACTOR shallprovideCITYaccess to itsbooksand records uponfive(5)business day's written notice. 19.2 CONTRACTORandallofits subcontraaors arerequiredtocomplywiththe public records law (s.l 19.0701)while providing servicesonbehalfoftheOWNERandtheCONTRACTOR,undersuch conditions,shall incorporatethis paragraph in all ofitssubcontractsforthisProject CONTRACTOR andits subcontraaors are specifically requiredto:(a)Keepand maintain public records that ordinarily and necessarily wouldberequiredbythe public agency in order toperformthe service;(b)Provide the publicwithaccessto public records onthesametermsandconditionsthatthe public agencywould providethe records andata cost that doesnotexceedthecostprovidedinthischapter or asotherwise 120 providedby law;(c)Ensurethat public recordsthatareexemptor confidential andexemptfrom public recordsdisclosurerequirementsarenotdisclosed except asauthorizedbylaw;and(d)Meetall requirementsforretainingpublicrecordsand transfer,atno cost tothe public agencyall public records inpossessionofthe contractor uponterminationofthecontractanddestroyanyduplicate public records that are exempt or confidential andexemptfrom public recordsdisclosurerequirements.AH records stored electronicallymustbeprovided to the public agency in aformat that is compatiblewiththe informationtechnologysystemsofthepublicagency. 19.3 If CONTRACCTOR or its subcontractor doesnotcomplywithapublicrecords request the CITY shall have the rigjht toenforce this contraa provisionby specific performanceand the personwho violates this provision shafl be liable to OWNER foritscostsof enforcing this provision,including attorney fees incurred inallproceedings,whether administrative or civil court andinallappellate proceetfngs. ARTICLE Iff -SEVERABILITY. 20.1 If anyprovisionofthe Contraa or the application thereof toanyperson or situationshall to anyextern, beheld invalid or unenforceable,the remainder ofthe Contract and the application ofsuchprovisions to persons or situations other than those as to whichitshallhavebeenheld invalid or unenforceableshall not beaffectedthereby,andshallcontinuein fell forceand effect andbeenforced to the fullest extent permitted bylaw. ARTICLE II -INDEPENDENT CONTRACTOR. 21.1 TheCONTRACTORisanindependentCONTRACTORunderthe Contract Servicesprovidedby the CONTRACTOR shall bebyemployeesoftheCONTRACTORand subjea to supervisionbythe CONTRACTOR,and not as officers,employees,or agentsoftheOWNER.Personnel policies,tax responsibilities,social securityandhealth insurance,employee benefits,purchasing policiesandother similaradministrative procedures,applicable to servicesrenderedunderthe Contract shallbethoseof the CONTRACTOR. ARTICLE M -ASSIGNMENT. 22.1 The CONTRACTOR shall nottransferor assign anyofits rights or duties,obligations and responsibilities arisingunder the terms,conditionsandprovisionsofthis Contraa withoutpriorwrittenconsentofthe City Manager.The CITY willnot unreasonably withhold and/or delay its consentto the assignment ofthe CONTRACTOR'S rights.The CITY may,initssoleandabsolutediscretion,refuse to allowthe CONTRACTOR to assign its duties,obligations and responsibilities.In anyeventthe CITY shall not consenttosuch assignment unless CONTRACTOR remains Jointly and severally liable forany breach of theAgreementbythe assignee,the assignee meetsailofthe CITY's requirementstothe CITY's sole satisfaction andthe assignee executesallofthe Contraa Documentsthatwererequiredtobeexecuted bythe CONTRACTOR IN WITNESS WHEREOF,thepartiesheretohaveexecuted inclusion as part ofthe Contraa Documents on this /^bday of CONTRA* Print Signatory's Name: Tide of Signatory: 121 