Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 136-15-14475
RESOLUTION NO.:136-15-14475 AResolutionauthorizing the City Manager tonegotiateand enter intoacontractwith Canyon Construction,Inc.for the construction of the Bus Shelters on SW 59th Place and onSW 62nd Avenue. WHEREAS,theMayorand City Commission wish tocontinuetoconstructbusshelters within the City,and WHEREAS,pursuanttoa competitive selection processin accordance withthe City Charter,itwas determined that Canyon Construction,Inc.submitteda bid in theamountof $142,516.88 thatwasthemost comprehensive andcost effective in its construction approach; and WHEREAS,the City desiresto provide a contingency of $21,400 overthe bid amountfor unknown factors that mayariseduring the work;and WHEREAS,thetotal expenditure,including the contingency amount,is notto exceed $163,916.88;and WHEREAS,the Mayorand City Commission desiretoauthorizethe City Managerto negotiate and enter into a contract with Canyon Construction,Inc.forthe construction ofthe Bus Shelters for a total amount not to exceed $163,916.88 NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA THAT: Section 1:The City Manager is authorized to negotiate the price,termsand conditions andto execute a contract with Canyon Construction,Inc.for Bus Sheltersforan amount notto exceed $142,516.88,andheis authorized to expend upto $21,400 forunforeseen conditions.A copy ofthe approved form of contract is attached and the City Manager may negotiate a lower priceandmoreadvantageoustermsand conditions ifapprovedbythe City Attorney. Section2:Theexpenditure shall be charged $163,916.88 toPeople's Transportation Plan TaxFund account number 124-1730-541-6490,whichhasa balance of $1,570,313,before this request was made. Section3:Ifanysectionclause,sentence,orphraseofthisresolutionisforanyreason held invalid orunconstitutionalbyacourtof competent jurisdiction,the holdingshallnotaffect the validityof the remaining portions of this resolution. Res.No.136-15-14475 Section4.This resolution shall takeeffect immediately upon adoption. PASSED AND ADOPTED this 1st day of September ,2015. ATTEST: READ AND APPROVED AS TO FORM LANGUAG^tEGALlTY AND EXECUTION APPROVED: Ik MAYC COMMISSION VOTE:4-0 Mayor Stoddard Yea Vice Mayor Harris absent Commissioner Welsh Yea Commissioner Liebman Yea Commissioner Edmond Yea South'Miami THE OfY OF WJASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: From: Date: The Honorable Mayor &Members of the City Commission Steven Alexander,City Manager September 1,2015 AgendaItemNo.:13 Subject:AResolutionauthorizing the CityManagerto negotiate and enter intoa contract with Canyon Construction,Inc.for the construction ofthe Bus Shelters on SW 59th PlaceandonSW 62nd Avenue, Background:As part of this ongoing project,the City islooking to construct a total ofsix additional bus shelters.Thisisa continuing effort to construct bus shelters throughout the City. Thisisan area ofhighridershipof the transit system,especially for the elderly. Requests have been made by residents to provide shelter at these locations. Thesebusshelters sites areallservedby the MDC Transitsystem,bus route37. The main corridor forthe bus shelter improvements is SW 59th Place,between SW 64th Street and SW 70th Street,defined as Area 1.This area includes four busstops for which we propose new shelters.TheCityalsowishes to includetwoadditional shelters,located on SW 62nd Avenue,defined as Area 2.The shelters in Area 2are pending approval from MiamiDade County and wont bebuilt unless the County approves.Therefore,the Bid Respondents were requested to quote each area separately,in the event that Area2may not be included in the final project scope (pending adecisionby the County). The proposed bus shelters are designated to be located at the followinglocations: Areal 1.South of SW 64th Street,Eastside of SW 59th Place 2.End of SW 67th Street,West side of SW 59*Place 3.North of SW 68th Street,East sideof SW 59th Place 4.North of SW 69th Street,Westsideof SW 59th Place Area 2 5. 6. West side of SW 62nd Avenue,about 250 LF South of SW 64th Street East side of 62nd Avenue,about 60 LF South of SW 64th Street. Theprojectconsistsoffurnishinglabor,materials,tools,equipment,machinery, superintendence and allservices necessary for the complete construction of the proposed bus shelters.The locations were chosen based on existing bus route stops and pedestrian volume. Inan effort to remain compliant with the People's Transportation 'Program,the City must use20%of the received funding for direct transits wljich.includes the construction and installation of the bus shelters. TheCitysolicitedandreceivedsixbidsfromqualified contractors to construct the bus shelters. Canyon Construction,Inc.submitted abidin the amount of $142,516.88 for both areas that was the most comprehensive and cost effective inits construction approach.Pursuant to review,itwas determined that Canyon Construction,Inc.is the most responsive and responsible bidder for this proposal. Belowisa table of the proposals received: Contractor Bid Price Area 1: 59 PL Area 2: 62 AVE Total Canyon Construstion,Inc.$92,253.90 $50,262.98 $142,516.88 C&1 Construction and Design $98,000.00 $49,000.00 $147,000.00 Florida Construction &Engineering $100,000.00 $58,000.00 $158,000.00 Sanchez Arango $114,400.00 $57,200.00 $171,600.00 HG Construction Development & Invest. $129,890.25 $65,744.10 $195,634.35 HartzellPainting Contractors $128,560.00 $252,124.00 $380,684.00 A contingency amount of$21,400 will beincludedover the proposal amount to address forunknownfactors that mayariseduring the work. Amount:Amount not to exceed $163,916.88 Account:The expenditure shallbe charged $163,916.88 to People's Transportation PlanTax Fund account number 124-1730-541-6490,whichhasa balance of $1,570,313, before this request was made. Attachments:Resolution Bid Opening Report Canyon Construction,Inc.Bid Contract RFP BID OPENING REPORT Friday.August 14.2015Bidswereopenedon: For:RFP tf PW 2015-21 Bus Shelter Fabrication &InstaUation COMPANIES THAT SUBMITTED PROPOSALS: after;2:00 ran AMOUNT: AREA 1 AREA 2 1.CANYON CONSTRUCTTN,INC 2.C&I CONSTRUCTION AND DESIGN 3.FLORIDA CONSTRUCTION &ENGINEERING,INC 4.HARTZELL PAINTING CONTRACTORS 5.SANCHEZ ARANGO 6.HG CONSTRUCTION DEVELOPMENT & INVESTMENT,INC ilCPtCOOCO ^^600.00 iS^oD.oo THE ABOVE BIDS HAVE NOT BEEN CHECKED. THE BEDS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. City Clerk: Print Name l < Witness ^JA^L, Print Name Witness:Tita*L i LJc "Print IMatnp *Print Name Signature City ofSouth Miami (RFP -UPW-2015-21-0-2015) r Fabrication &Installation Submitted by: Canyon Construction,Inc. 6538 Collins Ave #172 Miami Beach,FL 33141 08/14/2015 Hi TABLE OF CONTENT Solicitation Submission Check List 1.Indemnification and Insurance Documents EXHIBIT 2 2.Bid Form EXHIBIT 4 3.Respondents CostandTechnical Proposal,EXHIBIT 5 4.Signed Contract Documents (All -including General Conditions and Supplementary Conditions if attached) EXHIBIT6:7&8 5.Performance and Payment Bonds(Asa Condition Award.Not required with Submittal.)EXHIBIT 9 &10 6.Respondents Qualification Statement 7.List of ProposedSubcontractorsandPrincipalSuppliers 8.Non-Collusion Affidavit 9.Public Entity Crimes and Conflicts of Interest 10.DrugFreeWorkplace 11.Acknowledgement of Confonnance with OSHA Standards 12.Affidavit Concerning Federal&State Vendor Listings 13.RelatedPartyTransactionVerificationForm 14.PresentationTeamDeclaration/Affidavit of Representation Indemnification andInsuranceDocuments EXHIBIT 2 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DBIYYYY) 08/11/15 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLOER,THIS CERTIFICATE DOESNOTAFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND ORALTERTHE COVERAGE AFFORDED BYTHE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If thecertificate holder Isan ADDITIONAL INSURED,the poflcy(tee)must beendorsed.If SUBROGATION ISWAIVED,subject to the termsandconditionsofthepolicy,certainpoliciesmayrequirean endorsement Astatementon this certificatedoesnotconferrightstothe certificate holder In lieu of such endorsement^).____ PRODUCER R O SCHInsuranceGroupInc. 10300 Sunset Drive,#355 Miami,FL 33173 Phone (305)592-3004 INSURED Canyon Construction,Inc 6767 Coffins Ave.#606 Miami Beach,FL 33141- Fax (305)397-2814 CONTACT NAME:Ruben Romeu PHONE AQQR££Sj_ PRODUCER CUSTOMER ID #: (305)592-3004- ruben@roschinsurance.com INSURERS AFFORDING COVERAGE IFAX % insurer A:International Insurance Co.of Hanover insurer b:Progressive Commercial insurer c:United Specialty Insurance Co. insurer p:Star Insurance INSURER E: NAIC# 11573 10193 12537 18023 INSURER F: COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: THIS IS TO CERTIFY THATTHEPOLICIESOF INSURANCE LISTED BELOWHAVE BEENISSUEDTOTHEINSURE0 NAMED ABOVEFORTHE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERMOR CONDITION OF ANY CONTRACT OROTHER DOCUMENT WITH RESPECTTOWHICHTHIS CERTIFICATE MAY BEISSUEDORMAYPERTAIN.THE WSURANCE AFFORDEDBYTHEPOLICIESDESCRIBEDHEREINIS SUBJECT TOALLTHETERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICES.LIMITS SHOWN MAYHAVEBEENREDUCEDBYPAIDCLAIMS. TOSH- LTR TYPE OF INSURANCE ADOL IN3R SUBF POLICY NUMBER ^OUCYEFF (MM/DD/YYYYA POOCTEXP (MM/DD/YYYYl LIMITS A GENERAL LIABILITY 0 COMMERCIAL GENERAL LIABILITY ••CLAIMS-MADE g)OCCUR n n y y IG06A003220-02 04/01/2015 04/01/2016 EACH OCCURRENCE $1,000,000 DAMAGETORENTED PREMISES fEa occurrence)$100,000 MEDEXP(Any one person)$5,000 PERSONAL &AOV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEML AGGREGATE LIMIT APPLIES PER: •POLICY 0 Jggf •LOC PRODUCTS -COMPA>P AGG $2,000.000 $ B AUTOMOBILE LIABILITY •ANY AUTO •ALL OWNED AUTOS 0 SCHEDULED AUTOS E HIRED AUTOS E NON-OWNED AUTOS D y 07684680-3 10/25/2014 10/25/2015 COMBINED SINGLE LIMIT (Ea accident)$1,000,000 BODILYINJURY(Perperson)% BODILYINJURY(Peraccident]$ PROPERTY DAMAGE (Per accident)$ $ $ C Q UMBRELLAUAB Q OCCUR gj EXCESS UAB nClAJMS-MADE ECS94731-5 04/01/2015 04/01/2016 EACH OCCURRENCE $1,000,000 AGGREGATE $1,000,000 •DEDUCTIBLE G RETENTION % $ $ D WORKERS COMPENSATION ANDEMPLOYERS'LIABILITY y .. ANY PROPTOETOR/PARTNER/EXECUTTVEI OFFICER/MEMBER EXCLUDED? (Mandatory InNH) If yes.describe under DESCRIPTION OF OPERATIONS below N/A y WC 0667081 03 05/10/2015 05/10/2016 r-i WC STATU-r-|OTH-1 1TORY t IMITS 1 1FR E.L EACH ACCIDENT $500,000 E.L OISEASE -EA EMPLOYE $500,000 E.L.DISEASE -POLICY LIMIT $500.000 DESCRIPTION OFOPERATIONS /LOCATIONS /VEHICLES (Attach ACORD101,Additional Remarks Schedule,ifmorespaceIs required) Commercial General Contractor Certificateholderislistedasadditionalinsuredastheir interests mayappear. CERTIFICATE HOLDER CANCELLATION Cityof South Miami 6130 Sunset Drive South Miami,Fl.33143 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THEEXPIRATIONDATE THEREOF,NOTICE WILL BEDELIVEREDIN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2009/09)QF ©1988-2009 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD EXHIBIT 2 Insurance &Indemnification Requirements 1.01 Insurance A.Without limiting its liability,the contractor,consultant or consulting firm (hereinafter referred to as "FIRM"with regard to Insurance and Indemnification requirements)shall be required to procure and maintain atitsownexpense during the life ofthe Contract,insurance ofthetypes and inthe minimum amountsstatedbelowas will protectthe FIRM,from claims which may arise outoforresultfromthe contract orthe performance ofthe contract with the City of South Miami,whether such claim is against the FIRM or any sub-contractor,or by anyone directly or indirectly employed by any of them orby anyoneforwhoseactsanyofthemmaybe liable. B.No insurance required bythe CITY shall be issued or written bya surplus lines carrier unless authorized inwritingbytheCITYandsuchauthorization shall beatthe CITY's soleandabsolutediscretion.The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida,on forms approved bythe State of Florida,as will protect the FIRM,ata minimum,from all claims as set forth below which may arise outofor result from the FIRM's operations under the Contract and for which the FIRM may be legally liable,whether such operations beby the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any ofthem,orby anyone for whose acts any of them may be liable:(a)claims under workers' compensation,disability benefit and other similar employee benefit acts which are applicable totheWork tobe performed;(b)claims for damages because of bodily injury,occupational sickness or disease,or death ofthe FIRM's employees;(c)claims for damages because of bodily injury,sickness or disease,or death of any person other than the FIRM's employees;(d)claims for damages insured by usual personal injury liability coverage;(e)claims for damages,other than to the Work itself,because of injury toor destruction of tangible property,including loss of use resulting there from;(f)claims for damages because of bodily injury,death ofa person or property damage arising outof ownership,maintenance or use ofa motor vehicle;(g)claims for bodily injury or property damage arising outof completed operations;and (h)claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract. 1°2 Firm's Insurance Generally.The FIRM shall provide and maintain in force and effect until all theWorkto be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter),the insurance coverage written on Florida approved forms and as set forth below: 1°3 Workers'Compensation Insurance at the statutory amount as to all employees in compliance with the "Workers'Compensation Law"ofthe State of Florida including Chapter 440,Florida Statutes,as presently written or hereafter amended,and all applicable federal laws.In addition,the policy (ies)must include:Employers'Liability at the statutory coverage amount.The FIRM shall further insure that all of its Subcontractors maintain appropriate levelsof Worker's Compensation Insurance. 1°4 Commercial Comprehensive General Liability insurance with broad form endorsement,as well as automobile liability,completed operations and products liability,contractual liability,severability of interest with cross liability provision,and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate,including: •Personal Injury:$1,000,000; •Medical Insurance:$5,000per person; •Property Damage:$500,000 eachoccurrence; 1°5 Umbrella Commercial Comprehensive General Liability insurance shall be written on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and $2,000,000 Annual Aggregate.Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy,without restrictive endorsements,as filed by the Insurance Services Office,and must include: (a)Premises andOperation (b)Independent Contractors (c)Products and/or Completed Operations Hazard (d)Explosion,Collapse and Underground Hazard Coverage 85 (e)Broad Form Property Damage (f)Broad Form Contractual Coverage applicable to this specific Contract,including any hold harmless and/or indemnification agreement. (g)Personal Injury Coverage with Employee and Contractual Exclusions removed,with minimum limits of I oa r •cA°veraSeJ^f1 to those required for Bodily Injury Liability and Property Damage Liability.1rj .Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00)plus anadditionalOneMillionDollar($1.000,000.00)umbrella per occurrence combined single limit for Bodily Injury tt ittrl LJaAi,Jty-UmbreHa C°Verage mUSt be afforded on aform "°™r*^strictive LithelatesteditionoftheBusinessAutomobileLiabilitypolicy,without restrictive endorsements,as filed by with the state of Florida,and must include:7 (a)Owned Vehicles. (b)Hiredand Non-Owned Vehicles (c)Employers'Non-Ownership 1.07 SUBCONTRACTS:The FIRM agrees that if any part of the Work under the Contract is sublet,the subcontract shall contain the same insurance provision as set forth in section 5.1 above and 5.4 below and substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where applicable. 108 Fire and Extended Coverage Insurance (Builders'Riski.IF APPLICARL F- A.In the event that this contract involves the construction ofastructure,the CONTRACTOR shall maintain,with an Insurance Company or Insurance Companies acceptable to the CITY,"Broad"form/All Risk Insurance on buildings and structures,including Vandalism &Malicious Mischief coverage,while in the course of construction,including foundations,additions,attachments and all permanent fixtures belonging to and constituting a part of said buildings or structures.The policy or policies shall also cover nrachinery,if the cost of machinery is included in the Contract,or if the machinery is located in abuilding that is being renovated by reason of this contract.The amount of insurance must,at all times,be at least equal to the replacement and actual cash value of the insured property.The policy shall be in the name of the CITY and the CONTRACTOR,as their interest may appear,and shall also cover the interests ofall Subcontractors performing Work. B.All of the provisions set forth in Section 5.4 herein below shall apply to this coverage unless it would be clearly not applicable. 1.09 Miscellaneous: A.If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period ofthis contract,the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation,change,or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverageduring the life of thisContract. B.All deductibles must be declared by the FIRM and must be approved by the CITY.At the option of the CITY,either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond,in a form satisfactory tothe CITY covering the same. C.The policies shall contain waiver of subrogation against CITY where applicable,shall expressly provide that such policy or policies are primary over any other collectible insurance that CITY may have.The CITY reserves the right at any time to request acopy of the required policies for review.All policies shall contain a"severability of interest"or "cross liability"clause without obligation for premium payment of the CITY as well as contractual liability provision covering the Contractors duty to indemnify theCityas provided inthis Agreement. D.Before starting the Work,the FIRM shall deliver tothe CITY and CONSULTANT certificates of such insurance,acceptable to the CITY,as well as the insurance binder,if one is issued,the insurance policy, including the declaration page and all applicable endorsements and provide the name,address and telephone number ofthe insurance agent or broker through whom the policy was obtained.The insurer shall be rated A.VII or better per A.M.Best's Key Rating Guide,latest edition and authorized to issue insurance in the State of Florida.All insurance policies must be written on forms approved by the State of Florida and they must remain in full force and effect for the duration ofthe contract period with the CITY.The FIRM may be required by the CITY,at its sole discretion,to provide a"certified copy"of the Policy (as defined in Article I of this document)which shall include the declaration page and all required endorsements.In addition,the FIRM shall deliver,at the time of delivery ofthe insurance certificate,the following endorsements: (I)a policy provision or an endorsement with substantially similar provisions as follows: 86 "The City of South Miami is an additional insured.The insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of 'bodily injury",'property damage*,or "personal and advertising injury"and it will provide to the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverageA and coverage B"; (2)a policy provision or an endorsement with substantially similar provisions as follows: "This policy shall not be cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving the City of South Miami ten (10)days advanced written notice ofthe intent to materially modify the policy orto cancel or terminate the policy for any reason.The notification shall be delivered tothe City by certified mail,with proofofdeliverytotheCity." E.If the FIRM is providing professional services,such as would be provided by an architect,engineer, attorney,or accountant,to name a few,then in such event and in addition tothe above requirements, the FIRM shall also provide Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 with deductible per claim if any,not to exceed 5%ofthe limit of liability providing for all sums which the FIRM shall become legally obligated to pay as damages for claims arising outof the services or work performed by the FIRM its agents,representatives,Sub Contractors or assigns,or by any person employed or retained by him in connection with this Agreement.This insurance shall be maintained for four years after completion ofthe construction and acceptance of any Project covered by this Agreement.However,the FIRM may purchase Specific Project Professional Liability Insurance,in the amount and under the terms specified above,which is also acceptable.No insurance shall be issued by a surplus lines carrier unless authorized in writing by the city at the city's sole,absolute and unfettered discretion. Indemnification Requirement A.The Contractor accepts and voluntarily incurs all risks of any injuries,damages,or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Contractor or anyone acting through oron behalf ofthe Contractor. B.The Contractor shall indemnify,defend,save and hold CITY,its officers,affiliates,employees, successors and assigns,harmless from any and all damages,claims,liability,losses,claims,demands,suits,fines, judgments or cost and expenses,including reasonable attorney's fees,paralegal fees and investigative costs incidental there to and incurred prior to,during or following any litigation,mediation,arbitration and at all appellate levels,which may be suffered by,or accrued against,charged to or recoverable from the City of South Miami,its officers,affiliates,employees,successors and assigns,by reason of any causes of actions or claim of any kind or nature,including claims for injury to,or death of any person or persons and for the loss or damage to any property arising out ofa negligent error,omission,misconduct,or any gross negligence,intentional act or harmful conduct of the Contractor,its contractor/subcontractor or any of their officers,directors,agents,representatives employees,or assigns,or anyone acting through or on behalf of any of them,arising out of this Agreement, incident to it,or resulting from the performance or non-performance ofthe Contractor's obligations under this AGREEMENT. C.The Contractor shall pay all claims,losses and expenses ofany kind or nature whatsoever in connection therewith,including the expense or loss of the CITY and/or its affected officers,affiliates,employees successors and assigns,including their attorney's fees,in the defense of any action in law or equity brought against them and arising from the negligent error,omission,or act of the Contractor,its Sub-Contractor or any of their agents,representatives,employees,or assigns,and/or arising out of,or incident to,this Agreement,or incident to or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT D.The Contractor agrees and recognizes that neither the CITY nor its officers,affiliates,employees, successors and assigns shall be held liable or responsible for any claims,including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the Contractor,its contractor/subcontractor or any of their agents,representatives,employees,or assigns,or anyone acting through or on behalf ofthe them,and arising out of or concerning the work or event that is occurring on the CITY's property.In reviewing,approving or rejecting any submissions or acts of the Contractor,CITY in no way assumes or shares responsibility or liability for the acts or omissions of the Contractor,its contractor/subcontractor or any oftheir agents,representatives,employees,or assigns,or anyone acting through or on behalf of them 87 E.The Contractor has the duty to provide adefense with an attorney or law firm approved by the City of South Miami,which approval will not be unreasonably withheld. F.However,as to design professional contracts,and pursuant to Section 725.08 (I),Florida Statutes none of the provisions set forth herein above that are in conflict with this subparagraph shall apply and this subparagraph shall set forth the sole responsibility of the design professional concerning indemnification Thus the design professional's obligations as to the City and its agencies,as well as to its officers and employees,is to indemnify and hold them harmless from liabilities,damages,losses,and costs,including,but not limited to, reasonable attorneys'fees,to the extent caused by the negligence,recklessness,or intentionally wrongful* conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract. END OF SECTION 88 Bid Form EXHIBIT 4 Addendum No. EXHIBIT 4 mi &Installation RFP#PW-20I5-2I CONSTRUCTION BID FORM THIS PROPOSAL IS SUBMITTED TO: Steven Alexander City Manager CityofSouth Miami 6130 Sunset Drive South Miami,FL 33143 1.If this Proposal is accepted,the undersigned Respondent agrees to enter Into a Contraa with the City of South Miami inthe form included in this Solicitation Package andto perform and furnish all workas specified or indicated inthis Solicitation,including asset forth in Exhibit I (Scope of Services)forthe ProposedPriceas set forth below,withinthe Contraa Timeandinaccordancewiththe other terms and conditionsofthe Solicitation Package. X Respondent accepts all oftheterms and conditions ofthe Solicitation and Instructions to Respondents, including without limitation those dealing with the disposition ofProposal/Bid Bond,if required.This Proposal will remain subject to acceptance for 180 calendar days afterthedayofthe Proposal Opening. The Respondent,by signing and submitting this proposal,agreesto all ofthetermsand conditions ofthe formof contraa thatisapartofthe Solicitation package with appropriate changes toconformto the information contained in this Bid Form.Respondent agrees to sign and submit the Bonds,if required by this Solicitation,required insurance documents,andother documents required bythe Solicitation, including die Contraa if not already submitted,within ten (10)calendar days afterthedateoftheCity's Notice of Award. 3.In submitting this Proposal,Respondentrepresentsthat: a.Respondent has examined copiesof all the Solicitation Documentsandofthe following Addenda,if any (receiptof all whichishereby acknowledged.) Uopfr Dated:uj& b.Respondenthas familiarized himself with the natureandextentofthe Contraa Dooiments,theproposed work,site,locality;andalllocal conditions andlaws and regulations thatinanymannermayaffect cost, progress,performance or furnishing ofthe Work c Subsurface conditions:Ifapplicable to this Solicitation,the Respondent represents that I Respondent has studied carefully all reportsand drawings,if applicable,of subsurface conditions and drawings of physical conditions, ii.Respondent has obtained and carefully studied(or assumes responsibility for obtaining and carefully studying)all such examinations,investigations,explorations,testsand studies in addition to or to supplement those referred toin this paragraph which pertain to the subsurface or physical conditions atthe site orotherwise may affect the cost,progress,performance,orthe furnishing oftheWorkat the Contraa Price,within the Contraa Timeand In accordance with the other terms and conditions ofthe Contraa Documents.The Respondent hereby acknowledges thatno additional examinations, investigations,explorations,tests,reports or similar Information or data are,or will,be required by Respondent forany reason in connection withthe Proposal.The failure ofthe Respondent torequest a pre-bid marking ofthe construction siteby any or all Utility companies shall create an Irrefutable presumption thatthe Respondent's bid,or proposal price,has taken into consideration alt possible underground conditions and Respondent,if awarded the contract,shall not be entitled toa change order foranysuch condition discovered thereafter, ill Respondent hascorrelatedtheresultsof all such observations,examinations,investigations, explorations,tests,report^and studies withthetermsand conditions ofthe Contraa Documents. 63 iv.Respondenthasreviewedandchecked all information anddatashownor indicated inthe Solicitation Package orinthe Contraa Documentswith respea toexisting Underground Facilities orconditions ator contiguous tothe site and assumes responsibility forthe accurate location of all Underground Facilities and conditionsthatmayaffeathe Work.No additional examinations,investigations, explorations,tests,reportsor similar Information or data in respea toany Underground Facilities or conditions are,or will be,required by Respondent In orderto perform and furnish theWorkatthe Contraa Price,within the Contraa Time andin accordance with the other terms and conditions of the Contraa Documentsunlessthe Proposal specifically statesthatthe contraa priceis subjea to adjustmentforfuturediscovery of underground facilities and/or conditionsthat affea thecost of the Work andunlesstherespondentmakesawrittenrequest to theCityfor additional Information prior to submittingthe bidor proposal as required insubsection li above, .Respondenthasgiven the Citywrittennotice of all conflicts,errorsor discrepancies thatithas discoveredin the Contraa Documentsand,ifany conflicts,errors or discrepancies havebeenfound andnotice given,theRespondentrepresents,by submitting its proposal to die City,thatthe Respondent has received sufficient notice ofthe resolution thereof from the City,that such resolution is acceptable toRespondentandthattheRespondent waives anyclaim regarding the conflicts,errors or e.This Proposal is genuine andnotmadeintheinterestoforonbehalfofany undisclosed person,firm or corporationandis not submitted pursuant toanyagreementorrules of any group,association, organization,or corporation:Respondent has not directly or indirectly induced or solicited any other Respondent to submitafalseorsham Proposal;Respondenthas not solicitedorinducedany person, firm orcorporation to refrain from responding;andRespondenthas not soughtby collusion or otherwisetoobtainforitselfany advantage overanyotherRespondentor over the CITY. 4.Respondent understands and agrees thatthe Contraa Price Is theamountthat it needsto furnish and install all ofthe Work completeandin place.The Schedule of Values,if required,is provided forthe purpose of Proposal Evaluation andwhen initiated bythe CITY,It shall formthe basis for calculating the pricing of change orders.TheContraa Price shall notbe adjusted inanywaysoastoresultIn a deviation fromtheSchedule ofValues,excepttotheextentthat the CITY changes the Scopeofthe Work after die Contraa DataAssuch,theRespondent shall furnish all labor,materials,equipment, tools,superintendenceandservicesnecessarytoprovidea complete,in place,Projea forthe Proposal Price.If this Solicitation requires thecompletionofaCostand Technical Proposal,asmaybesetforthin inanexhibittothis Solicitation,such proposal must be attached to this Bid Form andwill take the place of the Lump Sum Price,otherwise,the Contract Price for the completed work is as follows: LUMPSUM BASE PRICE:ATTACH EXHIBIT5.Respondents Cost and Technical Proposal Alternates:#1 ^11^5'^"''#2 2J Afeebreakdown for eachtask included inthelump $wm con$rac$price,if applicable,mustbeprovided Failure to providethisInformation shall rendertheproposalnon-responsive. 5.The ENTIRE WORK shall be completed,in foil,within 120 calendar daysfromthecommencement datesetford)intheNOTICETO PROCEED.Failure tocompletethe em3kre work during the described timeperiod shall resultinthe assessment of liquidated damages asmaybesetforthintheContract 6.(nsert die following information for future communication withyou concerning this Proposal: RESPONDENT:&toflJ %H&g^1»qi,^C-mmCOmXOAJLAddressteS^to^V^rW^^M^ft^^r^l S^T Telephone:aoS--lto*,-a&fo<* *«*«*L 3gfr-ifrS-gfliLa. ContactPerson Eo6&UALO& 64 8. 9. The terms used in this Proposal which are defined in theContraa shall have the same meaning as is assigned to them intheContraa Documents,unless specifically defined in this Solicitation Package. Ifa cost&technical proposal is required bythe Solidtotion,Respondent hereby certifies that all ofthe facts and responses tothe questions posed inthe cost&technicalproposal,ifsuch an exhibit Is made apartofthe Solicitation,aretrue and correct and are hereby adopted aspartof this BidForm,andare madeapartofthis proposal,byreference. By submitting this proposal,I,on behalf ofthe business that i represent,hereby agreetothetermsofthe form ofcontraa contained in the Solicitation package and I agree tobe bound by those terms,with any appropriate blank boxes,if any,checked and any blank lines filled in with the appropriate information contained inthe Solicitation Documents and this Proposal,or such information thatthe City and I have agreed upon in the course ofcontraa 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 that I have authority to bid that entity andthat ai!oftheinformationandrepresentations contained hereinaretrueand correa tothebestof myinformationand belief. SUBMITTED THIS 15*DAY OF A&&20 15 PROPOSAL SUBMITTED BY: Company Names ofPerson Msthoyfted to Submit Proposal Signature Title ao5--fo3-g>g>6q Telephone Number Fax Number , Email Address END OF SECTION 65 p onne Respondents Costand Technical Proposal EXHIBIT 5 EXHIBIT 5 RESPONDENTS COJ5T &TECHNICAL PROPOSAL RFP#PW-20I5-2I Respondents shall quote each area separately;Area I &Area 2,in accordance with the Scope of Services,EXHIBIT I,Attachment A,B&C.The City,at its discretion,may award one Areatoa single contractor or,bothAreastoa single contractor. LUMP SUM BASE PRICE FOR EACH AREA IS IN ACCORDANCE WITH EXHIBIT I "SCOPE OF SERVICES;ATTACHMENT A,B,&6 AREA I AREA 2 Respondent affirms their submittal reflects die specifications forthe Bus Bench and Trash Receptacle in accordance with EXHIBIT I,Attachment C,"Specifications,*'as prepared by Wabash Valley Manufacturing. If an approved equalis submitted,Respondent must acknowledge an approved equalis submitted,withcorrespondingspecificationsandplansincludedaspartof Respondents proposal: APPROVED EQUALSUBMiffED.check one:Yes: Submit Plans and Specifications ofApproved Equal. SUBMITTED THIS \4*"DAY OF Ao<±0$rT ./No: 20 l£ PROPOSAL SUBMITTED BY: Company of Fer^nmuthqrQed to Submit Proposal Sos--?va-aafccy TelephoneNumber Fax Number Signature Email Address TO END OF SECTION 66 (If YES Checked, Signed Contract Documents (All -including General Conditions and Supplementary Conditions ifattached) EXHIBIT6;7&8 EXHIBIT 6 CONSTRUCTION CONTRACT Bus Shelter Fabrication &Installation RFP#PW-20I5-2I THIS CONTRACT was made and entered into on this /Q day of ^^Y^T^j*.20/5t by and between (jAnu^Qj?Trt4yu£s(io^JuVkl.(hereafter referred to as "Contractor"),and thefcity of South Miami (hereafter referred toas "Owner"),through its City Manager (hereafter referred to as "City"). WITNESETH: That,the Contractor,for the consideration hereinafter fully set out,hereby agrees with the Owner asfollows: 1.The Contractor shallfurnishalllabor,materials,equipment,machinery,tools,apparatus,transportation andany other items necessary to perform allof the work shownonand described in the Contract Documents andshalldoeverything required bythis Contract and the other Contract Documents hereinafter referred to as the Work. 2.The Contract Documents shallincludethis Contract,General Conditions to the Contract,ifany,the drawings,plans,specificationsand project manual,ifany,any supplementary or special conditions,other documents referring to this contract andsignedby the parties,the solicitation documents ("hereinafter referred to as"Bid Documents")andany documents to which those documents refer which are usedby the Owner aswellasany attachments or exhibits that aremadea part ofany of the documents described herein. 3.The Contractor shall commence the Work to be performed under this Contract onadatetobespecified ina Notice to Proceed andshall complete all Work hereunder within the lengthoftime set forth in the Contract Documents. 4.The Owner herebyagrees to paytothe Contractor forthe faithful performance ofthis Contract,subject to additionsand deductions asprovidedin the Contract Documents andany properly approved,written change orders,inlawfulmoneyof the United States,the amount of:(Speii Dollar Amount hereiiDtg UxxvAt^A rvfUj-Jujo -Husu^a^^hu»&u Dollars ($WZ/5/&.00 g%),Lump Sum ("Contract Price").*e«j-si;i 5.The expenses ofperforming Work afterregularworkinghours,andonSundayand legal holidaysshallbe includedinthe Contract Price.TheCitymaydemand,atanypointintime,that any part,orall,ofthe Work beperformedafterregular working hours.In suchevent,theRespondent shall have norightto additional compensationforsuchwork.However,nothing containedhereinshall authorize workondays andduringhoursthatare otherwise prohibitedbyordinanceunless specifically authorized orinstructedin writingby the City. 6.IftheWorkisexpectedtorequiremorethanonemonth,theOwner shall makemonthly partial payments to the Contractor onthebasisofadulycertifiedandapprovedscheduleofvaluesforthe Work performed duringeachcalendarmonthbythe Contractor,lesstheretainage (all asprovidedforinthe Contract Documents),which istobewithheldbytheOwner until completionandacceptanceofthecomplete project in accordance with this Contract and the other Contract Documents anduntil such Work has been accepted by the City. 7.Uponsubmissionbythe Contractor ofevidencesatisfactorytothe Owner that alllabor,material,and other costsincurredbytheContractorin connection withtheconstructionoftheWork have been paid in full,andafter compliance withthetermsforpaymentprovidedforinthe Contract Documents,final payment onaccountofthisContract shall be made within sixty (60)calendar days afterthe completion by the Contractor of all Work coveredbythisContractandthe acceptance ofsuchWorkbytheOwner. 8.The Work shallbe completed in 120 calendar days.Intheeventthat the Contractor shall fail to complete the Work within the timelimitstipulatedin the Contract Documents,or the extended timelimit agreedupon,inaccordancewiththeprocedureasmore particularly set forthinthe Contract Documents, liquidated damages shall be paid bytheContractorat the rateof $1.000,00 dollarsper day,plusany moniespaidbythe Owner totheConsultant,if any,for additional engineeringandinspectionservices,if any,associated withsuchdelay. 67 9.It is further mutually agreed between the parties hereto that If a Payment and/or Performance Bond ("Bond")Is requiredand if,atanytimeaftertheexecutionofthis Contraa andtheBondforits feithful performance and payment,the City shall deem theSuretyor Sureties upon such bond(s)tobe unsatisfaaory.or if,foranyreason such bond ceases tobe adequate tocoverthe performance ofthe Workor payment to subcontractors and suppliers,the Contraaor shall,atits expense witMn five (5) business days afterthereceiptofnotice from theCitysotodo.furnish an additional bondorbondsin such form and amount and with such Surety or Sureties as shall be satisfactory tothe City.In such event, nofurther payment to the Contractor shall bedeemed to bedueunderthis Contraa untilsuchnewor additional security forthe faithful performance oftheWorkis furnished In the manner and In theform satisfactory to theCity. 10.No additional Workorextras shall bedone unless the same is duly authorized in writing,and in advance of the work,byappropriateactionbytheCity and in accordance withthe Contraa Documents. 