GeneralConditions to acknowledge their EXHIBITS Supplementary Conditions Citywide Drainage ImprovementProjects RFP#PW-20I5-I9 Consultant In accordancewith ARTICLE I ofthe General Conditions CONSULTANT is defined as the person identified asthe CONSULTANT In the Supplementary Conditions orif none,then CITY's designated representative as identified In the Supplementary Conditions.The CONSULTANTS,ifany, andthe City's Designated Representative's name,address,telephone number and facsimile number areas follows: Consultant:T.Y.Lynn International/Hi Ross 201 Alhambra Cirde,Suite 900 Coral Gabies.H 33134 Phone:305/567-1888 Fax:305/567-1771 Civil Works,Inc. 8941 N.W.17 Street Suite 108 Doral.R 33126 Phone:305/591-4323 B.Termination or Substitution of Consultant Nothing herein shall prevent the CITY from terminating the services ofthe CONSULTANT or from substituting another "person"toactasthe CONSULTANT. C.Plans for Construction:The successful CONTRACTOR will be furnished one(I)setsofContract Documents withoutcharge.Any additional copies required will be furnished tothe CONTRACTOR ata costtothe CONTRACTOR equaltothe reproduction cost D.TheScopeof Services,alsoreferredtoastheWorkinthecontractdocuments,isassetforthinthe RFP and in the attached EXHIBIT I and ifthereisa conflia the attached Exhibit shall take precedence.-^ E.Contractor shall comply withthe insurance and indemnification requirements asset forth inthe RFP and inthe attached EXHIBIT 2 andifthereisa conflict the attached Exhibit shall take precedence. F.TheWork shall becompletedin90 calendar dayi unless a shorter timeissetforthintheContractand InsucheventtheContract shall takeprecedentnotwithstanding any provision In the General Conditions totheContractthat may betothecontrary.. IN WITNESS WHEREOF,the parties hereto hraexecuted tta Supplementary Conditions toacknowledgetheirinclusionaspartoftheContraaonthisJOFdayt^^ff^ky^r 20/). CONTRACT —-— Signatured Print Signatory's Name: Tideof Signatory: ATTEST! Signatui Maria Menendez City Clerk ReadandAp| Legality, OWNER:CITY OF SOUTH MIAMI Signature: Steven Alexander City Manager 122 CTQBConstructionTradesQualifying Board BUSINESS CERTIFICATE OF COMPETENCY E251302 MAGGOLC INC 'D.B.A.: GONZALEZ MARIO ts certified under the provisions of ChatrteMOomgff^adeCount^, Local Business Tax Receipt Miami-Dade County,State of Florida -THIS IS NOT ABILL-DO NOT PAY 5684064 BUSINESS NAME/LOCATION MAGGOLC INC 11020 SW 55 ST MIAMI a 33165 OWNER MAGGOLC INC Worker(s) RECEIPT NO. RENEWAL 5928487 EXPIRES SEPTEMBER 30,2016 Must be displayed at placa of business Pursuant to County Code Chapter 8A-Art.9&10 SEC.TYPE OF BUSINESS 196 SPECIALTY ENGINEERING CONTRACTJ^Av^f^™,?F^nn?by tax touttron °$75.00 07/18/2015 ECHECK-15-158260 This Local BusinessTaxReceiptonlyconfirms payment ofDie Local Business Tax.The Receiptisnotalicense, permitora certilicationof theholder s qualifications,todobusiness.Holdermustcomplywithany governmental or nongovernmental regulatorylaws and requirements whichapplytothebusiness. TheRECEIPT NO.abovemustbedisplayedonall commercial vehicles-Miami-Oade Coda Sec 8a-276. Formore information,visit wwwjnismidade qnv/tancollector STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 GONZALEZ,MARIO H MAGGOLC INC 11020 SW55TH STREET MIAMI FL 33165 Congratulations!Withihislicenseyou become one ofthenearly one million Floridians licensed by the Department of Business and Professional Regulation.Ourprofessionalsand businesses range from architects toyachtbrokers,fromboxersto barbeque restaurants, and they keep Florida's economy strong. Every day weworkto improve thewaywedo business in order to serve