11.Thedatethatthis contract was "made andentered into11 andits effective date is:thedatethatthe contraa is the signed bytheCityor.ifthecontraa is required tobe approved by resolution ofthe City Commission,then the Effective Date isthedateofthe resolution approving theContraa whichever isthe later date. IN WITNESS WHEREOF,the parties hereto have executed this Contract onthe day and dateset forth nexttotheir name below and may be signed inoneor more counterparts/each of which shall,without proofor accounting fortheothercounterpart,be deemed an original Contract ATTESTEI Signatui City Clerk Read and Approved^fcfo Form,I Legality.atyff^etjtfon Thereof: CONTRACTOR: Signature: Print Signatory's Name:. Titleof Signatory: OWNER: Signature: 68 iOUf me,* Sjeven Alexander CityManager EXHIBIT 7 CONSTRUCTION CONTRACT GENERAL CONDITIONS Bus Shelter Fabrication &Installation RFP#PW-20I5-2I ARTICLE I -DEFINITIONS Whenever usedin these General Conditions or in the other Contraa Documents,the following terms shallhave the meaning indicated.These definitions shall always apply whenthe sertion ofthe Contraa specifically refersto thisArticleforthepurposeofinterpretingawordorgroupofwordsinthatsectionofthe Contraa Document However,when the seaion of the Contract,where the word to be defined isused,does not specifically refers to thisArticle to definethewordorgroupofwords,the definitions containedinthisArticleshallnot apply unless thewordorgroupofwords,in the context ofitortheiruseinthe Contraa Documentinquestion,is/are ambiguousandopenfor interpretation.Inaddition,these definitionsshallalso not apply to interpret terms ina specific provisionofa Contraa Document ifthat specific provisioncontainsa definition of these terms: Addenda:Written or graphic documents issuedpriortothe Bid Openingwhich modify or interpret the Contraa Documents,DrawingsandSpecifications,byaddition,deletions,clarifications or correaion. Application for Payment:Aformapprovedbythe CONSULTANT,ifany,ortheCity Manager whichis to beused by the CONTRACTOR in requesting progress payments. Bid:Theoffer or proposaloftheBiddersubmittedon the prescribedformsettingforth the pricesand other terms for the Work to be performed. Bidder:Any person,firm or corporation submittinga response to the Owner's solicitationforproposals or bids for Work. Bid Documents:Thesolicitationforbids or proposalsandall documents that makeup the solicitationincluding the instructions,form of documents and affidavits. Bonds:Bidbond,performance andpaymentbondsand other instruments ofsecurity,furnished by the CONTRACTOR andits surety in accordance with the Contraa Documents andin accordance with the lawsof the State of Florida. Change Order:A written order to the CONTRACTOR signedbytheCityManagerauthorizinganaddition, deletion or revisionin the Work,or an adjustment in the Contract Price or the Contraa Timeissued after execution of the Contract Work Order Proposals:Written proposals from the CONTRACTOR in response to orders or request for work basedon the Scopeof the Work provided bytheCity to the CONTRACTOR.The proposal includeslineitem pricing,where there aremultiplelocations,andthetimeframeforcompleting the work. CITY:TheCityManagerfor the CityofSouth Miami,6130 SunsetDrive,South Miami,FL 33143,unless the context whereinthe word isusedshouldmore appropriately mean the CityofSouth Miami. Construaion Observer:An authorized representative oftheCONSULTANT,ifany,or otherwise a representative of the Cityassigned to observe the Work performed andmaterialsfurnishedby the CONTRACTOR.The CONTRACTOR shallbenotifiedinwritingoftheidentityofthisrepresentative. Contraa Documents:The Contraa Documents shall include the Contraa between the Owner and the Contraaor,other documents listed in the Contraa and modifications issued after execution of the Contraa as wellasallBid Documents including but not limited to the solicitation for Bid,CONTRACTOR'S Bid,the Bonds, Insurance endorsements,InsuranceCertificatesandpolicies,theNoticeofAward,the Notice to Proceed,the GeneralConditions,Special Conditions,ifany,anySupplementaryConditions,the Technical Specifications, Drawings,including anyincorporated specifications,addendatothe drawings issuedpriortoexecutionofthe Contract,ChangeOrders,Construaion Change Direaivesandanywritten order foraminor change inthe Work,and written modifications to anyof the Contraa Documents. Contraa Price:Thetotalmoneyspayable to the CONTRACTOR pursuant tothe terms of the Contraa Documents. Contraa Time:Thenumberofcalendardaysstatedinthe Contraa forthecompletionofthe Work. Contraaing Officer:The individual whoisauthorizedto sign the contraa documentsonbehalfoftheOWNER. CONTRACTOR:The person,firm or corporation withwhomthe OWNER has executed the Contract 69 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. Day:A period of twenty-four hours measured from the beginning ofthe day at 12:01 a.m.and it shall be presumed tobea calendar day unless specifically designated asa business day. Days:The number of twenty-four (24)hour periods following theeventto which theword "days"refers commencing at 12:01 a.m.atthestartofthenext day.Therefore,in computing any period oftime prescribed or allowed bythe Contract Documents,the day ofthe act,event or default from which the designated period of time begins to run shall notbe included.The last day ofthe period so computed shall be included unless itisa Saturday,Sunday or legal holiday,in which event the period shall run until the end ofthenext business day that is nota Saturday,Sunday or legal holiday. Defeaive Work:Work thatis unsatisfaaory,faulty,or deficient inthatitdoesnotconformtotheContract Documents,or does notmeetthe requirements of any applicable inspeaion,reference standard,test,or approval referredtointhe Contraa Documents,or has been damaged prior tothe CONSULTANT'S recommendation of final payment (unless responsibility fortheproteaionthereof has been delegated tothe Owner);substitutions that arenot properly approved and authorized,any deficiency intheWork,materials and equipment;materials and equipment furnished underthe Contraa thatarenotgood quality andnew unless otherwise required or permitted by the Contraa Documents. Drawings:The drawings which showthecharaaer and Scope oftheWorktobe performed and which have been prepared or approved bythe CONSULTANT,orif none,thenby an architeaor engineer hired bytheCity and are referred to in the Contract Documents. Field Order:Awrittenorder issued bythe CONSULTANT which clarifies or interprets theContraa Documents in accordance with Paragraph 9.3orordersminor changes inthe Work in accordance with paragraph 10.2. Modification:(a)Awrittenamendmentofthe Contraa Documents signed byboth parties,(b)a Change Order signed byboth parties,(c)awritten clarification or interpretation ifissuedbythe CONSULTANT in accordance with paragraph 9.3or(d)awrittenorderforminor change or alteration inthe Work issuedbythe CONSULTANT pursuant to Paragraph 10.2.A modification mayonlybe issued afterexecutionoftheContract,it mustbeinwritingandsignedbytheparty against whomthe modification issoughttobeenforced. Non-conforming Work means work that does not conform to the Contraa Documents andincludes work that is unsatisfaaory,faulty,ordeficientorthatdoesnot meet therequirementsofany applicable inspeaion,reference standard,test,orthatdoes not meet any approval requiredby,orreferred to in,the Contraa Documents,or workthathasbeen damaged priortoCONSULTANTS recommendation of final payment (unless responsibility for the proteaion thereof hasbeenassumedinwritingbyCITY). NoticeofAward:The written noticebyCITY to theapparentsuccessfulBidderstatingthatuponcompliancewith the conditions precedent to be fulfilled byitwithinthetimespecified,CITYwill execute anddeliver the Contraa to him. Notice to Proceed:A written noticegivenbyCITY to CONTRACTOR (withcopy to CONSULTANT)fixingthe dateonwhichthe Contraa Time shall commence to runandonwhich CONTRACTOR shall starttoperformits obligations under the Contraa Documents. Person:An individual or legal entity. Project:Theentire construaion operationbeingperformedasdelineatedinthe Contraa Documents. Policy:The term "policy"as used in the Contraa Documents shallmean the insurancebinder,ifitisissued,the declarationpage of the policyand the bodyof the policy,including all endorsements. RFP:Request forProposal. Scope of Services..Thisphraserefers to the scope of the services or work to be performed andithas the same meaningasScope of the Work unless the context inwhich the phaseisusedclearlymeans otherwise. Shop Drawings:Alldrawings,diagrams,illustrations,brochures,schedules and other datawhicharepreparedby the CONTRACTOR,a Subcontraaor,manufacturer,supplier,ordistributor,andwhichillustratetheequipment, materialorsomeportionof the work andasrequiredbythe Contraa Documents. Samples:Physical exampleswhichillustrate materials,equipmentorworkmanshipandestablishstandardsbywhich the Work willbejudged. Specifications:Those portions of the Contraa Documents consistingof written technicaldescriptions of materials,equipment,construaion systems,standardsand workmanship asapplied to the Work. Subcontraaor An individual,firmorcorporation having a direa contraa with CONTRACTOR orwithany other Subcontraaor for the performance ofapart of the Work at the construaion site. Substantial Completion:Thedate,ascertifiedby the CONSULTANT,whenthe construaion ofthe Projea ora certified part thereof issufficientlycompleted,inaccordancewith the Contraa Documents,sothat the Project,or asubstantial part,canbeutilizedforthepurposesforwhichitwasintended without restriaion orlimitationto 70 any degree,other than for the repair of minor "punchlist"items;or if there benosuch certification,the date when final payment is due in accordance with paragraph 14.9.However,inno event shall the project or portion thereof,be deemed to besubstantially completed untilacertificateofoccupancy or certificateofuseis lawfully issuedby the applicable governmental agency.AcertificateofSubstantial Completion,issuedby the CONSULTANT,shallbenullandvoidifitisbasedon false,misleading or inaccurateinformation,fromanysource, or when it would not have been issue but for the consideration of Work that is thereafter found to be defective to a degree greater than that whichwouldnormally to be considered by the City to beminor"punchlist"work. Supplier:Any person or organization whosuppliesmaterials or equipment for the Work,including the fabrication ofanitem,but who does not perform labor at the siteof the Work. Surety:The individual or entity who isan obligor onaBondand who is bound with the CONTRACTOR for the full andfaithful performance of the Contraa andforthepaymentofalllabor,services andmaterialsusedon the projea. Work:Anyandallobligations,dutiesandresponsibilitiesnecessaryfor the successful performance andcompletion of the Contraa. Notice:The term "Notice"as used herein shall mean and include all written notices,demands,instructions, claims,approvalsanddisapprovals required to obtaincompliancewith Contraa requirements.Written notice shallbe deemed tohavebeendulyservedifdeliveredinperson to the individual or to amemberof the firmorto anofficerofthe corporation forwhomitisintended,ortoanauthorized representative ofsuch individual,firm,or corporation,or ifdelivered at or sent by registered mail to the lastknownbusinessaddress.Unless otherwise statedinwriting,anynotice to or demandupontheOWNERunderthis Contraa shall bedelivered to theCity Managerand the CONSULTANT. ARTICLE 2-PRELIMINARY MATTERS Award: 2.1 TheCITY reserves the right to reject any and all Bids,at its sole discretion.Bidsshallbeawarded by the CITY tothelowestresponsiveand responsible Bidder.NoNoticeofAward shall be given until the CITYhasconcludedits investigation,asitdeemsnecessary,to establish,to thesatisfaaionofthe CITY, which Bidder isthemostresponsiveand responsible of all the Bidders tocompletethe Work withinthe timeprescribedandinaccordancewiththe Contraa Documents.The CITY reservestherightto rejea the Bid ofanyBidderwhoisnot believed tobe,inthesolediscretionandsatisfaaionoftheCity,tobe sufficiently responsible,qualified and financial able to perform thework.In analyzing a Bid,the CITY may alsotakeintoconsiderationalternateandunit prices,ifrequestedbythe Bid forms.Ifthe Contraa is awarded,the CITY shall issuetheNoticeofAwardand give the successful Biddera Contraa for executionwithinninety(90)dayafteropeningof Bids. Execution of Contract: 2.2Atleastfourcounterpartsofthe Contract,the Performance and Payment Bond,the Certificates of Insurance,the Binder of Insurance if issued,the Insurance Declaration Pige ifnot included inthe Policy of Insurance,the Policy of Insurance required bythe Contraa Documents,the written notice of designated supervisor or superintendent as provided inSection 6.1 of the General Conditions andsuch other Documents as required bythe Contraa Documents shall be executed and delivered by CONTRACTOR tothe CITY within ten (10)calendar days ofreceiptoftheNoticeof Award.A Contraa Documentthat 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 proofor accounting fortheother counterpart be deemed anoriginal Contraa Document Forfeiture of Bid Security/Performance and Payment Bond,ifany are required bythe applicable RFP: 2.3Withinten (10)calendardaysofbeing notified oftheAward,CONTRACTOR shall furnisha Performance Bond and a Payment Bond containing all the provisions ofthe Performance Bond and Payment Bond attached. 2.3.1 Each Bond shall beintheamountofone hundred percent (100%)ofthe Contraa Price guaranteeing to OWNER the completionandperformanceof the Work coveredinsuch Contraa as well as full payment of all suppliers,material man,laborers,orSubcontraaor employed pursuant tothisProjea.Each Bond shall bewithaSurety company whose qualifications meetthe requirements of Seaions 2.3.4,2.3.5,and2.3.6. 2.3.2 Each Bond shall continue ineffeafor five yearafter final completion and acceptance oftheWork withthe liability equaltoonehundredpercent (100%)ofthe Contraa Sum. 71 2.3.3 Pursuant tothe requirements ofSeaion 255.05(I),Florida Statutes,CONTRACTOR shall ensure that the Bond(s)referenced above shall be recorded in the public records of Miami-Dade County and provideCITYwith evidence of such recording. 2.3.4 Each Bondmustbeexecutedbya surety company authorized todo business inthe State of Florida asasurety,having aresident agent in theStateof Florida and having beenin business witharecord of successful continuous operation for aleast five (5)years. 2.3.5 Thesurety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance withthe United States Department of Treasury Circular 570,current revisions. 2.3.6 TheCITY shall only be required to accept a surety bond from a company witha rating A.VII or better. 2.3.7 Failure ofthe successful Bidder to execute and deliver the Contract,and deliver the required bonds andInsurance documents shallbe cause for the CITY to annul the Notice of Award and declarethe Bid andanysecuritytherefore forfeited. Contractor's Pre-StartRepresentation: 2.4 CONTRACTOR represents thatit has familiarized itself with,and assumes full responsibility for having familiarized itselfwiththe nature and extentofthe Contract Documents,Work,locality,and with all local conditions and federal,stateand local laws,ordinance,rules and regulations that may inany manner affea performance oftheWork,and represents thatit has correlated itsstudy and observations withthe requirements oftheContraa Documents.CONTRACTOR also represents thatit has studied all surveys and investigations,reportsof subsurface and latent physical conditions referred to in the specifications andmadesuch additional surveysand investigations asitdeems necessary forthe performance ofthe Work refleaed in the Contraa Documents and that hehas correlated the results of all such data with the requirements of the Contraa Documents. Commencement of Contraa Time: 2.5 The Contraa Time shall commence to run on the date stated in the Notice to Proceed. Starting the Project* 2.6 CONTRACTOR shall starttoperformits obligations underthe Contraa Documentsonthedatethe Contraa Timecommences to run.No Work shall bedoneatthesite (as definedinArticle I),priorto thedateonwhichtheContractTimecommencestorun,except withthewritten consent oftheCITY. Before Starting Construction: 2.7Beforeundertakingeachpartof the Work,CONTRACTOR shall carefully studyandcompare the Contraa Documents andcheckandverifypertinent figures shownthereonand all applicable field measurements andconditions.It shall atonce report inwriting to CONSULTANT anyconflict,error,or discrepancy whichitmaydiscover.Neitherthe OWNER northe CONSULTANT shall be liable forany harm,damageorlosssufferedby CONTRACTOR asaresultofits failure to discoverany conflict,error, ordiscrepancyin the Drawingsor Specifications nor shall the CONTRACTOR be entitle to any compensation foranyharm,damageorlosssufferedbythe CONTRACTOR due to any conflict,error, or discrepancy in the Contract Documents. Schedule of Completion: 2.8 Within Five (5)businessdaysafterdeliveryof the NoticetoProceedbyCITY to CONTRACTOR, CONTRACTOR shall submit to CONSULTANT for approval,anestimated construction schedule indicating the startingand completion datesof the variousstages of the Work,andapreliminaryschedule ofShopDrawingsubmissions.The CONSULTANT shall approvethisscheduleorrequirerevisions thereto within seven (7)calendardaysofits submittal.If there is more than one CONTRACTOR involvedin the Project,theresponsibilityforcoordinatingthe Work of all CONTRACTORS shall be providedin the Special Conditions. 2.9Withinfive(5)businessdaysafterdeliveryof the executed Contraa byCITY to CONTRACTOR,but before starting the Work at the site,a pre-construction conference shall beheld to review the above schedules,to establish procedures for handling Shop Drawings and other submissions,andforprocessing ApplicationsforPayment,and to establisha working understanding between the partiesas to the Project 72 Present at the conference willbe the CITY'S representative,CONSULTANT,Resident Projea Representatives,CONTRACTOR andits Superintendent Qualifications of Subcontractors.MaterialmenandSuppliers: 2.10 Within five(5)businessdays after bidopening,the apparent lowest responsive and responsible Bidder shall submit to the CITYand the CONSULTANTfor acceptance alistof the namesof Subcontraaors andsuch other persons andorganizations(including those whoare to furnishprincipalitemsof materials or equipment)proposed for those portions ofthe Work as to which the identityof Subcontraaors and other persons and organizations must be submitted asspecifiedin the Contraa Documents.Within thirty (30)calendardays after receivingthelist,theCONSULTANTwillnotify the CONTRACTOR in writingif either the CITY or the CONSULTANT has reasonable objeaion to any Subcontraaor,person, or organization onsuchlist.Thefailureof the CITY or the CONSULTANT to make objection to any Subcontraaor,person,or organization on the listwithin thirty (30)calendar daysof the receipt shall constitute an acceptance ofsuch Subcontraaor,person or organization.Acceptance ofanysuch Subcontraaor,person or organizationshallnot constitute awaiverofanyrightof the CITY or the CONSULTANT to rejea defective Work,material or equipment,or any Work,material or equipment not in conformance with the requirements ofthe Contraa Documents. 2.11 If,prior to theNoticeofAward,theCITY or theCONSULTANThasreasonableobjection to any Subcontractor,person or organizationlisted,the apparent lowBiddermay,prior to Notice ofAward, submit an acceptable substitute without an increase initsbidprice. 2.12 The apparent silenceof the Contraa Documentsas to anydetail,or the apparent omissionfromthemof adetaileddescriptionconcerningany Work to bedoneandmaterialstobefurnished,shallbe regarded as meaning that onlybest praaices areto prevail andonlymaterialsandworkmanshipofthebestqualityare to beusedin the performance of the Work. ARTICLE 3-CORRELATION.INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS 3.1 It istheintentofthe Specifications andDrawingstodescribeacomplete Projea to be construaed in accordancewiththe Contraa Documents.The Contraa Documentscomprisetheentire Contraa betweentheOWNERandtheCONTRACTOR.Theymaybealteredonlybya modification asdefinedin Article I. 3.2The Contraa Documentsare complementary;whatis called forbyoneisas binding asif called forbyall thedocuments.IfCONTRACTORfindsaconflia,error ordiscrepancyinthe Contract Documents,it shall,beforeproceedingwiththe Work affeaedthereby,immediately call ittothe CONSULTANT'S attentioninwriting.Thevarious Contraa Documentsarecomplementary;incaseof conflict,error or discrepancy,themorestringentinterpretationandrequirementthat shall providethe maximum benefitto the Owner shallapply 3.3Thewords "furnish"and "furnish and install","install",and "provide"orwordswith similar meaning shall beinterpreted,unless otherwise specifically stated,to mean "furnish and install completein place and ready for service". 3.4 Miscellaneous itemsandaccessories which arenot specifically mentioned,butwhichare essential to produceacompleteandproperly operating installation,or usable struaure,providing the indicated funaions,shall be furnished and installed without change inthe Contraa Price.Such miscellaneous items and accessories shall beofthe same quality standards,including material,style,finish,strength,class, weight andother applicable charaaeristics,as specified forthemajorcomponentof which the miscellaneous itemor accessory isan essential part,and shall be approved bythe CONSULTANT before installation.The above requirement isnot intended to include major components not covered byor inferable fromtheDrawingsand Specifications. 3.5TheWorkof all tradesunderthis Contraa shall be coordinated bythe CONTRACTOR in such a manner as obtain thebest workmanship possible fortheentire Project,and all components oftheWork shall be installed or ereaed in accordance with thebestpraaicesofthe particular trade. 3.6The CONTRACTOR shall be responsible for making theconstructionof habitable struaures underthis Contraa rain proof,andfor making equipment and utility installations properly perform the specified funaion.If the CONTRACTOR is prevented from complying with this provision duetothe Drawings or Specifications,the CONTRACTOR shall immediately notify the CONSULTANT in writing of such limitations before proceeding withconstruaion in theareawherethe problem exists. 3.7 Manufaaurer's literature,when referenced,shallbedatedand numbered andis intended to establish the minimum requirements acceptable.Wheneverreferenceis given to codes,or standard specifications or 73 other data published by regulating agencies oraccepted organizations,including butnot limited to National ElearicalCode,applicable State Building Code,Florida Building Code,Federal Specifications, ASTM Specifications,variousinstitute specifications,andthe like,it shall beunderstoodthatsuch referenceis to thelatestedition including addendaineffectonthedateofthe Bid. 3.8 Brand names where used in the technical specifications,are intended to denote the standard or quality requiredfortheparticular material or product Theterm "equal"or "equivalent",whenusedin conneaionwithbrand names,shall beinterpretedto mean a material or produa thatis similar and equal intype,quality,size,capacity,composition,finish,colorandother applicable charaaeristics to the material or produa specified bytradename,andthatis suitable forthesameusecapableof performing the same funaion,intheopinionofthe CONSULTANT,asthe material or produa so specified.Proposed equivalentitemsmustbeapprovedby CONSULTANT beforetheyarepurchasedorincorporatedinthe Work.(Whenabrandname,catalognumber,modelnumber,or other identification,isused without the phrase"or equal",theCONTRACTOR shall usethebrand,makeandmodel specified). 3.9Throughoutthisagreementthe male pronoun may besubstitutedfor female andneuterandviceversa andthe singular wordssubstitutedfor plural and plural wordssubstitutedfor singular wherever applicable. 3.10 All technical interpretations shall bemadebythe CONSULTANT assetforthinSection9.3below. 3.11 TheCONTRACTORshall advised the CONSULTANT,priortoperforminganywork involving aconflia in the Contraa Documents and the CONSULTANT shall make the final decision as to which of the documentsshalltake precedence.In the eventthat there isa conflia between or amongthe Contraa Documents,onlythe latest version shall applyandthelatestversionofthe Contraa Documents.The CONSULTANTshallusethe following listof Contraa Documentsasaguide.These documents areset forthbelowin the order of their precedence sothatall the documentslistedaboveagiven document shouldhave precedence over all the documents listed below it (a)Change Orders (b)Amendments/addenda to Contraa (c)Supplementary Conditions,ifany (d)Contraa withallExhibits thereto (e)General Conditions (f)Written or figureddimensions (g)Scaled dimensions (h)Drawingsofalargerscale (i)Drawingsofasmallerscale (j)DrawingsandSpecificationsare to be considered complementary to each other ARTICLE 4 -AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS Availability ofLands: 4.1 The OWNER shallfurnish,asindicatedin the Contraa Documents,the landsuponwhich the Work is to bedone,rights-of-way for access thereto,andsuch other landswhicharedesignedfortheuseof the CONTRACTOR.Easementsforpermanent struaures or permanentchangesinexisting facilities will be obtainedandpaidforbytheOWNER,unlessotherwisespecifiedinthe Contraa Documents.Other access to suchlands or rights-of-way fortheCONTRACTOR'Sconvenienceshallbetheresponsibilityof the CONTRACTOR. The CONTRACTOR shallprovideforalladditionallandsandaccess thereto that maybe required for temporary construaion facilities or storage ofmaterialand equipment 4.2 The CITY will,uponrequest,furnish to the Bidders,copiesofall available boundarysurveysand subsurface tests at no cost. Subsurface Conditions: 4.3The CONTRACTOR acknowledges that hehasinvestigated prior tobiddingandsatisfiedhimselfas to the conditions affeaing the Work,includingbutnotlimited to those bearingupon transportation, disposal,handling andstorageof materials,availability oflabor,water,elearic power,roadsand uncertaintiesofweather,riverstages,tides,watertablesor similar physical conditionsatthesite,the conformationandconditionsoftheground,the charaaer ofequipmentand facilities needed preliminary toandduringprosecutionoftheWork.TheCONTRACTORfurther acknowledges thathehas satisfied himselfastothe character,qualityandquantityofsurfaceandsubsurfacematerialsorobstacles to be encountered insofarasthisinformationisreasonablyascertainablefroman inspeaion of the site, 74 including all exploratory work done by the OWNER/CONSULTANT onthe site or any contiguous site, as well as from information presented by the Drawings and Specifications made partofthis Contract,or any other information made available toit prior to receipt of bids.Any failure by the CONTRACTOR to acquaint itself with the available information shall not relieve it from responsibility for estimating properly the difficulty orcostof successfully performing Work.The OWNER assumes no responsibility for any conclusions or interpretations made by the CONTRACTOR onthe basis ofthe information made available bytheOWNER/CONSULTANT. DifferingSite Conditions: 4.4The CONTRACTOR shall within forty eight (48)hoursofits discovery,and before such conditions are disturbed,notify the CITY inwriting,of: 4.4.1 Subsurface orlatent physical conditions atthesite differing materially from those indicated inthe Contraa Documents,and 4.4.2 Unknown physical conditions atthe site,ofan unusual nature,differing materially fromthose ordinarily encountered and generally inherent inWorkofthe charaaer provided for in this Contract The CITY shall promptly investigate the conditions,andifit finds thatsuch conditions do materially differ totheextentasto cause an increase or decrease in the CONTRACTOR'S cost of,orthetimerequiredfor,performance ofanypartoftheWorkunderthis Contract,an equitable adjustment shall be made andthe Contraa modified in writing accordingly. 4.5Noclaimof the CONTRACTOR under thisclauseshallbeallowedunless the CONTRACTOR hasgiven thenoticerequiredin4.4 above;provided,however,thetimeprescribedtherefore may beextendedby the CITY,butonlyifdoneinwritingsignedbytheCity Manager ortheCONSULTANT. ARTICLE 5-INSURANCE Contraaor shallcomplywith the insurance requirements set forth in the RFP and as set forth intheSupplementary Conditions to the Contract,ifany.Ifbothhaveinsurance requirements andif there isa conflia between the two,the insurance requirements in the Supplemental Conditions shalltake precedent ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES Supervisionand Superintendence: 6.1 TheCONTRACTOR shall superviseand direa theWork.It shall besolelyresponsibleforthemeans, methods,techniques,sequencesandproceduresof construaion.The CONTRACTOR shall employand maintain a qualified supervisor or superintendent(hereinafterreferred to as"Supervisor"atthe Work sitewho shall bedesignatedinwritingbytheCONTRACTOR,beforetheCONTRACTORcommences theWorkand within thetimerequiredbythe Contraa,asthe CONTRACTOR'S representative atthe site.TheSupervisororso designated shall have full authorityto aa on behalf ofthe CONTRACTOR and all communications given tothe Supervisor shall beas binding asifgiven tothe CONTRACTOR.The Supervisor(s)shall bepresentat each siteat all times as required to perform adequate supervision and coordination oftheWork.(Copies of written communications given tothe Supervisor shall be mailed to theCONTRACTOR'Shome office). 6.1.1 The CONTRACTOR shall keep one record copy of all Specifications,Drawings,Addenda, Modifications and Shop Drawings atthesiteat all times and in goodorderandannotatedtoshow all changes made during theconstruaionprocess.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 be made available tothe City at all times and it shall be delivered tothe CITY upon completionofthe Project Labor.Materials and Equipment: 6.2 The CONTRACTOR shall provide competent,suitably qualified personnel to lay outtheWork and perform construction as required bytheContract 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 ail other facilities and incidentals necessary forthe execution,testing,initial operation and completion of the Work. 75 6.4 All materials and equipment shall be new,except as otherwise provided in the Contraa Documents. When special makes or grades of material 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 and labels intact. 6.5 All materials and equipment shall be applied,installed,conneaed,ereaed,used,cleaned and conditioned in accordance with the instructions ofthe applicable manufaaurer,fabricator,or processors,except as otherwise providedinthe Contraa Documents. Work.Materials.Equipment Products and Substitutions:- 6.6 Materials,equipment and products incorporated in the Work must be approved for use before being purchased bytheCONTRACTOR.TheCONTRACTOR shall submittotheCONSULTANTalistof 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 bythe CONSULTANT. 6.6.1 Whenever a material,article or piece of equipment is identified onthe Drawings or Specifications byreferenceto brand nameor catalog number,it shall beunderstoodthatthisis referenced for the purpose of defining the performance orother salient requirements and thatother products of equal capacities,quality and funaion shall be considered.The CONTRACTOR may recommend the substitution ofa material,article,or piece of equipment of equal substance and funaionfor those referred to in theContraa Documents by reference to brand name or catalog number,and if,in the opinion ofthe CONSULTANT,such material,article,or piece of equipment isof equal substance and function tothat specified,theCONSULTANTmay approve its substitution and use bytheCONTRACTOR.Incidental changes orextracomponent parts required to accommodate thesubstitute will bemadebythe CONTRACTOR withouta change inthe Contraa Price orthe Contraa Time. 6.6.2Nosubstitute shall beorderedor installed without the written approval of the CONSULTANT who shallbe the judge of quality. 6.6.3Delaycausedbyobtainingapprovalsfor substitute materialsshall not be considered justifiable grounds foran extension of construaion time. 6.6.4Shouldany Work ormaterials,equipment orproducts not conform to requirements of the Drawingsand Specifications or becomedamagedduring the progressofthe Work,such Work or materials shall beremovedand replaced,together withany Work disarranged bysuchalterations, atany time before completion andacceptanceofthe Project Allsuch Work shall bedoneat the expense of the CONTRACTOR. 6.6.5Nomaterialsorsuppliesforthe Work shall bepurchasedbythe CONTRACTOR orany Subcontraaor subjea to anychattelmortgageorunderaconditionalsaleor other agreementby whichan interest isretainedbythe Seller.The CONTRACTOR warrants that they havegood title to allmaterialsandsuppliesusedby them in the Work. 6.6.6Non-conforming Work:TheCityofSouth Miami maywithholdacceptanceof,or rejea items whicharefoundupon examination,notto meet the specification requirementsorconform to the plans and drawings.Uponwritten notification ofrejection,items shall beremovedor uninstalled withinfive(5)business days bythe CONTRACTOR athisownexpenseand redelivered and/or reinstalledathisexpense.Rejectedgoodsleftlongerthanthirty(30)calendar days shall be regardedasabandonedandtheCITY shall havetheright to disposeof them asitsown property and the CONTRACTOR therebywaivesany claim tothegoodortocompensationofanykind for said goods.Rejectionfor non-conformance or failure to meet deliveryschedulesmayresultin the CONTRACTOR beingfoundin default 6.6.7 In case of defaultby the CONTRACTOR,theCityofSouth Miami mayprocurethearticlesor services from other sources andhold the CONTRACTOR responsible forany excess costs occasioned orincurred thereby. 6.6.8TheCITYreservesthe right,intheeventthe CONTRACTOR cannotprovideanitem(s)or service(s)inatimelymannerasrequested,to obtain thegoodand/orservicesfromothersources anddeduaingthecostfromthe Contraa Price without violating theintentofthe Contract Concerning Subcontraaors: 76 6.7The CONTRACTOR shall notemployany Subcontractor,against whomtheCITYorthe CONSULTANT mayhave reasonable objection,nor will the CONTRACTOR berequiredtoemployany Subcontraaorwho has beenacceptedbytheCITYandtheCONSULTANT,unlessthe CONSULTANT determines that there is good causefordoingso. 6.8The CONTRACTOR shall be fully responsiblefor all actsandomissionsofits Subcontraaors andof persons and organizations directly orindirealy employed byitandof persons and organizations for whoseactsanyofthemmaybe liable tothesameextentthattheyare responsible fortheactsand omissionsofpersonsdirealyemployedbythem.NothingintheContractDocuments shall createany contraaual relationship between OWNER or CONSULTANT andany Subcontraaor or other personor organization having a direa contraa with CONTRACTOR,nor shall itcreateany obligation on the part of OWNER or CONSULTANT to payor to see to payment of anypersonsdue subcontraaor or other personor organization,except asmayotherwisebe required by law.CITYorCONSULTANTmay furnish toanySubcontractororotherpersonor organization,to the extent praaicable,evidenceof amounts paid to the CONTRACTOR onaccountof specified Work doneinaccordancewith the schedule values. 6.9Thedivisionsand seaions of the Specifications andtheidentificationsofanyDrawings shall not control the CONTRACTOR in dividing the Work among Subcontraaors or delineating the Work performedby anyspecific trade. 6.10 The CONTRACTOR agreestobind specifically everySubcontractortothe applicable termsand conditions of the Contraa Documents for the benefit of the OWNER. 6.11 All Work performed for the CONTRACTOR bya Subcontraaor shallbepursuant to anappropriate agreement between the CONTRACTOR and the Subcontraaor. 6.12 The CONTRACTOR shallbe responsible for the coordination of the trades,Subcontraaors materialand men engagedupon their Work. 6.12.1 The CONTRACTOR shallcauseappropriateprovisions to beinsertedin all subcontracts relative to the Work to bind Subcontractors to the CONTRACTOR by the terms of these Qeneral Conditions and other Contract Documents insofaras applicable to the Work of Subcontraaors, andgive the CONTRACTOR thesamepowerasregards to terminatingany subcontraa that the OWNER may exercise over the CONTRACTOR under anyprovisions of the Contract Documents. 6.12.2 The CITY or CONSULTANT will not undertake to settle any differences between the CONTRACTOR and their Subcontraaors or between Subcontraaors. 6.12.3 Ifin the opinionof the CONSULTANT,any Subcontraaor on the Projea provestobe incompetent or otherwise unsatisfaaory,they shall be promptly replacedby the CONTRACTOR ifand when directedbythe CONSULTANT inwriting. 6.12A Discrimination:No aaion shall betakenby the any subcontraaor withregard to the fulfillment of the terms of the subcontract,includingthe hiringandretention of employees for the performanceof Work thatwoulddiscriminateagainstanypersonon the basisofrace,color,creed,religion,nationalorigin,sex, age,sexualorientation,familial statusor disability.This paragraph shall bemadeapartofthe subcontractor's contraa with the Contractor. PatentFeesandRoyalties: 6.13 The CONTRACTOR shall pay all license feesand royalties andassume all costsincidenttotheuseofany invention,design,processordevicewhichisthe subjea ofpatentrightsorcopyrightsheldbyothers.He shall indemnifyandholdharmlesstheOWNERandthe CONSULTANT andanyonedirealyor indirectly employedbyeitherofthemfrom against all claims,damages,lossesandexpenses (including attorney's fees)arising outofany infringement ofsuch rights during orafterthecompletionoftheWork,and shall defend all such claims inconnectionwithany alleged infringement ofsuch rights. 6.14 The CONTRACTOR shall be responsible for determining the application ofpatent rights and royalties materials,appliances,articlesorsystemspriorto bidding.However,he shall not beresponsibleforsuch determinationonsystemswhichdonot involve purchase bythemof materials,appliances and articles. Permits: 6.15 The CONTRACTOR shall secureand pay for all construaionpermitsand licenses and shall pay for all governmental charges andinspectionfeesnecessaryfortheprosecutionofthe Work,whichare applicable atthetimeofhis Bid.When such charges arenormallymadebytheCITYandwhensostated inthe Special Conditions,there willbenochargestothe CONTRACTOR.The CITY shall assistthe 77 CONTRACTOR,when necessary,in obtaining such permits and licenses.The CONTRACTOR shall also pay all public utilitycharges. Elearical Powerand Lighting: 6.16 Elearical power required during construaion shall be provided by each prime CONTRACTOR as required by it.This service shall be installed bya qualified elearical Contraaor approved by the CONSULTANT.Lighting shall be provided bythe CONTRACTOR in all spaces at all times where necessary for good and proper workmanship,for inspeaion or for safety.No temporary power shall be used off temporary lighting lines without specific approval ofthe CONTRACTOR. Lawsand Regulations: 6.17 The CONTRACTOR shall comply with all notices,laws,ordinances,rules and regulations applicable to theWork.If the CONTRACTOR observes thatthe 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 contrary to such laws,ordinances,rules and regulations,and without such noticetothe CONSULTANT, it shall bear all costs arising there from;however,it shall notbe its primary responsibility to make certain that the Drawings and Specifications are in accordance with such laws,ordinances,rules and regulations. Discrimination: 6.17A Noaaion shall betakenbytheContraaorwith regard tothe fulfillment ofthetermsofthe Contract, including the hiring and retentionof employees forthe 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 applicable sales,consumeruse,andothertaxesforwhichthe CONTRACTOR is liable under theContraa shall be included intheContraa Price stated bythe CONTRACTOR. Safetyand Protection: 6.19 The CONTRACTOR shall be responsible for initiating,maintaining and supervising all safety precautions and programs inconneaionwiththeWork.They shall take all necessary precautions forthe safety of, and shall providethenecessaryprotectiontoprevent damage,injury orlossto: 6.19.1 Allemployeesandother persons,whomaybeaffeaedthereby, 6.19.2 All the Work and all materials or equipment tobe incorporated therein,whetherin storage onor off the site,and 6.19.3 Otherpropertyatthesiteor adjacent thereto,including trees,shrubs,lawns,walks,pavements, roadways,structuresand utilities not designated for removal,relocation or replacement inthe course of construaion. 