youbetter.Forinformation about our services,please logonto www.myfloridalicense.com.There you can find more information about ourdivisionsandthe regulations that impact you,subscribe to department newsletters and learn more about the Department's initiatives. Our mission atthe Department is:License Efficiently,Regulate Fairly. We constantly strive to serve you better so that you can serve your customers.Thank you for doing business in Florida, and congratulations on your new license! DETACH HERE RICK SCOTT,GOVERNOR (850)487-1395 STATENDF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CUC1224888 ;;"ISSUED:06/15/2014 CERT UNDERGROUND &EXCAV CNTR GONZALEZ,MARIOH MAGGOLC INC IS CERTIFIED under the provisions of Ch 489 FS. Expiration date :AUG31,2016 L140615O0O1743 KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NUMBER CUC1224888 The UNDERGROUND UTILITY &EXCAVATION CO Named below IS CERTIFIED Under the provisions of Chapter 489 FS., Expiration date:AUG31,2016 GONZALEZ,MARIO H MAGGOLC INC 11020 SW55TH STREET MIAMI FL 33165 STATE OF FLORIDA DEPARTMENT OF BUSINESS ANDPROFESSIONAL REGULATION CONSTRUCTION INDUSTRYLICENSINGBOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 GONZALEZ,MARIOH MAGGOLC INC 11020 SW55TH STREET MIAMIFL 33165 Congratulations!Withthislicenseyoubecomeoneofthenearly one million Floridians licensed bythe Department of Business and ProfessionalRegulation.Ourprofessionalsand businesses range from architects toyachtbrokers,fromboxersto barbeque restaurants, and they keep Florida's economy strong. Everydayweworktoimprovethewaywedo business inorderto serveyou better.For information aboutourservices,please log onto www.myfloridalicense.com.Thereyoucan find more information about ourdivisions and the regulations that impact you,subscribe to department newsletters andlearnmoreabouttheDepartment's initiatives. Our mission atthe Department is:License Efficiently,Regulate Fairly. We constantly striveto serve you better sothatyou can serve your customers.Thankyoufordoing business inFlorida, and congratulations onyournew license! DETACH HERE RICK SCOTT,GOVERNOR (850)487-1395 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIp^AU^EGULATION RG291103844-;;-:v-g|suiDf.08/02/2015 REGISTERED gJneRM.CONTRACTOR GONZALEZ,MABr01?&%%K;•'•';'"•'"- MAGGOLC INC^§-.^;^:vfifcA;'c(INDIVIDUAL ^OST^gEJ$|*i0CAL LICENSING REQUlRgM0prfRIOR TO CONTRACTING INANYiAREA) HAS REGISTERED under the provisions of Ch.489 FS Expiration date :AUG31.2017 L1508D20001221 KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD The GENERAL CONTRACTOR Named belowHAS REGISTERED -;':'~": Under the provisions of Chapter 489FS.-,-•••-.'. Expiration date:AUG 31,2017 .•;•:; (INDIVIDUALMUSTMEETALLLOCALLICENSING REQUIREMENTS PRIOR TO CONTRACTING IN ANY AREA) GONZALEZ,MARIO H ••..1';":'"'"*''; MAGGOLC INC •':'•- 11020 SW55TH STREET-•':'•:'K-••"'"•'••.••••::•.:.•*•:.> MIAMIFL 33165 )•;•.--• ISSUED:08/02/2015 DISPLAY AS REQUIRED BY LAW SEQ#L1508020001221 Full intersection ofSW 64th Ct and SW 63rd Tr to be milled and resurfaced as shown below. Sheet C-5 shows partial restoration limits.Full extents of restoration is shown in sketch below. Theadditional quantities are summarized as follows: Milling area =273 SY Resurfacing Type S-1 (1")=15 tons TERRACE o>F.F.E.=10.01 V\">HHEDGE jp" _2f <£JSJ^ HEDCE-,^"?\ASPHALT ,^^ASPHALT / gas —^cas *cas—cas cas —r*?$As c*S0D *£l ASPHALT H-V /i* \F.E.