6.20TheCONTRACTOR shall designate a responsible member oftheir organization atthesitewhoseduty shall bethepreventionof accidents.Thisperson shall bethe CONTRACTOR'S Superintendentunless otherwise designatedinwritingbythe CONTRACTOR to the CITY. Emergencies: 6.21 In emergencies affeaingthesafetyofpersonsorthe Work orpropertyatthesiteor adjacent thereto, the CONTRACTOR,without special instruaion orauthorizationfrom the CONSULTANT orCITY,is obligated to act,athisdiscretion,topreventthreatened damage,injury orloss.He shall givethe CONSULTANT promptwrittennoticeofany significant changes inthe Work or deviations fromthe Contraa Documentscausedthereby.Ifthe CONTRACTOR believesthat additional Work donebyhim inan emergency whicharosefromcausesbeyondhiscontrolentitleshim to anincreasein the Contraa Priceoran extension of the Contraa Time,hemaymakeaclaim therefore asprovidedinArticles I I and 12. ShopDrawingsandSamples: 6.22 After checkingandverifying all field measurements,the CONTRACTOR shall submit to the CONSULTANT forreview,inaccordancewiththeacceptedscheduleofshop drawing submissions,six (6)copies(orat the CONSULTANT option,onereproduciblecopy)of all Shop Drawings,which shall havebeencheckedbyandstampedwiththe approval ofthe CONTRACTOR.TheShop Drawings shall 78 benumberedandidentifiedas the CONSULTANT mayrequire.ThedatashownontheShopDrawings shall be complete with respect to dimensions,designcriteria,materials of construaion and the liketo enable the CONSULTANT to review the information without any unnecessary investigation. 6.23 The CONTRACTOR shallalso submit to the CONSULTANT for review,with such promptness as to causenodelayin Work,allsamples required by the Contraa Documents. Allsamplesshallhavebeen checked byandstampedwith the approval of the CONTRACTOR,identified clearlyas to material,manufacturer,any pertinent catalog numbers and the useforwhich intended. 6.24 At the time of eachsubmission,the CONTRACTOR shallnotify the CONSULTANT,in writing,of any deviations between the ShopDrawingsorsamplesand the requirements of the Contraa Documents. 6.25The CONSULTANT shall reviewwithresponsible promptness ShopDrawingsandSamples,but his review shall beonlyfor conformance withthedesign concept ofthe Projea andforcompliancewith the informationgivenin the Contraa Documents.The review ofa separate itemassuchwill not indicate review of the assembly inwhich the items functions.The CONTRACTOR shallmakeany corrections requiredby the CONSULTANT and shall returntherequired number of corrected copiesofShop Drawingsand resubmit newsamplesuntilthereviewis satisfaaory to the CONSULTANT.The CONTRACTOR shall notifythe CONSULTANT,inwriting,ofanypriorShopDrawingorrevisionsto Shop Drawings that arein conflia witheachsubmissionorre-submission.The CONTRACTOR'S stamp of approvalonanyShopDrawings or sample shall constitute representation to the CITYand the CONSULTANT thatthe CONTRACTOR haseitherdeterminedand/orverified all quantities,dimension, field construction criteria,materials,catalog numbersand similar dataortheyassume full responsibility for doing so,andthattheyhavereviewedorcoordinatedeachShop Drawing or sample withthe requirements of the Work and the Contraa Documents. 6.26No Work requiringasubmittalofaShop Drawing orsample shall be commenced untilthesubmissionhas beenreviewedandapprovedinwritingbythe CONSULTANT.AcopyofeachShop Drawing andeach approvedsample shall bekeptingoodorder,inabookorbinder,in chronological orderorinsuch other order requiredby the CONSULTANT in writing,bythe CONTRACTOR atthesiteand shall be available to the CONSULTANT. 6.27TheCONSULTANT'SreviewofShop Drawings or samples shall notrelievethe CONTRACTOR from his responsibility forany deviations fromtherequirementsofthe Contraa Documentsunless the CONTRACTOR hasinformedtheCONSULTANT,in writing,toeach deviation atthetimeof submission and theCONSULTANThas given written approval tothe specific deviation,nor shall any reviewbytheCONSULTANTrelievethe CONTRACTOR from responsibility forerrorsor omissions in the ShopDrawingsorsamples. 6.27A TheCONTRACTOR shall be liable totheOWNER for any additional costor delay thatis caused byits failure to notify the CONSULTANT of any of said deviations or conflicts between Shop Drawings ordue to errorsin the Shop Drawings orsamples. CleaningUp: 6.28 TheCONTRACTOR shall clean up behind theWorkas much asis reasonably possible as theWork progresses.Upon completion oftheWork,and before acceptance of final payment fortheProjeabythe OWNER,the CONTRACTOR shall remove all his surplus and discarded materials,excavated material and rubbish as wellas all other material and equipment thatdoesnot form a part oftheWork,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 underthis Contract,sothatno further cleaning bythe 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 oftheWorkso as to leave thewhole Work and Work Site in aneat and presentable condition. 6.29 If the CONTRACTOR does not clean theWork site,the CITY may clean theWork Site ofthe materials referredtoin paragraph 6.28and charge thecosttothe CONTRACTOR. Public Convenienceand Safety: 6.30 The CONTRACTOR shall,atall times,conduct the Work insucha manner as to insure the least praaicable obstruaionto public travel.The convenience ofthe general public and ofthe residents along and adjacent tothe area ofWork shall be provided forina satisfaaory manner,consistent withthe operation and local conditions."Street Closed"signs shall be placed immediately adjacent totheWork,in a conspicuous position,at such locations as traffic demands.Atanytimethatstreets are required tobe closed,the CONTRACTOR shall notify law enforcement agencies and in particular,theCityof South 79 Miami Police Department,before thestreet is closed and again as soon as itis opened.Access to fire hydrants and other fire extinguishing equipment shall be provided and maintained at all times. SanitaryProvisions: 6.31 The CONTRACTOR shall provide on-site office,and necessary toilet facilities,secluded from public observation,for use of all personnel on the Work Site,whether ornot 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 jurisdiaion.They shall commit no public nuisance.Temporary field office and sanitary facilities shall be removed upon completion oftheWork and the premises shall beleft clean. Indemnification: 6.32Contraaor shall comply withthe indemnification requirements set forth inthe RFP andasset forth in the Supplementary Conditions tothe Contract,if any.If both have indemnification requirements and ifthere isaconfliabetweenthetwo,the indemnification requirements inthe Supplemental Conditions shall take precedent 6.33 In theeventthat any aaionor proceeding is brought against OWNERor CONSULTANT by reason of anysuch claim or demand,CONTRACTOR,uponwrittennoticefromCITY shall defendsuchactionor proceeding by counsel satisfactory to CITY.The indemnification provided above shall obligate CONTRACTOR to defend atitsown expense orto provide for such defense,at CITY'S option,any and all claims of liability and all suits and aaionsofevery name and description that may be brought against OWNERorCONSULTANT,excluding onlythose claims that allege thatthe injuries aroseoutofthe solenegligence of OWNER or CONSULTANT. 6.34The obligations oftheCONTRACTOR under paragraph 6.33 shall notextendtothe liability ofthe CONSULTANT,its agents or employees arising outof (a)the preparation or approval of maps,drawings, opinions,reports,surveys,ChangeOrders,designs or specifications or(b)the giving ofor the failure to give direaionsorinstruaionsbythe CONSULTANT,its agents or employees provided such aa or omissionis the primarycauseofinjuryor damage. 6.34AAllofthe forgoing indemnification provisions shall survivethetermofthe Contraa to whichthese General Conditionsarea part.Indemnification shall notexceedanamount equal tothetotalvalueof all insurancecoveragerequiredby Seaion 5.1 ofthis document.Indemnification islimited to damagescaused in whole orinpartbyany act,omission,ordefault of the Contraaor,the Contraaor's subcontraaors, sub-subcontraaors,materialmen,oragentsofanytierortheir respeaive employeesto the extent caused by the negligence,recklessness,or intentional wrongful miscondua ofthe indemnifying partyandpersons employedorutilizedbythe indemnifying partyintheperformanceofthe construaion contract Responsibilityfor Conneaion to Existing Work: 6.35It shall bethe responsibility ofthe CONTRACTOR to connea its Work toeachpartoftheexisting Work,existing building or struaure or Work previously installed asrequiredbythe Drawings and Specifications to providea complete installation. 6.36 Excavations,grading,fill,storm drainage,paving andany other constructionor installations inrights-of- waysof streets,highways,publiccarrier lines,utility lines,either aerial,surfaceorsubsurface,etc.,shall be doneinaccordancewithrequirementsofthe special conditions.The OWNER willberesponsiblefor obtaining all permitsnecessaryforthe Work describedinthis paragraph 6.36.Uponcompletionof the Work,CONTRACTOR shall presentto CONSULTANT certificates,intriplicate,from the proper authorities,stating that the Work hasbeendoneinaccordancewith their requirements. 6.36.1 The CITY will cooperate withthe CONTRACTOR inobtaining aaion fromanyutilitiesorpublic authoritiesinvolvedin the aboverequirements. 6.36.2The CONSULTANT shall beresponsibleforobtainingelevationsofcurbsandgutters,pavement, storm drainage strurtures,and other items which must beestablishedby governmental departments assoonasgrading operations arebegunon the siteand,inanycase,sufficientlyearly in the construaion period to prevent anyadverse effea on the Projea. Cooperation with Governmental Departments.Public Utilities.Etc.: 6.37The CONTRACTOR shall beresponsibleformaking all necessaryarrangementswithgovernmental departments,public utilities,public carriers,servicecompaniesandcorporations(hereinafterreferredto as"thirdparties")owningorcontrollingroadways,railways,water,sewer,gas,elearicalconduits, telephone,andtelegraph facilities suchaspavements,tracks,piping,wires,cables,conduits,poles,guys, 80 etc.,includingincidental structures conneaed therewith,that are encountered inthe Work in order that suchitemsareproperly shored,supported and protected,that their locationisidentifiedandtoobtain authority from these thirdpartiesforrelocationifthe CONTRACTOR desires to relocatetheitem.The CONTRACTOR shallgiveall proper notices,shall complywithall requirements ofsuchthird parties in the performance ofhis Work,shallpermit entrance ofsuch third partieson the Projea in order that they may perform their necessarywork,andshallpayallchargesandfeesmadebysuchthirdparties for their work. 6.37.1 The CONTRACTOR'S attention iscalled to the faa that there maybedelayson the Projea due to work to be done bygovernmental departments,publicutilities,and others inrepairing or movingpoles,conduits,etc.The CONTRACTOR shall cooperate with the above parties inevery waypossible,so that the construction canbe completed in the leastpossibletime. 6.37.2 The CONTRACTOR shall have made itself familiar with all codes,laws,ordinances,and regulations whichinanymanner affea those engaged or employedin the Work,or materialsand equipment usein or upon the Work,or inanyway affea the condua of the Work,andnopleaof misunderstanding willbe considered on account ofdamage or delaycausedbyhisignorance thereof. Use Premises: 6.38 CONTRACTOR shallconfineits apparatus,storage ofmaterials,and operations ofits workmen to the limitsindicatedbylaw,ordinances,permitsand direaions of CONSULTANT andCITY,andshall not unnecessarily encumber any part of the site or anyareasoffsite. 6.38.1 CONTRACTOR shallnotoverload or permitany part ofany struaure to beloadedwithsuch weight aswill endanger itssafety,nor shallitsubjectany work to stresses or pressures that will endanger it. 6.38.2 CONTRACTOR shall enforce therulesandregulationpromulgatedby 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 cometotheProjectsite. 6.38.4TheCity will designate specific areasonthesiteforstorage,parking,etc.andthejobsite shall be fenced to protect thejobsiteandthegeneral public. 6.38.5The CONTRACTOR shall furnish,install and maintain adequate construaion office facilities for all workers employedbyit or byits Subcontraaors.Temporary officesshallbeprovidedand located where direaed andapprovedbytheCONSULTANT.Allsuchfacilitiesshallbefurnished in stria accordance withexistinggoverningregulations.Field officesshallinclude telephone facilities. Proteaion ofExisting Property Improvements: 6.38Anyexistingsurfaceor subsurface improvements,suchas pavements,curbs,sidewalks,pipes or utilities, footings,or struaures (including portionsthereof),treesand shrubbery,not indicated onthe Drawings ornotedinthe Specifications as being removed oraltered shall be proteaed from damage during construaion oftheProject.Anysuch improvements damaged during construaion ofthe Projea shall be restored attheexpenseofthe CONTRACTOR toacondition equal tothat existing atthetimeof award of Contraa. ARTICLE 7-WORK BY OTHERS. 7.1 The CITY may perform additional WorkrelatedtotheProjector may letother direa contracts therefore which shall contain General Conditions similar to these.The CONTRACTOR shall afford the othercontractorswhoare parties to such direa contracts (orthe OWNER,ifitis performing the additional Work itself),reasonable opportunity fortheintroduaionandstorageof materials and equipmentandtheexecutionofWork,and shall properly connea andcoordinateitsWorkwiththeirs. 7.2 If any partofthe CONTRACTOR'S Work depends upon proper execution or results oftheWorkof any other contraaor ortheOWNER,the CONTRACTOR shall promptly report tothe CONSULTANT in writing any defects or deficiencies insuch Work that render it unsuitable for the CONTRACTOR'S Work. 7.3The CONTRACTOR shall do all cutting,fitting and patching oftheWorkthat may be required to make its several partscometogetherproperlyandfitto receive orbe received bysuchotherWork.The CONTRACTOR shall not endanger any Workofothers by cutting,excavating or otherwise altering their 81 Work andshallonly cut or altertheir Work withthe written consent of the CONSULTANTandof the other contractor whose work will be affeaed. 7.4Iftheperformanceof additional Work by other contraaors ortheOWNERisnotnotedin the Contraa Documents priortothe execution ofthe Contract,written notice thereof shall be given tothe CONTRACTORprior to startinganysuch additional Work.IftheCONTRACTOR believes that the performanceofsuchadditional Work bytheOWNER or others will causetheCONTRACTOR additional expenseorentitles him toan extension ofthe Contraa Time,he may make a claim therefore as provided in Articles 11 and 12. 7.5Wherepraaicable,the CONTRACTOR shall build aroundtheworkofotherseparate contraaors or shall leave chases,slotsand holes as required to receive andto conceal within the general construaion Worktheworkofsuchotherseparatecontraaorsasdirectedby them.Where such chases,slots,etc., areimpraaicable,the Work shall require specific approval ofthe CONSULTANT. 7.6 Necessary chases,slots,andholesnotbuiltorleftbythe CONTRACTOR shall becutbytheseparate contraaor requiringsuch alterations after approvalof the CONTRACTOR.The CONTRACTOR shall do all patching and finishing oftheworkofother contraaors whereitiscutbythemandsuch patching and finishing shallbeat the expenseofCONTRACTOR 7.7 Cooperation is required in the useofsite facilities andin the detailed execution of the Work.Each contraaor shall coordinate their operation with those of the other Contraaors forthe best interest of the Work in order to prevent delayin the executionthereof. 7.8 Each of several contraaors working onthe Projea Site shall keep themselves informed oftheprogressof theworkof other contractors.Should lackofprogress or defeaiveworkmanshiponthepartof other contraaors interfere withtheCONTRACTOR'Soperations,the CONTRACTOR shallnotify the CONSULTANTimmediatelyandinwriting.Lack ofsuchnoticetotheCONSULTANTshallbe construed asacceptancebytheCONTRACTORofthestatusoftheworkof other contraaors asbeing satisfaaory for proper coordination of CONTRACTOR'S own Work. 7.9The cost of extra Work resultingfromlackofnotice,untimelynotice,failure to respondtonotice, Defeaive Work or lack of coordination shall be the CONTRACTOR'S cost. 7.10 TheCITYreserves the rightintheeventtheCONTRACTORcannotprovideanitem(s)or service(s)ina timely manner as requested,to obtain the good and/or servicesfrom other sources and deduaing the cost from the Contraa Price without violating the intent of the Contract ARTICLE 8-CITY'S RESPONSIBILITIES. 8.|The CITYwill issue all communications to the CONTRACTOR through the CONSULTANT. 8.2Incasesof termination of employment of the CONSULTANT,the CITYwill appoint a CONSULTANT whose status under the Contract Documents shall be that of the former CONSULTANT. 8.3TheCITYshall promptly furnish the datarequiredofthem under the Contraa Documents. 8.4The CITY'S dutiesin respea to providing landsandeasementsaresetforthinParagraphs 4.1 and4.2. 8.5TheCITYshallhave the right to takepossessionofanduseanycompleted or partially completed portions of the Work,notwithstanding the faa that thetimeforcompleting the entire Work or any portion thereof may not haveexpired;butsuchtakingpossessionanduseshall not be deemed an acceptance ofany Work not completed inaccordancewith the Contraa Documents. ARTICLE 9 -CONSULTANTS'STATUS DURING CONSTRUCTION. City's Representative: 9.1 TheCONSULTANTshallbethe CITY'S representativeduringthe construaion period.Thedutiesand responsibilitiesand the limitationsofauthorityoftheCONSULTANTas the CITY'S representative during construaion are set forthinArticles I through 16 oftheseGeneralConditionsand shall notbeextended without written consent of the CITY and the CONSULTANT. 9.1.1 TheCONSULTANT'Sdecision,inmattersrelating to aesthetics,shallbe final,ifwithinthe terms of the Contraa Documents. 9.1.2 Exceptasmaybe otherwise providedinthis contract,all claims,counterclaims,disputesand other matters inquestionbetweenthe CITY andtheCONSULTANTarising out of or relatingtothis Contraa or the breach thereof,shallbedecidedina court of competent jurisdiaion within the State of Florida. Visits to Site: 82 9.2The CONSULTANT shallprovidean inspector to make periodic visits to the siteateachphase of construaion to observe the progress andqualityof the executed Work and to determine if the Work is proceeding in accordance withthe Contraa Documents.Hiseffortsshallbe direaed toward providing assurancefor the OWNER andallapplicable regulatory agencies that construction isin compliance with the Construaion Documents andapplicablelaws,rulesandregulations.On thebasisof these onsite- observations asan experienced andqualifieddesignprofessional,heshallkeeptheCITY informed of the progress ofthe Work andshallguardtheOWNERagainstdefectsanddeficienciesin the Work of CONTRACTOR. Clarifications and Interpretations: 9.3The CONSULTANT shallissue,withreasonable promptness,such written clarifications or interpretations of the Contraa Documents (intheformofDrawings or otherwise)asitmay determine necessary,which shallbe consistent with,or reasonably inferablefrom,the overall intent of the 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 itshallbe required to submitatimelyclaimas provided in Articles 11 and 12. Measurement of Quantities: 9.4All Work completed under the Contraa shallbe measured bythe CONSULTANT accordingto the UnitedStates Standard Measures.Alllinearsurface measurements shallbemadehorizontally or vertically as required by the item measured. Rejeaing Defeaive Work: 9.5The CONSULTANT shallhave authority to disapprove or rejea Work that is "Defeaive Work"as definedinArticle I.Itshallalsohave authority to require special inspeaion or testingof the Work including Work fabricatedonoroffsite,installedor completed asprovided.In the event that the CONSULTANT requires testingof completed Work,the cost ofsuch inspeaions and/or testing shallbe approved in writing by the CITY.Allconsequential cost ofsuch inspections andtesting,includingbut not limited to the cost oftestingand inspeaion,the cost ofrepairinganyof the Work,or the work of others, the cost tomove furniture and equipment and/or the cost to provide alternative facilitiesuntil the repair work canbe completed,shallpaidby the CONTRACTOR if the Work isfound to be Defeaive Work. ShopDrawings.Change Orders andPayments: 9.6In conneaion withthe CONSULTANT responsibility as to ShopDrawingsandsamples,seeparagraphs 6.25 through 6.28,inclusive. 9.7 In conneaion withthe CONSULTANT'S responsibilityforChange Orders seeArticles 10,11,and 12. 9.8In conneaion with the CONSULTANTresponsibilitieswith respea to the Application forPayment,etc., see Article 14. Decisionson Disagreements: 9.10 TheCONSULTANTshallbe the initial interpreter of the Construaion Documents. Limitationson Consultant's Responsibilities: 9.11 The CONSULTANT will notberesponsibleforthe construaion means,methods,techniques,sequences or procedures,or the safety precautions andprogramsincident thereto. 9.12 The CONSULTANT will notberesponsiblefortheactsor omissions ofthe CONTRACTOR,orany Subcontraaors,oranyoftheiragent,servantsoremployees,or any other personperforminganyofthe Work under or through them. ARTICLE 10 -CHANGES IN THE WORK. 10.1 Without invalidating the Contract,the CITY may,atanytimeorfromtimetotime,order additions, deletions or revisionsinortothe Work which shall onlybeauthorizedbyawrittenChangeOrders. UponreceiptofaChange Order,the CONTRACTOR shall proceedwiththe Work involved.All such Work shall beperformedunderthe applicable conditionsofthe Contraa Documents.Ifanyauthorized written Change Order causesan increase or decrease in the Contraa Price or an extension or shorteningof the Contraa Time,anequitableadjustment will bemadeasprovidedinArticle 11 or Article 12.A written Change Order signedbytheCITYandtheCONTRACTORindicatestheir 83 agreementtothetermsoftheChangeOrder.All Change Orders shall be certified bythe CONSULTANT astothe appropriateness and value ofthe change in theWorkas well asto any change in the time to complete the Work underthe circumstances.Thefailure to includeatime extension in the Change Order orintherequestfora change order shall resultina waiver ofany extension oftime duetothechangeintheworkas refleaed intheChangeOrder. 10.2 The CONSULTANT may authorize minor changes or alterations intheWorknot involving extracost and not inconsistent with the overall intent of the Contraa Documents without the need for a formal writtenChange Order provided the CONTRACTORdoesnot request additional timeoradditional compensation.Thesemaybeaccomplishedbyawritten Field Order.IftheCONTRACTORbelieves that anychange or alterationauthorizedbytheCONSULTANTS Field Order wouldentitlesthe CONTRACTOR to an increase in the Contraa Price or extension of Contraa Time,it must submit a writtennoticeofintenttodemanda Change Order withintwentyfour(24)hoursoftheissuanceof the Field Order andsubmitawrittenproposalforChange Order withinfour(4)days thereafter,otherwise the CONTRACTOR shall be deemed to have waived such claim. 10.3 Additional Work performedbythe CONTRACTOR withoutauthorizationofawrittenChange Order shall notentitleittoan increase intheContract Price oran extension ofthe Contraa Time,exceptin thecaseofanemergencyasprovidedin paragraph 6.22andexceptas provided in paragraph 10.2. 10.4 The CITY will execute appropriate Change Orderspreparedbythe CONSULTANT covering changes in theWork,tobeperformedasprovidedinparagraph4.4,and Work performedinanemergencyas providedinparagraph6.22andany other claim oftheCONTRACTORfora change inthe Contraa Time or the Contraa PricewhichisapprovedbytheCONSULTANT. 10.5 Itisthe CONTRACTOR'S responsibility to notify itsSuretyofany changes affeaingthegeneralScopeof the Work or changeinthe Contraa Priceor Contraa Timeandtheamountofthe applicable bondsshall beadjusted accordingly.TheCONTRACTORshallfurnishproofofsuchanadjustmenttotheCITY before commencement oftheChange Order Work.The Work shallbestoppeduntilthe CONTRACTOR providessuchproofofadjustmentintheBond amount andanysuchdelay shall be charged to the CONTRACTOR. ARTICLE 11 -CHANGE OF CONTRACT PRICE. 11.1 The Contraa Priceconstitutesthetotal compensation payable tothe CONTRACTOR for Performing the Work.Allduties,responsibilitiesandobligationsassigned to or undertakenby the CONTRACTOR shallbeatits expense without changing the Contraa Price. !j .2The CITY rUS/i St ^ny H'rnei without writtennotice |o the sureties*by wrj$t§n order designated or indicated to beaChange Order,makeanychangeinthe Work withinthegeneralscopeof the Contract, including but not limited to changesto or in: 11.2.1 Specifications(includingdrawingsanddesigns); 11.2.2 Method or manner of performance of the Work. 11.2.3 CITY-furnished facilities,equipment,materials,services,orsite;or 11.2.4 Acceleration in the performance of the Work. 11.3 Exceptas provided inthis section,or seaions referred to inthis Section,no order,statement,or condua of the CITYshallbe treated asaChange Order or entitle the CONTRACTOR toanequitable adjustment unlessanduntil the changeinthe Work is specifically andexpresslyprovidedforina written Change Order,or as otherwise providedin another sectionof the Contraa Documents. 11.4 When aChange Order isissuedbytheCONSULTANTandsignedbytheCITY or issuedbytheCITYin writing,the CONTRACTOR shall perform the Work evenif the CONTRACTOR does not agree with the dollar amount of the Change Order.IfanyChange Order causesanincrease or decrease in the CONTRACTOR'S cost of,orthetimerequiredfor,theperformanceofanypartofthe Work underthis Contract,forwhich the CITYandthe CONTRACTOR cannot reachatimely agreement,anequitable adjustment based on the cost of the Work shallbemadeand the Contraa modifiedaccordingly. 11.5 If the CONTRACTOR intends to assert aclaimforanequitable adjustment or contest the equitable adjustment madeby the CONSULTANT,itshall,withinten (10)calendardaysafter receipt ofa written Change Order,submit to the CITYand CONSULTANT a written notice includinga statement setting forth the general nature and monetary extent ofsuchclaimforequitableadjustment,time extension requested and supporting data.Indetermining the cost of the Change Order,the costs shallbelimited to those listed in seaion 11.7 and I 1.8. 11.6 Noclaimby the CONTRACTOR foranequitable adjustment hereunder shallbeallowedif not submitted in accordance withthis seaion or if asserted after final payment under this Contract. 84 11.7 Thevalueofany Work coveredbyaChange Order orofany claim foranincreaseordecreaseinthe Contraa Priceshallbe determined in one of the followingways: 11.7.1 By negotiated lumpsum. 11.7.2 On thebasis of the reasonable cost and savings thatresultsfromthechangein the Work plusa mutuallyagreeduponfee to the CONTRACTOR to cover overheadandprofit not to exceed 15%.If the CONTRACTOR disagreeswiththe CONSULTANTS determination ofreasonable costs,the CONTRACT shall providealistof all costs together withbackup documentation 11.8 The term cost of the Work meansthesumof all direa extracostsnecessarilyincurredandpaidby the CONTRACTOR in the proper performance of the Change Order.Exceptas otherwise maybeagreed to inwritingbyCITY,such costs shall bein amounts nohigherthan those prevailing inMiami-Dade County andshallinclude only the followingitems: 11.8.1 Payroll costs for employees inthe direa employ of CONTRACTOR in the performance of the Work describedin the Change Order underschedulesofjob classifications agreeduponby CITY and CONTRACTOR.Payroll costs for employees not employed full time on the Work shallbe apportioned on the basisoftheir time spent on the Work.Payroll costs shallbelimitedto: salariesandwages,plus the costs of fringebenefitswhichshallincludesocialsecurity contributions,unemployment,exciseand payroll taxes,workers'compensation,healthand retirement benefits,sickleave,vacationandholidaypayapplicable thereto.Such employees shall include superintendents andforemenat the site.The expenses ofperforming Work afterregular working hours,onSundayor legal holidays shall beincludedin the aboveonlyif authorized by CITY andprovideditwas not inanyway,whether in whole orinpart the result of the faultof the CONTRACTOR due to negligenceof the CONTRACTOR or those aaing by or through himor duein whole orinpart to Defeaive Work of the CONTRACTOR. 11.8.2 Cost of all materialsand equipment furnishedandincorporatedin the Work,including costs of transportation andstorage,and manufacturers'field servicesrequiredin conneaion therewith. The CONTRACTOR shall notify the CITY of all cashdiscountsthatare available and offer the CITY the opportunity to depositfundswiththe CONTRACTOR for the paymentforitemsthat offer a discount Cash discounts shall accrue to CONTRACTOR unless the CONTRACTOR fails to timely notify the CITYofthediscountsorifthe OWNER depositsfundswith CONTRACTOR with which to make payments inwhichcases the cash discounts shall accrue to the OWNER.All tradediscounts,rebatesandrefunds,and all returnsfromsaleofsurplusmaterialsand equipment shall accrue to OWNER,and CONTRACTOR shall makeprovisionsso that they maybe obtained. 11.8.3 Paymentsmadeby CONTRACTOR tothe Subcontractors for Work performedby Subcontractors.IfrequiredbyCITY,CONTRACTOR shall obtaincompetitivebidsfrom Subcontraaors acceptabletohimand shall deliversuchbids to CITY who willthen determine, with the adviceofthe CONSULTANT,which Bids willbeaccepted.No subcontraa shall bea costplus contraa unlessapprovedinwritingbytheCITY.IfaSubcontraaprovidesthatthe Subcontraaor istobe paid onthe basis ofCostof Work plusafee,thecostofthe Work shall be determined in accordance this seaion 11.8 and in such case the word "Subcontraaor"shall be substituted for the word "CONTRACTOR". 11.8.4 Rentals of ail construaionequipment and machinery,except hand tools,andthe parts thereof whether rentedfrom CONTRACTOR orothersin accordance withrentalagreements approvedbyCITYwiththe advice ofCONSULTANT,andthecostsof transportation,loading, unloading,installation,dismantling andremoval thereof -all inaccordancewithtermsofsaid rental agreements.The rental ofanysuch equipment,machinery orparts shall ceasewhenthe use thereof isnolongernecessaryforthe Work. 11.8.5 Sales,useor similar taxes related totheWork,and for which CONTRACTOR is liable,imposed byanygovernmentalauthority. 11.8.6 Payments and feesfor permits and licenses.Costsfor permits and licenses mustbeshownasa separate item. I 1.8.7 The cost of utilities,fuel and sanitary facilities atthesite. 11.8.8 Minor expenses such as telegrams,long distance telephone calls,telephone service atthe site, expressageandsimilarpettycashitemsin 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: 85 11.9.1 Payroll costs and other compensation of CONTRACTOR'S officers,executives,principals (of partnership and sole proprietorships),general managers,engineers,architects,estimators,lawyers, agents,expediters,timekeepers,clerks andother personnel employed byCONTRACTOR whetheratthesiteorinits principal ora branch office for general administration ofthe Work andnot specifically included in the schedule referred toin Subparagraph 11.5. 11.9.2 Expenses of CONTRACTOR'S principal and branch offices otherthanits office atthesite. 11.9.3 Any partof CONTRACTOR'S capital expenses,including interest on CONTRACTOR'S capital employed fortheWorkand charges against CONTRACTOR for delinquent payments. 11.9.4 Costof premiums for all bondsandfor all insurance policies whetherornot CONTRACTOR is requiredbythe Contraa Documents to purchase and maintain thesame(exceptasotherwise providedinSubparagraph 11.8.9). 11.9.5 Costsduetothe negligence of CONTRACTOR,any Subcontraaor,or anyone directly or indirealy employed by any ofthemorfor whose actsanyofthem may be liable,including butnot limited to,thecorreaionofdefeaive 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 thecostsof any item not specifically andexpresslyincludedin Paragraph 11.8. 11.10 The CONTRACTOR'S fee which shall be allowed to CONTRACTOR forits overhead andprofit shall be determined as follows: 11.10.1 A mutually acceptablefirmfixedprice;orifnonecanbeagreedupon. 11.10.2 A mutually acceptable fixed percentage(nottoexceed 15%). 11.11 Theamountofcredittobe allowed by CONTRACTOR toOWNERforanysuch change whichresultsin a net decrease in cost will be the amount of the actual net decrease in costs calculated in the same mannerasprovidedin 11.8.Whenbothadditionsandcreditsare involved inanyonechange,the net shall becomputed to includeoverheadand profit,identified separately,forbothadditionsandcredit, providedhowever,the CONTRACTOR shallnotbeentitledto claim lostprofitsforany Work not performed. ARTICLE 12 -TIME FOR COMPLETION.LIQUIDATED DAMAGES AND CHANGE OF THE CONTRACT TIME. 12.1 Timeisof the essence to this contraa andthedateofbeginningandthetimeforcompletionof the Work areessentialconditionsofthe Contraa.Therefore,the Work shallbe commenced on the datespecified in the Notice to Proceed and gprnpli^within th§£im§specified forcompletionof the work, 12.2 The CONTRACTOR shallproceedwiththe Work atsuchrateofprogress to ensure full completion within the Contraa Time.Itisexpressly understood andagreed,byand between the CONTRACTOR and the OWNER,that the Contraa Timefor the completionof the Work described hereinisa reasonable time,taking into consideration the averageclimaticand economic conditions and other faaors prevailingin the localityof the Work.No extension oftimeshallbe granted due conditions that the Contraaor knewof or shouldhaveknownofbeforebiddingon the projea or due to inclement weather, except as provided in seaion 12.7. 12.3 If the CONTRACTOR shall fail to complete the Work within the Contraa Time,or extension oftime granted by the CITY,then the CONTRACTOR shallpay to the OWNER the amount ofliquidated damagesasspecifiedin the Contraa Documents foreach calendar day after the scheduled date for completion as adjusted by written Change Orders that extended the completion date. 12.3.1 These amounts are not penaltiesbutareliquidateddamagesincurredby the OWNER forits inability to obtain full useof the Project Liquidated damagesare hereby fixedand agreed upon between theparties,recognizing the impossibility ofpreciselyascertaining the amount ofdamages that will besustainedasaconsequenceofsuchdelay,andbothpartiesdesiring to obviateany question or disputeconcerningthe amount ofsaiddamagesand the cost andeffectof the failure of CONTRACTOR to complete the Contraa ontime.The above-stated liquidateddamagesshall apply separately to eachphaseof the Projea forwhichatimefor completion isgiven. 12.3.2 CITYisauthorizedto dedua the liquidated damagesfrommoniesdue to CONTRACTORforthe Work under this Contract 12.4 The Contract TimemayonlybechangedbyawrittenChange Order.Anyclaimforanextensioninthe CONTRACT TIME shall be based on written notice delivered to the CITY and CONSULTANT within five(5)businessdaysof the occurrence oftheevent giving rise to the claimandstating the generalnature of the claim including supporting data.All claimsfor adjustment in the Contraa Timeshallbeevaluated 86 andrecommendedbythe CONSULTANT,with final approvalbythe CITY'S representative.Anychange inthe Contraa Timeresultingfromanysuch claim shallbe incorporated ina written Change Order. 12.5 All time limits stated in the Contraa Documents are of the essence of the Contract 12.6 Noclaimfordelayshallbeallowedbecauseoffailure to furnishDrawingsbeforetheexpirationof fourteen (14)calendardaysafterdemandhasbeenmadeinwritingtotheCONSULTANTforsuch Drawings.Furthermore,there shallbenomonetarycompensationforsuchdelayandthe CONTRACTOR'Ssoleremedyshallbean extension oftimeforthe period ofdelay. 12.7 Extensionsto the Contraa Timefordelayscausedbytheeffectsofinclement weather shall not be grantedunless the weather was unusual forSouthFloridaandcould not havebeenanticipated,the abnormal weather is documented by records from the national weather serviceandtheabnormal weather is documented to have had a substantial affected on the construaion schedule. 12.8 NoDamagesforDelay:The CONTRACTOR agrees that he shall nothaveanyclaimfordamagesdueto delayunless the delayexceeds6months,whether individually or cumulatively,andthen the damagesshall belimited to increased cost ofmaterials that were unanticipated and that would not havebeen incurred butfor the delay.Other thanas set forthabove,theonlyremedyforanydelayshallbelimited to an extension oftimeasprovidedforinSection 12.4 whichshallbethesoleandexclusive remedy forsuch resultingdelay.Other thanas set forthabove,CONTRACTOR shall not be entitled to anincreaseinthe Contraa Price or payment or compensation ofanykindfrom OWNER fordirect,indirect,consequential, impaa or other costs,expenses or damages,includingbut not limitedto,costs of acceleration or inefficiency,overhead or lostprofits,arisingbecauseofdelay,disruption,interference or hindrance from anycause whatsoever,whether suchdelay,disruption,interference or hindrancebe reasonable or unreasonable,foreseeable or unforeseeable,or avoidable or unavoidable. 12.9 The CONTRACTOR waivesallclaims that are not presented to the Cityin writing on or before the 21st dayfollowing the date of the event upon which the claimisbased. 12.10 Dispute Resolution:If anydispute concerning a question of faa arises under the Contract,other than termination for default or convenience,the CONTRACTOR andthecity department responsible for the administration of the Contraa shallmakeagoodfaith effort to resolve the dispute.If the dispute cannot be resolved by agreement,then the department with the adviceof the City Attorney and the CONSULTANTshallruleonthedisputedissueandsenda written copyofitsdecision to the CONTRACTOR.CONTRACTOR shallcomplywithsuchdecisionandshall not delay the project ARTICLE 13 -GUARANTEE. 13.1 The CONTRACTOR shall guarantee andunconditionally warrant through either the manufaaurer orthe CONTRACTOR direaly,allmaterialsand equipment furnishedand Work performed for patent Defective Work foraperiodofone(I)yearfrom the dateof Final Acceptanceasindicatedin the CONSULTANT Letter ofRecommendationofAcceptance or from the datewhen the defect wasfirst observable,whicheverislater.Thesameguaranteeand unconditional warranty shallbe extend for five (5)yearsfrom the date of Final Acceptance asindicatedin the CONSULTANT Letter of RecommendationofAcceptanceforlatentDefective Work.TheCITYwillgivenoticeofobserved defectswith reasonable promptness.In the event that the CONTRACTOR should fail to commence to correa suchDefective Work withinten (10)calendardaysafterhavingreceived written noticeofthe defect,or should the CONTRACTOR commence the correaive work,but fail to prosecute the corrective work continuouslyand diligently andinaccordancewith the Contraa Documents,applicable law,rulesandregulations,theCITYmaydeclarean event of default,terminate the Contraa inwholeor inpartandcausethe Defeaive Work toberemoved or correaed and to completethe Work atthe CONTRACTOR'S expense,andthe CITY shall chargetheCONTRACTORthecosttherebyincurred. ThePerformanceBond shall remainin full forceandeffectthroughtheguaranteeperiod. 13.2 The specific warrantyperiodslistedinthe Contraa Documents,ifdifferentfromtheperiodoftimelisted in Seaion 13.1,shalltake precedence over Seaion 13.1. 13.3 CONTRACTOR shall aa asagent,ona limited basis forthe OWNER,atthe CITY's option,solely for thefollow-upconcerningwarranty compliance forallitemsundermanufacturer's Warranty/Guarantee andforthe purpose ofcompletingallformsfor Warranty/Guarantee coverage under this Contract 13.4 In caseofdefaultbythe CONTRACTOR,theCityofSouth Miami mayprocurethearticlesor services from other sourcesandholdthe CONTRACTOR responsibleforanyexcesscostsoccasionedor incurred thereby. 