=10.03 Denotes restoration area as shown in Sheet C-5 LIST OF SHEETS: TWIN LAKES DRAINAGE IMPROVEMENTS CITY OF SOUTH MIAMI 4795 SW 75 AVE MIAMI,FLORIDA 33155 SHT.No.DESCRIPTION 0-1 COVERSHEET C-2 GENERALNOTES C-3 DRAINAGEWAP C-4 DRAINAGE STRUCTURE TABLE C-5-22 PLAN SHEETS C-23 DRAINAGE DETAILS JDWKKHIT'SMLOK AUDITS CiU,811 BXrOK*TOtJ DIOm »vr*r.crfw:mMr».a>m PROJECT LOCATION ENGINEER Of RECORD:I1NDA RfU.P.F. P.E.:«a«2 LOCATION SKETCH PUBUC WORKS OJGWEERING DIVISION 479S «75 *«WUfl,ftCMk 13156fM:(Jiri)»01-?Q6J TAX (JQ5J 6M-JtO( PREPARED BY: CWI CM/Works,Inc. CONSULTING ENGINEERS 8491 N.W.17ST,Suite 108 DORAL,R.53126 (305)591-4323 CA 07528 Mloml ♦Ctxol Springs ♦Orlando .fXO JiV Al PERMIT SET 06/01/15 C-1 »jm\gr GENERALNOTES 1.ALLELEVATIONSREFERTONATIONALGEODETICVERTICALDATUU(MCVD)1920. 2.ALLDRAMAGECONSTRUCTIONSHALLECINSTRICTACCORDANCEWITHTHEfgQUREMENTSOFCITY CFSOOTHMIAMIM1AMM>AD£COUNTYREGULATORYANDECONOMICRESOURCES(R£R>(D.E.R.M.). THEMAH-OAOECOUNTYPUBLICWORKSDEPARTMENT(MDPW),ANDTHEFLOMDADEPARTMENT OFTRANSPORTATION(FDOTX ATTISTHEINTENTOFTHESEPLANSTOECMACCORDANCEWITHAPPLICABLECOOESANDAUTHORITIESHAMNGiJWBsScTION.ANYWSCREPAHOESBETWEENTHESEPLANSANDAPPLICABLECODESSHALLBE EOIEOATELYBROUGHTTOTHEATTENTIONOFTHEEHONEER. 4.CATCHBASKS.EXF&.TRATMNTRENCHES,PAVEMENTRESTORATIONANOPAVEMENTAROUHOCATCHBASKSTO BEAOWR^TOTWE-OEWuCw^kmAPPUCAflLEINUREMENTSOFSOUTHMAMANOTHESEPLAN& 5.WERENEWPAVEMENTMEETSEXBTWQ.CONNECTIONSHALLBEMADEMAMEATSTRAIGHTLWEAND FLUSHWITHEMSTO40LAVEMENT.NOASPHALT•FEATHERING-SHALLBEAaOWED. «.CONTRACTORISTOVERIFYTHEEXACTLOCATIONOFALLEMSTMOTREES.STRUCTURES,ANOUTIUTIES WfCHMAYNOTBESHOWNCNPLANS.ANYEXK™STRUCTURE,lJ^RJTl-TREESORODfflRl EMSTMOAPPURTENANCESNOTSPEOREDFORREMOVALWHCHISTEMPORARILYDAMAGED,EXPOSEDOR MANTWAYDBTLWKDBY^CONSTRUCTIONPERFORMEDtNDERTHISCONTRACT.SHAaBEREPAIRED, PATCHEDORREPLACEDATNOADDITIONALCOSTTOTHEOWNER. 7.THELOCATIONANDSUEOFALLEXJSTMGUTUTESSHOWNONTHESEDRAWINGSAREAPPROMMATE,/wnmflmuTEsmayemstwhicharenotshowncnthesedrawncs.thecontractor SHAOBE]RESPONSIBLEFORTHELD^IXMOFAaEXOTMOUTILITIES.THECONTRACTORSHALLVERTY ALLtntn^BYQECTRONKIMETHODSANDBYHANDEXCAVATIONMCOORDINATIONWITHAaUTILITY C^AN^PRWRTOPROPOSED1MFTOYEMENTS.AaCONFLICTSMUSTBERESOLVEDBYTHECONTRACTOR ASTfi«nEl2Mr«PR£S£HTA^THEOWNER?THJSWORKBYTHECCHTRACTW»AaE€CONS*Xtt£D MCDENTALTOTHECONTRACTANONOADDITIONALCOMPENSATIONSHALLBEALLOWED. &CONTRACTORSHALLCONTACTTHESUNSHWECO.AT1ttOOV432-4770ATLEAST40HOURSPRIORTO PERfCRMMOAtCTWOCINOTOVERTYTHEEXACTLOCATIONOFEXJSTMGUTURE&THECONTRACTOROR CONTRACTOR'SREPRESENTATIVEWILLBEPRESENTOURMQUTUTVLOCATES. 9.EMSTMOTREESSHAaBEREMOVEDONLYFREQUIREDFORCONSTRUCTION.THOSETREESNOT mWkMOWTTHCTNSTRUCTIONSHAaBEPROTECTEDWPLLCtWEjp^TRACTORISAOVOTTHAT ATREEPERMITMAYBEREQUIREDFORTREEREMOVAL.CONTRACTORSHAaNOTIFYD.EJUI.PRIORTO REMOVINGANYTREES. 10.EUSTtiOGRADESWERETAKENFROMTHEECSTAVA&ABLEDATA*HDMAYNOTACCURATELYREFLECTPRESENT CONOrnONS.CONTRACTOR^sSaLLBERESPONSIBLEFORFAMMiAPJZBfOHWffl£WITHCURRENTSHECONDITIONS. ANDSHAaREPORTANYDISCREPANCIESTOTHEENGMEERPRIORTOSTARTINGWORK. 11.THECONTRACTORSHAaPREPAREANDSUBMITSHOPDRAVUNOSFORAaITEMSLISTEDMTHEPROJECT SPEOnCATMNS,FORAPPROVALBYTHECITY/ENGINEERPRKWTOORDERMC/FAEfOCAIMOSAK)ITEMS. **>UNDERNOCIRCUMSTANCESSHAaTHECONTRACTORLEAVEEXCAVATEDTRENCHES.ORPARTSOF,EXPOSEDOR OPENATThFeNOOFTHEWORXMCDAY,WEEKENDS.HOLIDAYSOROTHERTIMES.WHENTHECONTRACTOR BNOT^WCRWNGJUNLESSOTHERWBEAPPROVEDBYTHEOWNER.ANYTRENCHSHALLBECOVERED.nRMLY SECWEDM^IARKEDACCORDINGLYTOALLOWSAFEPEDESTRIANTRAFFICAaCOSTSASSOCIATEDWITHTHS ITEMAREINCIDENTALTOTHECONTRACT. 13.THECONTRACTORSHAaMAINTAINACCESSTOAaADJACENTPROPERTIESATAaTIMES; 14.AaEXCAVATEDMATERIALREMOVEDFROMTHISPROJECTSHAaBEDISPOSEDOFLEOAaYBYTHECONTRACTOR ATTHECONTRACTOR'SEXPENSE.TWSCOSTSHAaBEWCIOENTALTOCONSTRUCTANDATNOADDITIONALCOST TOTHEOWNER. 15.CASTIRONPRODUCTS:HEAVYDUTYCLASSflCATIONSUITABLEFORHIGHWAYTRAFFICLOADS.CR16.000LB. WHEELLOADS. 