13.5 The CITY maywithholdacceptanceof,orrejectitemswhicharefoundupon examination,nottomeet the specification requirements.Uponwritten notification ofrejection,items shall beremovedwithin five 87 (5)business days by the CONTRACTOR at his own expense and redelivered at his expense.Rejected goods left longerthanthirty (30)calendar days shall be regarded as abandoned andthe City shall have the right to dispose ofthemasitsownproperty and the CONTRACTOR thereby waives any claim tothe good orto compensation of any kind.Rejeaion for Non-conforming Workor failure to meet delivery schedules mayresultinthe Contraa being foundindefault ARTICLE 14 -PAYMENTS AND COMPLETION. Payments to Contractor 14.1 The Contraaor shall notbeentitledto any money for any work performed before the issuance ofa Notice toProceedontheform described in the Contraa Documents andthe issuance bytheCityofa "purchase order",or any other document,does not andshall not authorize the commencement of the Work.Atleastten (10)calendardaysbeforeeachprogresspaymentfalls due(butnotmoreoftenthan onceamonth),theCONTRACTOR shall submittothe CONSULTANT a partial paymentestimate filled outand signed bythe CONTRACTOR covering theWork performed during theperiod covered bythe partial paymentestimateandsupportedbysuchdataasthe CONSULTANT may reasonably require.All progresspayment applications afterthefirstprogress payment shallbe accompanied by partial releasesof lien executedby all persons,firmsandcorporationswhohave furnished labor,servicesor materials incorporatedintotheworkduringtheperiodoftimefor which thepreviousprogresspaymentwasmade, releasing suchclaimsand lien rights,if any,ofthosepersons.Ifpaymentisrequestedonthe basis of materialsandequipmentnot incorporated inthe Work butdeliveredandsuitably stored atornearsite, thepartialpaymentestimateshallalsobe accompanied bysuchsupporting data,satisfaaory tothe CITY, whichestablishestheOWNER'Stitletothematerialandequipmentaswellascertificatesofinsurance providing coveragefor 100%of the valueofsaid material andequipmentcoveringthematerialand equipmentfrom all casualties aswellas theft,vandalism,fireandflood.TheCONTRACTOR shall replace atitsexpenseany stored materialspaidforwhichareeitherdamaged or stolen before installation.The CONSULTANT will withinten (10)calendardaysafterreceiptofeachpartialpaymentestimate,either certifying inwritingitsapprovalofpaymentandpresentthepartialpaymentestimate to theOWNER,or return thepartialpaymentestimate to theCONTRACTOR,indicating inwritinghisreasonsforrefusing to approve payment Inthe latter case,theCONTRACTORmaymake the necessary corrections and resubmit the partialpayment estimate.TheOWNER,will within thirty (30)calendardaysof presentation to itofany approved partial payment estimate,paythe CONTRACTOR a progress paymentonthebasis of the approved partialpayment estimate.The OWNER shallretainten (10%)percent ofthe amount of eachpaymentuntil Final Completion andAcceptanceofall Work covered by the Contract Documents. Any interest earned ontheretainageshallaccrueto the benefitof the OWNER. 14.2 TheCONTRACTOR,beforeitshallreceive final payment,shall deliver to theCITYa Contraaor's Final Payment Affidavitas set forthin the Florida Construaion Lien Statute aswellasfinal releases oflien executed byall persons whohave performed or furnishedlabor,services or materials,direaly or indirectly,whichwas incorporated into the Work.Ifanypersonrefuses to providesucharelease or provides a conditional release,the CITYshallhave the right to issuea joint checkmadepayable to the CONTRACTOR andsuch person. Contraaor's Warranty ofTitle 14.3 The CONTRACTOR warrants andguarantees that titletoall Work,materialsand equipment covered by anApplicationforPayment whether theWork,material or equipment is incorporated in the Projea or not,shallhavepassed to the OWNER prior to the making of the ApplicationforPayment,freeand clear ofallliens,claims,security interest andencumbrances (hereafter in these General Conditions referred to as "Liens");and that no Work,materials or equipment,coveredbyanApplicationforPayment,will have beenacquiredbythe CONTRACTOR or byany other personperformingthe Work atthesiteor furnishingmaterialsand equipment forthe Project,under or pursuant to an agreement underwhichan interest therein or encumbrance thereon isretainedbytheseller or otherwise imposedbythe CONTRACTOR or such other person. ApprovalofPayment 14.4 TheCONSULTANTSapprovalofanypaymentrequestedinanApplicationforPayment shall constitute a representation byhim to theCITY,basedonthe CONSULTANT'S onsiteobservationsofthe Work in progressasanexperiencedprofessionalandonhisreviewoftheApplicationforPaymentandsupporting data,that the Work has progressed to thepointindicatedintheApplicationforPayment;that,to the 88 besthisknowledge,informationand belief,the quality ofthe Work isin accordance withthe Contraa Documents(subjecttoan evaluation ofthe Work asa functioning Projea upon substantial completionas definedinArticle I,to the resultsofany subsequent tests calledforinthe Contraa Documents andany qualifications statedinhis approval);and thattheCONTRACTORisentitledtopaymentoftheamount approved.However,by approving,anysuch payment theCONSULTANT shall nottherebybedeemed tohaverepresentedthathemade exhaustive or continuous on-site observations tocheckthequalityor thequantityofthe Work,orthathehasreviewedthemeans,methods,techniques,sequencesand proceduresofconstructionorthathe had madeany examination to ascertain howorforwhatpurpose the CONTRACTOR hasusedthemoneys paid ortobe paid to himonaccountofthe Contraa Price,or thattitle to anyWork,materials,orequipment has passed totheOWNERfreeand clear ofany liens. 14.5 The CONTRACTOR shallmakethefollowingcertificationoneach request for payment "Iherebycertifythatthelaborand materials listedonthisrequestforpaymenthavebeenusedinthe construaion of this Work and that allmaterialsincludedinthis request for payment and not yet incorporatedintothe construaion arenowonthesiteorstoredatanapproved location,andpayment receivedfrom the last request forpaymenthasbeenusedtomakepaymentsto all his Subcontraaors and suppliers,except fortheamountslistedbelowbesidethenamesofthepersonswhoperformed work or suppliedmaterials". In the event thatthe CONTRACTOR withholdspaymentfroma Subcontraaor orSupplier,thesame amount of money shall bewithheldfromthe CONTRACTOR'S paymentuntil the issueisresolvedby written agreement between them andthenajointcheck shall bemade payable to the personin question and the CONTRACTOR inaccordancewiththe settlement agreement,otherwise the money shallbe heldby the OWNER untilajudgmentis entered infavorof the CONTRACTOR or the person,inwhich case the money shall bepaidaccordingwithsaid judgment Nothing containedherein shall indicatean intent to benefit anythird persons who are not signatories to the Contract 14.6 The CONSULTANT mayrefuse to approve the wholeoranypartofany payment if,initsopinion,itis unable to makesuch representations tothe OWNER asrequiredthis Seaion 14.Itmayalsorefuse to approveanypayment,oritmayvoidanypriorpayment application certificationbecauseofsubsequently discovered evidence or the resultsof subsequent inspection or tests to such extent asmaybe necessary inits opinion to protea the OWNER fromlossbecause: 14.6.1 of Defeaive Work,or completed Work hasbeendamagedrequiring correaion or replacement, 14.6.2 the Work forwhichpaymentis requested cannotbeverified, 14.6.3 claims of Lienshavebeenfiledor received,or there isreasonable evidence indicating the probable filing or receipt thereof, 14.6.4 the Contraa Price has been reduced because of modifications, 14.6.5 the CITYhas correa Defeaive Work or completed the Work inaccordancewithArticle 13. 14.6.6 of unsatisfaaory prosecution ofthe Work,including failure to cleanupas required by paragraphs 6.29 and 6.30, 14.6.7 of persistent failure to cooperate with other contraaors on the Projectand persistent failure to carry out the Work in accordance with the Contraa Documents, 14.6.8 of liquidateddamagespayableby the CONTRACTOR,or 14.6.9 of any other violationof,or failure to complywithprovisions of the Contraa Documents. 14.7 Priorto Final Acceptance the OWNER,withthe approval of the CONSULTANT,mayuseanycompleted or substantially completed portions of the Work providedsuchusedoes not interfere with the CONTRACTOR'S completionofthe Work.Suchuse shall not constituteanacceptanceofsuchportions of the Work. 14.8 TheCITY shall havetherighttoenterthepremisesforthepurposeofdoing Work notcoveredbythe Contraa Documents.Thisprovision shall not beconstruedas relieving the CONTRACTOR of the sole responsibility forthecareand proteaion ofthe Work,ortherestorationofany damaged Work except suchasmaybecausedbyagentsor employees of the OWNER. 14.9 Upon completion and acceptance of the Work the CONSULTANT shallissuea Certificate attached to the Final ApplicationforPaymentthatthe Work hasbeenacceptedbyitunder the conditionsof the Contraa Documents.Theentire balance found to bedue the CONTRACTOR,including theretained percentages,but except suchsumsasmaybe lawfully retainedby the OWNER,shall bepaid to the CONTRACTOR within thirty (30)calendar daysofcompletionandacceptance of the Work. 89 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 with a credit card account 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 advice will besentviae-mail,orfax,whichnotifiesthe CONTRACTOR that thefundshavebeentransferredin to theaccountlinkedtothecardfor the amount listed onthe invoice and/or remittance email.Please refer tothe ePayables Questions &Answers Form contained in this RFP orcontaathe OWNER'S Finance department at (305)663-6343 with any questions. Acceptanceof Final PaymentasRelease .14.11 The Acceptance by the CONTRACTOR of Final Payment shall be and shall operate asa 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 in connection with theWork and for every aa and neglea ofthe OWNER and others relating toor arising outofthis Work.Any payment,however,final or otherwise,shall not release the CONTRACTOR orits sureties from any obligations under theContract Documents orthe Performance Bond and Payment Bonds. 14.12 The CONSULTANT may void any certification of Substantial Completion or Final Completion ofthe Workasmaybe necessary inhis opinion to protea theOWNERfromlossifhe determines,becauseof subsequently discovered evidence orthe results of subsequent inspection ortests,that 14.12.1 theWorkisdefeaive,orthatthe completed Workhasbeen damaged duetothe fault ofthe CONTRACTOR or any individual or entity operating underor through it requiring correaion or replacement totheextentthatthe projea isnolonger Substantially Completed,orinthe caseof Final Completion certification,isnolonger Finally Competed. 14.12.2 theWork necessary tobe completed forthe purpose of certifying theworkas being Substantially Completedor Finally Completedcannotbe verified, 14.12.3 claims or Liens have been filed or received,orthereis reasonable evidence indicating the probable filing orreceiptthereof that,ifvalid and paid,would reducethe amount owing tothe CONTRACTOR BY 20%inthecaseof Substantial Completion and 5%inthecaseof Final Completion. 14.12.4 thereis Defective Workthe value of which,if deduaed fromthe contraa pricewouldreduce theamountowingtothe CONTRACTOR BY 20%inthecaseof Substantial Completion and 5% inthecaseof Final Completion. 14.13 If the CONSULTANT de-certifies any portion oftheWorkthat was certified ("Initial Certification")by the CONSULTANT,the CONTRACTOR shall repay totheCityof South Miami any money paid asa resultofsaid Initial Certification being issued which shall bepaidonlywhenthe decertified workisre certified. ARTICLE 15 -SUSPENSION OF WORK AND TERMINATION. 15.1 The CITY may,atanytimeandwithoutcause,suspend theWorkoranyportionthereofforaperiodof not more thanninety(90)calendardaysbynoticeinwriting to theCONTRACTORandthe CONSULTANT,which shall fix the date on which Work shall be resumed.The CONTRACTOR shall be allowedanincreaseinthe Contraa Price or anextensionofthe Contraa Time,orboth,directly attributable to anysuspensionandifa claim istimelymadeandifitisallowedunderthetermsofArticles 11 or Article 12. CityMay Terminate 15.2 IftheCONTRACTORisadjudgedbankrupt or insolvent,or ifhemakesageneral assignment forthe benefitofits creditors,or ifa trustee or receiver is appointed for the CONTRACTOR or foranyits property,or ifhefilesapetition to takeadvantageofany debtor's act,or to reorganizeunderbankruptcy or similarlaws,or ifhe repeatedly fails to supplysufficientskilled workmen or suitablematerials or equipment,or ifherepeatedly fails to makepromptpayments to Subcontraaors orforlabor,materialsor equipment or hedisregardslaws,ordinances,rules,regulations or orders ofanypublicbody having jurisdiction,or ifhedisregards the authorityoftheCONSULTANT,or ifhe otherwise violatesany provisionof,the Contraa Documents,then theCITYmay,without prejudice to any other right or remedy and after giving the CONTRACTOR andtheSuretyseven(7)calendardays written notice, 90 terminate the servicesof the CONTRACTOR and take possessionof the Projea andofallmaterials, equipment,tools,construaion equipment andmachinery thereon owned by the CONTRACTOR,and finish the Work by whatever method itmaydeem expedient In suchcase the CONTRACTOR shall not be entitled to receive anyfurther payment untilthe Work isfinished.If the unpaidbalance of the Contraa Price exceeds the direa andindirectcosts of completing the Project,including compensation foradditional professional services,such excess shallbepaid to the CONTRACTOR.Ifsuch costs exceed suchunpaidbalance,the CONTRACTOR or the Surety on the PerformanceBondshallpay the difference to the OWNER.Such costs incurredby the OWNER shallbe determined by the CONSULTANT and incorporated inaChange Order. If after termination of the CONTRACTOR underthis Seaion,itis determined bya court of competent jurisdiaion foranyreason that the CONTRACTOR was not indefault,the rightsandobligations of the OWNER and the CONTRACTOR shallbe the sameasif the termination had been issued pursuant to Seaion 15.5 15.3 Where the CONTRACTOR'S services havebeenso terminated by the CITY said termination shall not affea anyrights of the OWNER against the CONTRACTOR then existing or whichmay thereafter accrue.Any retention orpaymentofmoneysbythe OWNER due the CONTRACTOR shall not release the CONTRACTOR from liability. 15.4 Uponseven(7)calendardays written notice to the CONTRACTOR and the CONSULTANT,the CITY may,without causeand without prejudice to any other rightor remedy,elect to terminate the Contraa for the convenience of the OWNER.Insuchcase,the CONTRACTOR shallbepaidforall Work executed and accepted bytheCITYasofthedateof the termination,minusanydeductionfordamageor Defective Work.No payment shall bemadeforprofitfor Work whichhas not been performed. 15.4A The CITY reserves the rightin the event the CONTRACTOR cannot provideanitem(s)orservice(s)ina timely manneras requested,to obtain the goodand/orservicesfrom other sources and deduaing the cost from the Contraa Price without violating the intent of the Contract Removal of Equipment 15.5 In the case of termination of this Contraa before completion foranycause whatever,the CONTRACTOR,ifnotified to dosobytheCITY,shall promptly remove anypartor all of its equipment andsuppliesfrom the property of the OWNER.Should the CONTRACTOR not remove such equipment andsupplies,the CITYshallhavetheright to remove them at the expense of the CONTRACTOR andthe CONTRACTOR agreesthat the OWNER shall not be liable forlossordamage to such equipment or supplies.Equipment andsuppliesshall not be construed to includesuch items for which the CONTRACTOR hasbeenpaidinwholeorinpart. Contractor MayStop Work or Terminate 15.6 If,through no aa orfaultof the CONTRACTOR,the Work is suspended foraperiod of more than ninety (90)calendardaysby the CITY orby order of other publicauthority,or underan order of court or the CONSULTANT fails to aa onanyApplicationforPaymentwithin thirty (30)calendardaysafterit is submitted,or the OWNER fails to paythe CONTRACTOR anysum approved by the CONSULTANT, within thirty (30)calendardays of itsapproval,and presentation,then the CONTRACTOR may,upon twenty (20)calendardays written notice to the CITYand the CONSULTANT,terminate the Contract. TheCITYmay remedy the delayor neglea within the twenty (20)calendardaytimeframe.Iftimely remedied by the CITY the Contraa shall not be considered terminated.Inlieu of terminating the Contract,if the CONSULTANT has failed to aa onanApplicationforPayment or the OWNER has failed to makeany payment asafore said,the CONTRACTOR mayuponten (10)calendar days*notice to the CITYand the CONSULTANT stopthe Work untilithasbeen paid all amounts thendue. Indemnification of Independent Consultant 15.7 The CONTRACTOR and the CITY hereby acknowledges that if the CONSULTANT isan independent contraaor of the OWNER,the CONSULTANT maybereluctant to ruleonanydisputesconcerning the Contraa Documents oron the performanceofthe CONTRACTOR or the OWNER pursuantto the terms of the Contraa Documents.Therefore,the OWNER,atthe CONSULTANTS request,agrees to provide the CONSULTANT witha written indemnificationandholdharmless agreement to indemnify andholdthe CONSULTANT harmlessastoanydecisioninthisregard before the CONSULTANT makes 91 aninterpretation,de-certifiesapayment application,decertifies Substantial Completion,decertifies Final Completion,certifies aneventof default,or approves anyaaion which requiresthe approval ofthe CONSULTANT. ARTICLE 16-MISCELLANEOUS. 16.1 Wheneverany provision oftheContract Documents requiresthe giving ofwrittennoticeit shall be deemedtohavebeen validly given if delivered inpersontothe individual ortoamemberofthefirm or toan officer ofthecorporationforwhomitis intended,orif delivered atorsentbyregisteredor certifiedmail,postageprepaid,to the lastknownbusinessaddress. 16.2 The Contraa Documents shall remain thepropertyofthe OWNER.The CONTRACTOR andthe CONSULTANT shall have the right to keep one record setofthe Contraa Documents upon completion of the Project 16.3 The duties and obligations imposed by these General Conditions,Special Conditions and Supplementary Conditions,if any,andthe rights and remedies available hereunder,and,in particular butwithout limitation,the warranties,guarantees and obligations imposed upon CONTRACTOR bythe Contraa Documentsandtherightsandremedies available totheOWNERand CONSULTANT thereunder,shall bein addition to,and shall notbe construed in any way asa limitation of,any rights and remedies available by law,by special guaranteeorby other provisions ofthe Contraa Documents. 16.4 Should the OWNER orthe CONTRACTOR suffer injury or damage toits person or property because of any error,omission,or aa ofthe other orofanyoftheiremployees or agentsor others forwhoseacts theyare legally liable,claim shall be made in writing totheother party within twenty one (21)calendar days ofthefirstobservanceofsuch injury or damage. ARTICLE 17 -WAIVER OF IURY TRIAL 17.1 OWNER and CONTRACTOR knowingly,irrevocably voluntarily and intentionally waive any righteither may have toa trial by jury in State or Federal Court proceedings in respea to any action,proceeding, lawsuit or counterclaim arising outofthe Contraa Documents orthe performance oftheWork thereunder. ARTICLE 18 -ATTORNEYS FEES JURISDICTION /VENUE /GOVERNING LAW. 18.1 TheContract shall beconstruedin accordance withand governed bythe law oftheStateof Florida. 18.2 The parties submit tothe jurisdiction of any courtof competent jurisdiaion in Florida regarding any claim or actionarising out of or relatingto the Contraa or Contraa Documents.Venueofanyactionto enforcethe Contraa shall bein Miami-Dade County,Florida. 18.3 Except as may be otherwise provided in the Contraa Documents,all claims,counterclaims,disputes and other matters in question between the OWNER and the CONTRACTOR arising outofor relating to this Contraa orthebreachthereof,shall be decided inacourtofcompetentjurisdiaion within theState of Florida. ARTICLE 19 •PROIECT RECORDS. 19.1 The CITY shall have right toinspeaand copy during regular business hoursat OWNER'S expense,the books and records and accounts of CONTRACTOR which relate in any way tothe Project,andto any claim for additional compensationmadeby CONTRACTOR,and to condua anauditofthe financial and accounting records ofCONTRACTORwhichrelatetothe Project CONTRACTORshallretainand make available to CITYallsuch books and records andaccounts,financial or otherwise,whichrelate to the Projea andtoany claim foraperiodofthree(3)years following final completion oftheProject During the Projea andthethree(3)year period following final completion ofthe Project, CONTRACTOR shall provide CITY accesstoitsbooksandrecordsupon five (5)business day'swritten notice. 