10.STEELCRATtNOANOMANHOLECOVERS:TRAFFICCLASSIFICATIONH-20AASHTOH20. oaanpfrwAtVIIUJI5M$4mw trwbnj?U r/OJ/15 >frftP,6 17.AaSTRUCTURESMUSTBECAPABLEOFSUSTAMHCHEAVYTRAFFICLOADS. 18.AaGRASSAREASAFFECTEDBYCONSTRUCTIONSHAaBERESTOREDANORE-SOOOEDWITHST.AUGUSTINEGRASS ATNOADDITIONALCOSTTOTHEOWNER. 19.THECONTRACTORSHAaBERESPONSIBLEFORTHEPROVSCN,INSTALLATIONANDMAINTENANCEOFAaTRAFFIC CONTROLANOSAFETYDEVICES.MACCORDANCEWITHSPECIFICATIONSOUTLINEDINSECTIONC2ANOSECTIONR19 OFTHEPUBUCWORKSDEPARTMENTMDPWMANUALANOPERTHEMUTCO(LATESTEDITION).INADDITION.THE CONTRACTORISRESPONSIBLEFORTHERESETTtNOOFAaTRAFFICCONTROLANDINFORMATIONS3GNH0REMOVED DURMOCONSTRUCTIONPERJOO.THECOSTSHAaBEINCLUDEDMTHECOSTFORMAINTENANCEOFTRAFFIC. 2aEXCAVATEDOROTHERMATERIALTEMPORARILYSTOREDADJACENTTOORPARTIALLYUPONAROADWAYPAVEMENT SHAaBEADEQUATELYMARKEDFORTRAFFICSAFETYATAaTIMES. 21.TEMPORARYASPHALTPATCHMATERIALMUSTBEONTHEJOBSITEWHENEVERPAVEMENTISCUT.ORTHEINSPECTOR W4LSHUTTHEJOBDOWN. 22.CONTRACTORSHAaMAMTAMTRAFFICACCORDINGTOCORRESPONDINGTYPICALCONTROLOETALASOUTLINED INTHEMDPWMANUALORPERTHEPERTHENTTYPICALAPPLICATIONINTHEMUTCO(LATESTEDITION). 23.CONTRACTORSHAaMAMTAMATLEASTTHEFOaOWINGNUMBEROFTRAFFICLANESFORCORRESPONOtNOTUEPERIODS: MONDAY-TODAY7-9KM.ANO4-9PAL:MAMTAMONELANEFORTWO-WAYOPERATIONMTHFLAGMEN. 24.CONTRACTORSHAaNOTIFYLAWENFORCEMENTANDFIREPROTECTIONSERVICESTWENTY-FOUR(24)HOURS INADVANCEOFANYDETOURINACCORDANCEWITHSECTION336.07OFTHEFLORIDASTATUTES. 25.AaEMSTMOUTILITIESARETOREMAMUNLESSOTHERWISENOTED.CONTRACTORTOMAMTAMAaUTIUTIESM OPERATIONATAaTMES.THECOSTASSOCIATEDWITHMAtfTENANCEOFUTUTESIMCLUDMGSHORTHO,SUPPORTMO, SHEETPUBWORANYOTHERFORMOFSUPPORTREOUREDTOKEEPUTUTiESMOPERATIONSHAaBEMCLUOED MTHECOSTOFTHEPIPE. 26.CONTRACTORTOEXCAVATEFORSTRUCTURESORPIPETRENCHASSHOWHINTHEPLANSANODETAILS.AaUNSUITABLE MATERIALEXCAVATEDSHAaBEDISPOSEDLEGALLYANDATALOCATIONSUPPUEDBVTHECONTRACTOR. AaUNSUITABLEHATEFULBENEATHPROPOSEDSTRUCTURESORPIPESSHAaBEREMOVEDANDBACKFELEDWITHCLEAN SUITABLESCO,APPROVEDBYENGMEER,TOTHEPROPERELEVATION. 27.SWPPP-PRIORTOCONSTRUCTION,CONTRACTORSHAaHSTAaEROSIONANDSEDUENTCONTROLDEVICESPER FDOT2010,MDEX102. 2&EMSTMODRAMAGEISTOREMAMUNLESSOTHERWISENOTED.CONTRACTORTOUSEBESTMANAGEMENTPRACTICESM MAlNTAMMOAaEttSTWODRAMAGECLEANANDFREEFROMSOLEROSWN.HUJNCS.ANDANYCONSTRUCTIONDEBRIS. DRAINAGENOTES 1.WHENPROPOSEDDRAMAGESTRUCTURESARETOBECONNECTEDTOEXISTMODRAMAGEPIPE,CONTRACTORSHAa PROVIDE5IFOFPROPOSEDPIPEMATCHMOTHESIZEOFTHEEXISTMCPIPE.THEPIPESSHAaBECONNECTED WITHACONCRETECOLLARPERFOOTMDEX2B0v l^V,,,','"A 1^.s&'X ?/^a©**2,,:-s PUBLICWORKS EHGMEERMQDM9CH htw*&8xii*an)w-na ^«>••OMIWorks,Inc. OWWIwh^.im,srfkiM HLBBVOXHYO0DIO wumjuaamMmxem GENERALNOTES ""iiuin***1 C-2 A"C|fflq STRUCTURE NAME STRUCTURE TYPE SHEET NO.STA.OFFSET RIM ELEV. INVERT ELEVATIONS BOTTOM ELEV. REMARKS/STRUCT.SIZE N S E W S-l MANHOLE C-5 12+55.14 21.56'R 7.80 EX.4.37+.EX.4.37*1.73 (-)0.27 3.5'x3.5' 5-2 MANHOLE C-6 15+05.64 5.93'R 7.90 EX.3.34+.EX.3.34±2.90 0.90 3.5'x3.5' S-3 INLET C-7 31+18.33 12.69'R 7.53 1.40 2.90 (-)0.60 4'ROUND S-4 INLET C-7 32+13.35 18,32'L 7.75 1.40 (-)0.60 3.5'ROUNO S-5 INLET C-8 34+79.11 11.32'R 7.73 1.62 1.73 (-H.77 SKIMMER EASTSIDE 5'ROUND S-6 INLET C-8 35+05.98 15.76'L 7.62 1.62 (-J0.38 3.5'ROUND S-7 MANHOLE C-9 22+00.00 5.00'R 8.25 1.73 1.73 (-11.77 SKIMMER EAST SIDE 3.5'X3.5' S-8 MANHOLE C-10 24+15.00 5.00'R 8.15 1.73 1.73 H1.77 SKIMMER EAST AND WEST SIDE 3.5'X4.5' S-9 MANHOLE C-ll 42+55.00 21.01'L 7.96 EX.4.551 EX.4.554 1.73 (-J1.77 SKIMMER WEST SIDE 3.5'X3.5' S-10 MANHOLE C-12 36+36.03 12.30'L 7.80 EX.3.87±EX.3.87±1.73 (-10.27 3.5'x3.5' S-ll INLET C-14 52+03.42 12.79'R 7.73 3.23 1.23 3.5'ROUND S-12 INLET C-14 51+88.26 11.91'L 7.83 1.83 3.23 (-)0.07 3.5'X4.0' S-13 MANHOLE C-15 53+48.80 5.62*R 7.76 EX.4.06±1.83 (-10.17 REMOVE EXIST.MH,SKIMMERNORTHSIDE3.5'X3.5' S-14 INLET C-17 72+07.47 11.89'L 8.23 3.23 1.23 3.5'ROUND S-15 INLET C-17 72+31.07 13.86'R 7.95 EX.5.05+EX.5.401 2.95 0.95 REMOVE EXIST.MANHOLE 3.5'X5.0' S-16 MANHOLE C-18 100+13.93 4.00'R 8.12 EX.3.75±EX.3.75±2.15 <-)1.35 SKIMMER EAST SIDE 3.5'X3.5' S-17 NOT USED S-18 INLET C-20 82+16.82 21.13'L 8.20 2.00 0.00 3.5'ROUND S-19 MANHOLE C-21 90+60.00 4.75'R 8.60 2.00 2.00 0.00 4.0'ROUNO S-20 MANHOLE C-21 91+81.48 5.00'R 8.47 2.00 2.00 3.10 (-11.50 SKIMMER NORTH SIDE 3.5'X3.5' S-21 INLET C-21 91+81.48 15.50'R 8.27 3.19 1.19 3.5'ROUND S-22 INLET C-22 93+46.63 0.32'R 8.35 2.00 2.90 (-11.50 SKIMMER SOUTH SIDE 4'ROUND S-23 INLET C-22 102+16.41 15.94'R 8.19 2.90 2.15 (-11.35 SKIMMER WEST SIDE 5'ROUND PAY ITEM NOTES: 44J-70-3 INCLUOESCOST Of PIPE,BALLAST ROCK, FILTER FABRIC.ANDTRENCHRESTORATION. 430-175 INCLUOESTHECOSTOFTRENCH RESTORATION. 425 INCLUOES THE COST OF PAVEMENT AND SITE RESTORATION. 334-1-24 INCLUOESALL COSTS ASSOCIATED WTH THE PAVEMENTCONSTRUCTIONINCLUDINGPRIME ANDTACKCOAT.SAWCUTTJNC,ANO Aa ITEMS INDICATED IN THE PAVEMEHT DESIGN (SHT C-21^ 208-1 USE CLASS NS CONCRETE PER FDOT INDEX 2B$/H 38542 sir Item No.Item Description Unit Quantity 443-70-3 18"0 Exfiltration Trench LF 606 430-175-118 18"0SolidPipe (A-2000)LF 1.159 430-176-115 15**0Solid Pipe (A-2000)LF 5 430-175-12 12"SolkJ Cone.Pipe (RCP)LF 60 425-$Remove Drainage Structure EA 2 425-2-71 Manhole EA 10 425-1-501 Inlet EA 12 339-1 Asphalt Apron1 inch TN 4 334-1-24 Roadway Pavement Design SY 90 334-1-13 Resurfacing Type S-l (1in)TN 290 334-1-12 Driveway Restoration (Asphalt)TN 2 327-70-1 Milling(1inch ave.)SY 5,268 210-1-9 Base Rework (10%of M&R)SY 527 208-1 Concrete Collars (Jackets)EA 13 %3>\STATE OF /#£ *»gv/?u.nmKSflOTWjE WWflPfrW j&SU 1 IKSKLiI' mnsi iMftg, PUBLIC WORKS ENOtKERMO MV)90NMRI1"t Jf»SIMM n»» r*(xq nyicentvc&ma-TM *?£&CWI Civil Works.Inc. Ctau*b«BviMta a 07m MUN.W.17JT,Sw»tl« Peal a nm QKpn-tm DRAINAGE STRUCTURE TABLE C-4 9-0 i=2HS 32S oo'oe*gi>'vxsgNii hojlvw j U UJ O UJ UJ /I fOOf -\T-tosz9 S3)m id ..<n (3AIVa\33CIVVH)| 133bJlS WP9 'ATS i 'os-asind-soa 'tw >wpj l csoz/z/a v UJ 2 UJ Z U s s ££ ^""«.ri,lU»,V X Q- X to UJQ.<O. 3 1 s £z *Sg E 11 £y s ai s S5Sws3 ^^(/;Crt X XXX U LU U U H ;1 I z UJ 3 uj I l I *®rvk"»o-& O uj ad 0©8»©1 \<] r--(^t— E O $B £ j>©@ ©) 2 3 SEJ ^(•BBS-tO O : Sol fiKp-lOUDW-SLItlVvDji^iFijns Bu|JSJOM\|UWl >(i(»S -91W\*t^«y\ti-,wJ»S\SL--MJ.rldto3\\ j ^rq_^r REVISIDHS IS:j^^^I 3^j2m 'iwf.)Eg pt ra PUBLIC WORKS CNCVCEUtO OMSWN MATCH LINE STA.30+48.00 see shect < %•%..s"(^e 'ftliiTniUl*1 CWI C/W/M/or/cs,/nc. Ctttrohint EfteMcn CA 01)11 M9I M.W.|)S7,SmcIO* lloni.II.3)!M(»3P*I-<JJJ LOCATiON MAP PMM SHHFr C-6 \\ C C U n n D & - l S ^ * n w U \ P t a j t e U \ H t 1 8 - So o t h U!e m T V « o r W n g Su b r j i r t s t o r y s U l l r J - P l a n & J . O w s i 5 ^ w * 3 n 2 o i a l o I f J '" i r . : i l H v X I "H sw 6* r - : c t \ ji U ^ - S - 5 - r V ^ 5 - * 1 o r -O 1 Si l! f o \ \r \ V & gf a l H -T i- \J - H 1 S ^ o — r s w 63 H H t i ^ AV _ t SW S3 R D . ' , v g s T a . > -g - t * ± _ e _ - u [S W 3^ D p CT 1 al b l 1 1 E SW 62 N D C i a 1 " M A T C H L I N E S T A . 3 0 + 4 8 . 0 0 SE E SH E E T 0 - 6 MA T C H LI N E ST A . 3 3 + 3 0 . 0 0 se e sh e e t o- a fi / 2 / 3 0 1 5 11 : 2 7 : 2 4 AM . C O M P U T E R - ! ! ) , 1 1 x 1 7 ASPHALT DRIVEWAY PAVEKtErTT DESIGN 1.SAWCUTEXIST.ASPHALT ORIWWAY 2.!'OP ASPHALT PAYMENT 3.6"UtJEROCK BAS£COMPACTEDTO 98X OF MAX.DENSITYPERAASHTO T-180 WCOIflED. ftEv 'i JTo t s wit jggjggggg I 66/01/15 " PrW»I JJDt rtg~ n^°SE EE '<£# PUBLIC WORKS SAWCUT.CONST.- ASPHALT DRIVEWAY PER ASPHALT DRIVEWAY DESIGN ITYP.) „1III1II|„ a-o'. i*S STATE 01- Sir: m CWI C/V//IrVorfcs,//7C. ComjMmi ErifWrn CA Olilt U9i KW.ITST,%*I'D OooL II J1IW (»})»MU3 F.F.E.=9.H rK/W l2m EX.BURIED TEL.36-iO -CONST.106 LF OF 18"0 PIPE tF~ ».*£-*asascas-;m -z. "secrc F.F.F..=9.64 LOCATION MAP H.T.S. PLAN SHEET 4 < \\ajMPUTER-1S\S,r**M\P<oj*:ll\|.l!8 -South Mlcml\Wortfce Sljb.l'»«wAl*"6-^o"0i.(Ng 3JJC rlHl^ £il° |"03 O ?5f2 r-si ~- g5«§SR > CT p SW6_4TH_CT-,V miyi \AV 1 a r~°lo JSO n rtjfe >g(31 H CJ^r o "S'"63RD CI z SW 53RD AV <«=rSj > j (TT SWS2 «p pyr Inl 3 o>1Slsj-e-e+r^*~SW 62N3 CI a ]_ MATCH LINE STA.20+56.00 MATCH LINE STA.23+27.00 fl/ZraOTS ll:3«:01 AW,CCMPUTSR-SO.H*l7 SEESHEET C-S SEE SHEET C-10 \\ C 0 M P U T P t - l 5 \ S « n w U V > n . J « < : U V « i ' S - Sw l h ui o m t y f a t t g Su W K i a r A " ' * - ' ' ' " ' " - * * II :• : • : !o s 3, 5 * 5 '" ' n m i t t ' * ' l~ * SW S4 T H CT V r -O O >O Ml C T ^ T O °> I ? I T i ^K 1a -0 ) z o - : ? 3 | " 1 SW 63 K D >" 0 £l J t SW 5I R D AV ^W 62 K D P' - I T pj f 1 C T sl H lw • i a 5 f e - s + £ i i ij SW 62N D CT M |_ MA T C H LI N E ST A . 2 3 + 2 7 . 0 0 se e s h e e t c- s M A T C H LI N E S T A . 2 6 + 0 0 . 0 0 sf f i sh e e t o h 6/ ^ 2 0 1 5 1 i: 3 7 : S i AW . CO M P U T E R - S O , " x 1 7 WttWUTES-1S\S«fv^U\Pfo)»Ct»\l»nB-SouthH^nl\WorkhgSubfllr«cloQr\uiia-l**0g.c>l-.B 5 ^> pU hi* 'lis? o 3;-c?.-%oi2AzC'.O -~Z.•-H 5C;0og '"';i.iiiit>' M Sis; **' MATCHLINESTA.43+00.00seesheetc-n i 6W201311:43:13AM.COMPUT=R-S0,11<17 62nd TERRACE ii^1 MATCHLINESTA.45+80.00seesheetws ii*u 'os-aairwwoo 'wv twu fliew/» zi-o las**33s 00'08+St *V1S 3NI1 HOIVIAJ g 13 QNZ9 MS 10 Hit9 MS »- ^O"""/!/ ^>"*^, ""IIIIIH*"4 m 1 ill 6**aow>w-»im\**P**«J'>s &w*i*\jwwi w»s -9U»i\«jwfo*a\»w^»s\«i-jaindn»\\ SL-0 133HS 33S 00'0!-+E9 'VIS 3NH H01VW -V ^-L ;"l3AWdi33aWHf ±3d3V±S /lui'dj-ysiruwao v*v is-n:oi st,o»w mp9 -SE8i? siil o ssl* *£*= ~lge Si •..<-™ u rjMp-OtUdd-siinV^JOIM^pqnS 6<WWi\]w°iM Hir>°S -9iltl\»l»f0Jd\»lJ^-l»S\fi-lOindWTCW yQ \ ST A T E OF " < l l m l i » , v t B U n m m ®H t v I S I Q W S I O T S U E 3 B E I P 2 5 si f t e r L O C A T I O N M A P P U B L I C W O R K S tM C I N t E R I N G Ot W S O H i T , > ' l > « '" • . A M * * U L » iv l » ) • » - » " IU . f t t l HI fi « — . « m • • Ci v i l W o r k s , In c . V I f f I i* ' « H.W . 11 st , Mt H I Dc n l , n . 3) 1 ) t t» 1 ) W l < n i fc f l / w MA T C H L I N E S T A . 61 + 3 0 . 0 0 m sh e e t c- , « P L A N S H £ E F C - 1 5 wt\t»v i WWftfiVfW £P5 preffyw 2SZEI lmze:s pusnc irVo/?Ks ENONEtRMG DM90N «w n TSfctM*,rum»» m j*rt«uv6*J u*ws)M-tm ftfMf /#XVCEV^\ 38542 •.*Z :*u: Wl°ft to •.-•$%? '"'illllMH*1' .**.«•«•c'w/Works.Inc.f*Utf I Com**EngSwct 6t 9»M fcuWl SUM (WJStMtt) LOCATION MAP R^s PLAN SHEET C-16 IVU 'CE-b3ir.drN03 WV r>;:jf:(n SldiT/B e*CTluoid-SU»iVJ«M.j;oCS *W>»Vl1«>ii'i fi"»S -BUH\«ii*{o-'A»iJ**,«S\5i-a3J.nrJi'0\\ \\CQMP0TCT-l>\SfvyH\PraltcU\U118 -South UjwW*jfog ^b^c\<yy\^m~f\or,H.t^ mi •f4ErRSO f«SS silofill o 3 MATCH LINE STA.73+10.00 MATCH LINE STA.76+20.00 6H/M1S 1:10:«1PM.COMPUTEft-50.i 1k17 S£E SHEET C-17 SEE SHEET C-1S «-o i33>e 33s 00*03+9/VIS 3NI1 H01VVM Zl*l|.*0»-U3U/WWOO'Wd IKHH SWB/J/9 /&=^SO*;, &>* ""niiii*^ O CO 2 Iff! i o ! 6*P,SlUOId-9ii*i\/joij3»4WftS 6"!V°M\lu»tt1 <«<»$-9u»i\«i»«fo/d\»i<»**s\«i-aauwnoo\\ KfV|5IOf7S ViJSCWltOH Z osmnri MATCH LINE STA.90+50.00 sec sheet c-21 .x,iii"in,(// vVox\\M_DA/w. =-ti -o-. ^S?.?.IJ •••:•-••• 7f Of CWI «*v CiV//Wor/cs,/nc. Conwftint [acjonn CA »)J7» l«l H.W.11ST,BbthIN LOCATION MAP wTFsT PUN SHEET C-20,J 3C0I-+S6 VIS 3NI1 HD1VIAI -.OJS to"41 o a. ftl OK gs OZ-0 133HS 33S 00'09+06 VIS 3NH HOIVW tap-iiww-sutiV^istwns fc^v^vwin 4i-"*s -9ii»i\*):*iojdVi-*,-'»s\s^ia:fw'TQAN TYPEVHJET- STRUCTURE(TW>> BALLASTROCK (SEENOTE5) unci*orfrqkhorajm- N0TCS.UONQrTVPiNAL.8EQ7K)N 1.PLASTKFILTERFABRIC(ATEA.»E,TOP,ANOBOTTOM)SHALLBEUSEDASNOTEDCM PLANSANO/ORASttRECTEDBYTHEENGINEER. £THEBOTTOUOFTHEEXTTLTRATWHTRENCHSHALLBE15.00*BELOWDOST.GROUND ELEVATWM.UNLESSFKU>CONDITIONSWARRANTOTHERWSE. 3.AFTERTHEBALLASTROCKHASBEENPLACEDTOTHEPROPERELEVATION.ITSHALLBE CAREFULLYWASHEDDOWNWTTHCLEANWATERMORDERTOALLOWFORMTLM.SETTLEMENT THATUAYOCCURFITDOESTAKEPLACE.ADDITIONALBALLASTROCKWUBEADDEDTO RESTORETHEBALLASTROCKTOWEPROPERELEVATION,SOTHATTHEEXFILTRATIONTRENCH CANBECOMPLETEDWACCORDANCEWTTKTHEDETAILS. 4.MVERTELEVATIONTOBEASSHOWNMPLAN. •NOSLOTSORPERFORATIONSONTHISLENGTHOFPIPE EXr^TrV\TrONPgrAan(>i«yvygPtt) H.T.S. TYPEISKIMMER jBSE SIDEELEVATION FRONTELEVATKW AW#»Tte******porttorID*TfptXcttone/ifottbt eotttfmt.*mtttlxr•ftreoiu)«rw-tiWor oMitar*)trtoursJaMtss«f*tJ«uM-t«(nmbtcMs TYPEXSKIMMER SKIMMERDETAILSPmHX>TNPEX241 HtS. tfScWprkWtrfrVJfffiS typevwet STRUCTURE(TIP) Tt*i'0r2*Stab ™•cnfWoOmti "g£StftPW^ 12*FILTERFABftK) OVERLAP(MW.) FILTERFABRK ALLAROUND •mANSVEROSSeCTiQN PLASTK5FILTER. FABRICALL 1:1ORSTEEPER- BOTTOUELEV. 12'nLTERFABRIC OVERLAP(UK) AIT,TRAN9.SfiftTrPN N.T.S. CATCHBASN TOAUC*CRATE- (SEE»2J> PLANV TOPSLABDETAILS rreu» nji-f j7/N\ Tv V .^,\/ n^K* •rcu»rcAST-#*-nAcc BOTTOMSLABDETABjB corikaffkshaucornymntheHSfft^,CFUMFOWITJUtfDCCOmaPOKESMNMUWSTANDARDSFOR0E9CN,iXHSmKimjtOIMMItMAMCerOR*W«WANDl«CHmTIANO>-„,.i,AMV MAW-Wicauny«JBUCWWCSCEPT.1MCHEHKBUCS«STOHaDff«AUAm.Y.xallwornsuaconformtocurrpctmau-oabecoarrrigAtmgnor kouutoryahdbqcnomcrcmumzs*immmmcccomtypubuc»***._&refugeMLornuiaasurtmxsidwatchrm-otsmtoONDrraWkcosttogc r'Sp^VsUrnS'UATTOMSMAUJOAlHAMMERATAHAFfWMDSit*UAW ^SfflSewi«ttt?%imA^Aiwouaival«ocasandowe*facukjto properoucobased<wwtKNOKm9fST>morimsaw.4wecowmen*»MgPOBaeu:porWwnnwotheaas,_,._. UXATJOWS.AWfUVATXMS07AILEMSTMOWWJT»AW>UMWCROUM> STRUCTURESPAX*TOWESTAArTOFCCNSmJCTWt 7.COflUCTCN»V41PWWEAHDMAMTAMAOfXUATE6HEWHH0. wwcACertflashers,ahdanyotherwtocauttahdorEwgog, •TTOPRtttKTBXttYbiAirfORP^5«oakaucomamTwcwhtaito-wework 10»-OONTRACTOffSMAMRANDRDJASEOFUDt 10K—*fl>BU1T*FtANSS"~~".«-— FACUDESASUXATOBTAFUKDAUCEHSEOUHDSUKVEWR.AU3H0«1MTWO(2) WE•AS-BUE.rFLWO«CADAj0FCTFCWMAT..tl.WECONWACTMSiAUOOOWtUTEMBWORKWJWWEJMTRAM)SEW COMTRACtOHANDWWOWOIVTUTYAMD.ftfltfWTKAOESfOWOHOCH,l>«.W^SC"i IZWCOOHWCWRgmfeflgg**"XOOWKTTTSTMOLABCFUKWrTOPWOMPE roa Itfc. toa«-=2,.-:raE^^^^j^pco^^cno,cotgryoonfoamno XfiMBATLCCAVCHSCHOSENBYWEDKMI csuewniDtoweencmoiiMcommx. ^_^^«(•)ten«ftHOPCRAWHOSAHO/W ltVWACTUr«^JU(l^>lSK«Aa<CTVMMA«S^R-W»CD UKMWUTRNOAM)COWR,nAUCTUROiETOXEACHSHOPCWWWOWttLHAVCTHE COHHUOWS«N,SMUMC/»DAIE,COWRAOWSUU.HOTtWOIAW_ Eauruonamo/muatwalsurn.hehasroomwrmNapprovalof«c awtmxmmmutmbhhbk_ HDtQMEDftRWEWOfSHOPCRAfMOSSUMTTIDBYTHE«"WACWRWUOEFOH CCNFORuSbcWHTHECOJnJWCTOOOUUDITS.THERWEWWLHOTWCUAX CCKWACTOrsOOWIWCTWIIC1M0OXNM«U.HCOWAMWATWECMMymOFDC FOUNDACCEPWOEWWEEH0MHJ6 reusecoursefor CATCHatiMfWClINT (S»NOTZI) PRECASTCAJCHBASINX>^°—-.^VTIQNA~AAB-B CATCHBASMASPHALTAPRONDETAIL KT.S I.CACTW»aA»TOm«AU.U«&^C* 1.TONOUEAM)CROOkCRDHFORCESOONCRnCFVCkX\H* tESOMAKMCLASSO70CLASSU.Z &•07TONaMHAYKPMXASTCRPOWEO^t-nACE.« tXAtitrR0NFCRCM9MASTKUSEDVMEHROUNDZ«n•"RSERBPOUREDMWMALWTHOOTTCtL-^. 4FVI3HAYEXTDOMIOCATCHOASMAMAWUUOFT.~-J)*.«>-.._'••> a.use3LOQ0paccwcpetc.qjkuuml*LCs\STATEn 7.ASWOOWU«OFMORTARtA*W«MSMANOttnaptV-^\.*.^aSnt^tV^^d^^'',?*$.?.R.».S- t.rotpoSi^^woilowAabekusedperuofvsotm^///Oa/aL^, y/oiyfi &kr^-c; PUBLICWORKS CNONEZRWOavtsoH^.»m••CivilWorks.Inc.f+\m§IQmmUhCntxmCAOTttl ^TIff•M»lRW.||ST,»**)0|ww"oor*nj)i»wiWMm DRAINAGEDETAILSC-23