19.2 CONTRACTORand all ofits subcontraaors arerequiredtocomplywiththe public recordslaw (s.119.0701)whileprovidingservicesonbehalfoftheOWNERand the CONTRACTOR,undersuch conditions,shall incorporatethis paragraph inallofitssubcontractsforthisProject CONTRACTOR andits subcontraaors are specifically requiredto:(a)Keepand maintain public recordsthat ordinarily and necessarily wouldberequiredbythe public agency in order toperformtheservice;(b)Provide the public withaccessto public recordsonthesametermsandconditionsthatthe public agencywould providethe records andatacost that doesnotexceedthecostprovidedinthischapter or asotherwise 92 provided by law;(c)Ensure that public recordsthatareexemptor confidential andexemptfrom public recordsdisclosure requirements arenotdisclosed except asauthorizedby law;and(d)Meet all requirementsforretaining public recordsandtransfer,atno cost,to the public agency ail public records inpossessionofthe contraaor upon termination ofthecontractanddestroyany duplicate publicrecords thatare exempt orconfidentialand exempt frompublic records disclosure requirements.Alt records stored electronically must be provided tothe public agency inaformatthat is compatiblewith the informationtechnology systems ofthe public agency. 19.3 If CONTRACCTOR oritssubcontraaordoesnotcomplywitha public records request,the CITY shall havetheright to enforcethiscontract provision by specific performanceandthepersonwhoviolatesthis provision shall be liable to OWNER forits costs of enforcing this provision,including attorneyfees incurredin ail proceedings,whether administrative or civil courtandin all appellate proceedings. ARTICLE 20 -SEVERABILITY. 20.1 ifany provision ofthe Contract orthe application thereoftoanypersonorsituation shall toany extent, beheld invalid or unenforceable,the remainder ofthe Contract,andthe application ofsuchprovisionsto persons or situations other than those as to which itshall have been heldinvalid or unenforceable shall notbe affected thereby,and shall continue in full force and effect,andbeenforcedtothe fullest extent permitted by law* ARTICLE 21 -INDEPENDENT CONTRACTOR. 21.1 TheCONTRACTORisan independent CONTRACTOR underthe Contract.Services provided bythe CONTRACTOR shall bebyemployeesoftheCONTRACTORandsubjea to supervision bythe CONTRACTOR,and not as officers,employees,or agents oftheOWNER.Personnel policies,tax responsibilities,social security and health insurance,employee benefits,purchasing policies andother similar administrativeprocedures,applicable toservicesrenderedunder the Contraa shall be those of the CONTRACTOR. ARTICLE 22 -ASSIGNMENT. 22.1 The CONTRACTOR shall not transfer or assign any ofits rights or duties,obligations and responsibilities arising undertheterms,conditions and provisions ofthisContractwithoutpriorwrittenconsentofthe City Manager.TheCITY wiH not unreasonably withhold and/or delay itsconsenttothe assignment ofthe CONTRACTOR'S rights.TheCITYmay,initssoleandabsolute discretion,refusetoallowthe CONTRACTORto assign its duties,obligations and responsibilities.In anyevent,theCITY shall not consent to such assignment unless CONTRACTOR remains jointly and severally liable for any breach of the Agreement bythe assignee,the assignee meets all ofthe CITY's requirements tothe CITY's sole satisfaction and the assignee executes all ofthe Contract Documents thatwere required tobe executed bythe CONTRACTOR IN WITNESS WHEREOF,the parties hereto haye^executed rfje General Conditions to,acknowledge their inclusion as part of the Contraa Documents on this n day of offp^A/Jaflr 201\. CONTRACTOR: Signature: Print Signatory's Name:Ec?5k \jbALO&> Title of Signatory:B^£dQfib2^ 93 &TIOM,UJC» EXHIBIT 8 Supplementary Conditions Bus Shelter Fabrication &Installation RFP #PW-2015-21 A Consultant:In accordance with ARTICLE I of the General Conditions CONSULTANT is defined as the person identified asthe CONSULTANT inthe Supplementary Conditionsorifnone,then CITY's designated representativeas identified inthe Supplementary Conditions.The CONSULTANTS,ifany, andthe City's DesignatedRepresentative'sname,address,telephone numberand facsimile number are as follows: Consultant:R.J.Behar &Company 6861 SW 196 Avenue,Suite 302 Pembroke Pines,Fl 33332 Phone:954/680-7771 Fax:954/680-7781 B.Termination or SubstitutionofConsultant:Nothingherein shall preventthe CITY fromterminating the servicesof the CONSULTANT or fromsubstituting another "person"to aa as the CONSULTANT. C.Plans forConstruction:The successful CONTRACTOR will befurnishedone (I)setsof Contract Documents without charge.Any additional copies required will be furnished tothe CONTRACTOR ata costtotheCONTRACTORequaltothe reproduaion cost D.TheScopeof Services,also referred toasthe Work inthe contract documents,isas set forthin the RFP andintheattached EXHIBIT I andifthereisaconfliatheattached Exhibit shall takeprecedence. E.Contractor shall complywith die insurance and indemnification requirementsas set forthinthe RFP and intheattached EXHIBIT 2 andifthereisaconfliatheattached Exhibit shall take precedence. F.TheWorkshallbecompletedin 120 calendar days unless a shorter timeissetforthinthe Contract andinsucheventthe Contraa shall takeprecedent notwithstanding any provision inthe General Conditions tothe Contraa that may betothecontrary.. IN WITNESS WHEREOF,the parties hereto haveexecuted the Supplementary Conditions toacknowledgetheirinclusionaspartoftheContraaonthis/y^dav of ^Fp^Jp—20 /j. ATTESTEI Maria Menendez CityClerk CONTRACTOR: Signature PrintSignatory's Name: Tideof Signatory: or:&ffiMoq j^feTfo* OWNER:CITY 94 Signature: Steven Alexander Jty Manager Performance and Payment Bonds (As a Condition Award.Notrequired with Submittal.)EXHIBIT 9&10 N/A EXHIBIT 9 FORM OF PERFORMANCE BOND Bus Shelter Fabrication &Installation RFP#PW-20I5-2I (Requiredasa Condition of AwardandPrior to the Contractor Receivinga Notice to Proceed.Not Required with Submittal) KNOW ALLMENBY THESE PRESENTS: That,pursuanttotherequirementsof Florida Statute255.05,we, _,whose business addressis andwhosetelephone number is _,as Principal (hereinafter referredtoas "Contractor"),and ,whosebusinessaddressis and whose telephone number is ,as Surety,are bound tothe City of South Miami whose business address is and whose telephone number is ,[[and Miami- DadeCountywhose business addressis andwhosetelephonenumberis ]]as Obligee,(hereinafter referredtoas "City")intheamountof Dollars($)forthepayment whereof Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally. WHEREAS,Contraaor hasenteredintoa Contraa,forthe Bus Shelter Fabrication&Installation Project, awarded onthe dayof ,20,underContract Number bythe Cityfortheconstructionof (briefdescriptionoftheWork)in accordance with drawings (plans)and specifications prepared by ._which Contractishereby madea part hereof by reference,and \s hereafter referred to as the "Contract11; THE CONDITION OF THIS BOND is that the Contraaor: 1.Fully performs the Contract between the Contractor andthe Bus Shelter Fabrication & Installation Project,within 120 calendar days afterthedateof Contract commencement as specifiedin the Notice to Proceed andinthemanner prescribed in the Contract;and 2.Indemnifies andpaysCity all losses,damages (specifically including,butnot limited to,damagesfor delay and other foreseeable consequential damages),expenses,costsand attorne/s fees,including attorney's feesincurredinappellateproceedings,mediationand arbitration,ifany,that Citysustains becauseofdefaultby Contractor undertheContractorcausedby or arisingoutofanyactionor proceedingto enforce the Contraa or this Bond;and 3.Upon notification bytheCity,correa anyand all patentlydefective or faultyWorkormaterialsthat appear within one (I)year after the issuanceof the Certificate of Occupancy,and correct anyandall latentdefects that arediscoveredbeforetheexpirationofthethird(3rd)year following thedateof the issuanceof the CertificateofOccupancy;and 4.Performs the guarantee ofall Work andmaterialsfurnished under the Contract for the timespecified in the Contract. Ifallof the forgoing conditions are met,then thisBondisvoid,otherwise itshallremaininfull force and effect. Whenever Contractor shallbe,and declared bytheCity to be,indefaultfor failing to perform in stria accordance withanyof the terms ofthe Contraa,theSuretyshallpromptly remedy the defaultaswellasperform in the followingmanner: Complete the Contract in accordance withthe Contract's terms and conditions provided the City makes available,as Work progresses,that portionofthe Contraa Price that hasnotalreadybeenpaid to,oronbehalfof,the Contraaor.TheCity shall notberequired to payanymorethantheamount ofthe Contraa Price.Thesuretyshall not beobligatedtopay more thanthemaximumamountfor which the Suretymaybeliableas set forthinthefirstparagraphofthisbond.Ifthe Surety fails to commence the Work within thirty (30)daysof receipt oftheCity's declaration ofadefault or if the Surety fails tomanthejobwithsufficientforces,or suspendsthe Work,formorethanthirty(30) days,eitherconsecutiveorincombinationwithseparateoccasions,theCity shall havetheoption,in theCity'ssolediscretion,and without waiving itsrighttoany other remedyordamagesprovidedfor bythisbond,to complete the Work with other forcesandtheSuretyshallpayforthe cost to complete the Work.The term "balanceofthe Contract Price"asusedinthisparagraph,shallmean 95 thetotalamount payable byCityto Contraaor undertheContractandanyamendments thereto,less the amount properly paidbytheCitytothe Contraaor. Norightof aaion shall accrueonthisBondtoorfortheuseofanypersonorcorporation other thanthe City named herein. TheSuretyherebywaivesnoticeofandagreesthatanychangesinorunder the Contraa Documents and complianceornoncompliancewithany formalities connectedwiththe Contraa shall notaffecttheSurety's obligationunderthisBond. INWITNESSWHEREOF,theabovebondedpartieshave executed this instrument under their several sealsonthis dayof ,20,thenameandthe corporate seal of each corporatepartybeing hereto affixedand these presentsbeingdulysignedbyitsundersignedrepresentative. IN PRESENCE OF: (Individual,President,Managing MemberorGeneralPartner,etc.) OR ATTEST: Secretary IN THE PRESENCE OF: and Attorney-in-fact Signature) STATE OF FLORIDA COUNTY OF MIAMI-DADE (BusinessAddress) (City/State/Zip) (Business Telephone) (Corporate Name) (President) (Business Address) (City/State/Zip) (Business Telephone) BY: (Business Address) (City/State/Zip (Business Telephone) .INSURANCE COMPANY: (SEAL)(Agent On this,the _,20.day of _ Florida,the foregoing performance bondwas acknowledged by .(Title),of beforeme,the undersignednotarypublicoftheStateof (Corporate Officer), (NameofCorporation),a WITNESSmyhandand official seal.m .(Stateof Incorporation)corporation,onbehalfofthecorporation. NOTARY PUBLIC: SEAL OF OFFICE: Personally known tome,or Personal identification: Notary Public,Stateof Florida (NameofNotary Public:Print,Stamp orTypeas commissioned.) Type of IdentificationProduced Didtakeanoath,or Did Not take an oath. 96 EXHIBIT 10 FORM OF PAYMENT BOND Bus Shelter Fabrication &Installation RFP#PW-20I5-2I (Requiredasa Condition of Award andPrior to the Contractor Receivinga Notice to Proceed.Not Required with Submittal) KNOW ALL MEN BY THESE PRESENTS: That,pursuant tothe requirements of Florida Statute 255.01,etseq.,Florida Statutes,we, ,whose business address is and whose telephone number is ,as Principal,(hereinafter referred toas"Contraaor"),and ,whose business addressis andwhosetelephone numberis ,as Surety,are bound totheCityof South Miami,whose business addressis andwhose telephone numberis ,[[and Miami-Dade Countywhose business addressis and whose telephone number is ]]as Obligee,(hereinafterreferredtoas"City")intheamountof Dollars($)forthepaymentwhereof Contractor andSurety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally. WHEREAS,Contractor has,bywrittenagreement,enteredintoa Contract forthe Bus Shelter Fabrication&Installation Projectawardedonthe __day of ,20, under Contraa Numberforthe construaion of (brief description oftheWork)bytheCityin accordance with drawings (plans)and specifications,ifany,preparedby which Contraa is hereby madeaparthereofby reference andis hereafter referred toas the "Contraa"; THE CONDITION OF THIS BOND is that if the Contractor: I.Promptly performs the construaion workinthetimeandmanner prescribed inthe Contract;and 2.Promptlymakespaymentstoailclaimants,asdefinedinSection255.05,Florida Statutes, supplying Contraaor withlabor,materials,or supplies,useddirectlyorindirectlyby Contractor inthe prosecution ofthe work providedforinthe Contraa;and 3.Pays Cityalllosses,damages,expenses,costs,andattorney'sfees,including those incurredin anyappellate,mediation or arbitration proceedings,if any,thatOwner sustains becauseofa defaultby Contractor under the Contract;and 4.Performs the guarantee ofall work andmaterialsfurnished under the contraa for the time specifiedin the contract,thenthis obligation shallbevoid;otherwise,it shall remainin full force and effect Anyactioninstitutedbyaclaimantunderthisbondforpaymentmustbeinaccordancewiththenotice andtimelimitationprovisionsin Seaion 255.05(2),Florida Statutes. TheSurety hereby waivesnoticeofandagrees that anychangesin or underthe Contraa Documents andcompliance or noncompliancewithanyformalities conneaed withthe Contraa shallnot affea theSurety'sobligation under thisBond. IN WITNESS WHEREOF,theabovebondedpartieshaveexecutedthisinstrumentundertheirseveral sealsonthis dayof ,20,thenameandthe corporate sealofeach corporate partybeing hereto affixedand these presents beingdulysignedbyitsundersigned representative. IN PRESENCE OF: (Individual,President,Managing Member or GeneralPartner,etc) (BusinessAddress) (City/State/Zip) (Business Telephone) 97 OR ATTEST: Secretary IN THE PRESENCE OF: STATE OF FLORIDA COUNTY OF MIAMI-DADE On this,the _ who is the day of_ (CorporateName) (President) (Business Address) (City/State/Zip) (Business Telephone) .INSURANCE COMPANY: (SEAL)BY: (Agentand Attorney-in-fact Signature) (Business Address) (City/State/Zip (Business Telephone) ,20,before me appeared m .(Title),of (Name of legal entity),a (StateofIncorporation)companyorpartnership,onbehalfofthe corporation and who is personallyknownbymeor who providedmewith the following typeofidentification andwho took anoathoraffirmedthat he/she isthepersonwhosignedthe foregoing paymentbond. WITNESS myhandandofficialseal. Notary Public,Stateof Florida NOTARY PUBLIC: SEAL *Powerof Attorney mustbeattached. (Nameof Notary Public:Print,Stamp or Type as commissioned.) END OF DOCUMENT 98 Respondents Qualification Statement RESPONDENT QUALIFICATION STATEMENT Bus Shelter Fabrication &Installation RFP#PW-20I5-2I The response to this questionnaire shall be utilized as part of the CITTS overall Proposal Evaluation and RESPONDENT seleaion. I.Number ofsimilar projeas completed, t iLjk a)Inthepast5 years In thepast5yearsOnSchedule b)inthepast 10 years inthepast 10 yearsOnSchedule 2.Listthelast three (3)completedsimilar projects, a)Projea Name: Owner Name: Owner Address: Owner Telephone: 3v-ionth6 Original Contraa CompletionTime (Days): Original Contract CompletionDate: ActualFinal Contraa Completion Date: Original Contract Price: Actual Final Contraa Price: b)Projea Name: Owner Name: Owner Address: Owner Telephone: Original Contract CompletionTime (Days): Original Contract CompletionDate: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price 12 \tlzo/& *A*/wi »z>+A2>t?>Kb- a^s^gsa eo ^n^^^ec^-qpU'^t<90 ^b$o/Ht> "&/#>&' *[lo\t> *3£Q,4Qfr «0 »*>YLtoV>>«> c)Projea Name: Owner Name: Owner Address: Owner Telephone: Original ContractCompletionTime (Days): Original Contraa Completion Date: Actual Final Contraa Completion Date: Original Contract Price: Aaual Final Contract Price: 3.Current workload Project Name Owner Name Telephone Number hk Ufa jj&_ p/£ p/a u/a \±k n/a m/a Contract Price joeHWLfctfH-SCriool ♦m,^.20 L66 Ho»z.ai «113,310.°° Zoo Miavu )0HlA(iaU6>J6OM<£fl'- *l£6yooo • 4.The following information shall beattachedtothe proposal. a)RESPONDENTS home office organization chart.-6€&*rrr*c*4eC> b)RESPONDENTS proposed project organizational chart.-?>&&•>£*n&**l&0 c)Resumes of proposed key project personnel,including on-site Superintendent -66£>&T(&<M&b 5.Listand describe any: 13 a)Bankruptcy petitions filed by or against the Respondent or any predecessor organizations,\±//X £M<*ffc) b)Any arbitration or civil or criminal proceedings,or -\\0 Suspension of contracts or debarring from Bidding or Responding byany public agency brought c)against the Respondent inthelast five (5)years -|Jq 6.Government References: List other Government Agencies or Quasi-government Agencies for which you have done business within thepast five (5)years. Name of Agency:UlfrUl-bAflb CoAvC1!*tdfoUbl>Ntfb\U> Address:111 MP \h\fioX&W,HtoVAl tf>Ylto Telephone No.: Contact Person Typeof Projea: Address: P&TfoftiA fc>M6(J Name ofAgency:£l"CV Of C&t&L CabH&^ 2&DO 5k>ltM>.HibB*^311^6 Telephone No.:$oS'AbO'5oSg> Contort Person:^G^ffet-PrfAU* Type of Project:lUJbjUO^flfeKD0EltO5 (£CXU hm\T6tf (X&T> Name of Agency:U.lbA\'bbMs CcOiJCU AuiftftOU $t$T> Address: TelephoneNo.: Contact Person: TypeofProject: Ui&'V.Qboto'teZoA 2>0S-#7fe~$$ZG> frxurt^Vit&t. trjw&uiAs expA^'ouio(»3f {kytic6H2P76 14 C l i e n t ^ _ 1 C o n s u l t a n t (A r c h i t e c t s & E n g i n e e r s ) Pr o j e c t Co n t r o l • Es t i m a t i n g • Sc h e d u l i n g • C o n t r a c t s • Pe r m i t t i n g • P r e - Q u a l i f i c a t i o n I C a n y o n C o n s t r u c t i o n , In c . T P r e s i d e n t / P M R o s a L a R u e C o n s t r u c t i o n A d m i n i s t r a t i o n • Pr o j e c t M a n a g e r s • S u p e r i n t e n d e n t s / F o r e m e n • S u b - C o n t r a c t o r s • S u p p l i e r s • F i e l d P e r s o n n e l T A c c o u n t i n g De p t . • A c c o u n t s R e c e i v a b l e • A c c o u n t s P a y a b l e • P r o c u r e m e n t • Pa y r o l l • MW B E Co m p l i a n c e • - '.' £ > * • • • % i s m K- H - : C o n s u l t a n t (A r c h i t e c t s & E n g i n e e r s ) C a n y o n C o n s t r u c t i o n , In c . Pr o j e c t C o n t r o l R o s a L a R u e C o n s t r u c t i o n A d m i n i s t r a t i o n Su p e r i n t e n d e n t s / F o r e m e n (J o s e Ll e r a ) Su b - C o n t r a c t o r s (F l e i t e s Co n s t . ) Su p p l i e r s (J o h n Ab e l l Co r p / W a b a s h Va l l e y / B u i l d e r s Sp e c i a l t y ) •F i e l d P e r s o n n e l (R a f a e l M u n o z / J e s u s O t a n o ) ^ A c c o u n t i n g De p t . S i l v i a G o m e z I l l f Er r ^ i d e n ^ i r o j e c t Ma n a g e r ?> ; *8 & v_ _ P r o p o s e d M r ^ m t W e a t § i Ro s a La R u e , Pr e s i d e n t / P r i n c i p a l of Ca n y o n Co n s t r u c t i o n l^ . ; x h a s ^q ^ r 2^ : ye a r s kn o w l e d g e an d ex p e r i e n c e in Hi e co r i s f r u d ^ ^ Flo r i d a In t e r n a t i o n a l Un i v e r s i t y (F I U ) wit h a Ba c h e l o r oi ' ' 0 ^ n < ^ ' j d ^ r e 0 i m Co n s t r u c t i o n Ma n a g e m e n t in 19 8 7 an d ha s a Bu i l d i n g ^ L / ^ s e / a / $ ^ a ) £ Un d e r g r o u n d Uti l i t y Lic e n s e fr o m th e St a t e of Flo r i d a . He r : } 0 0 ^ ^ 0 i ^ ^ ex p e r i e n c e ha s al l o w e d Ca n y o n to ex p a n d in t o mu l t i p l e ty p e s oi co n s b y j c ^ i i in d u s t r i e s in bo t h t h e pu b l i c an d pr i v a t e se c t o r s m M R o s a h a s ex t e n s i v e ex p e r i e n c e in wo r k i n g wi t h Go v e r n m e n t a l A g e n c i e s su c h a s ^ Mi a m i - D a d e Co u n t y Pu b l i c Sc h o o l Sy s t e m , Mi a m i - D a d e Co u n t y Go v e r n m e n t Mi a m i - D a d e Av i a t i o n De p a r t m e n t an d th e Ut i l i t y I n d u s t r y . S h e ha s br o a d ex p e r i e n c e in co n s t r u c t i o n ma n a g e m e n t an d fa s t tr a c k i n g pr o j e c t s wh i l e th e fa c i l i t i e s ar e oc c u p i e d . Ro s a h a s g r e a t k n o w l e d g e i n d e s i g n re v i e w , es t i m a t i n g , va l u e e n g i n e e r i n g , Ir f e cy c l e c o s t an a l y s i s , sc h e d u l i n g , qu a l i t y co n t r o l , c o n s t r u c t a b i l i t y , c o s t co n t r o l ao j d pr o j e c t cl o s e - o u t . :: ' < ~ - Ro s a wi l l b e th e Pr i n c i p a l - i n - c h a r g e fo r al l M- D C P S pr o j e c t s . ; :H . /" l$Q;(&baBero IEstimator^cheduler 1., V_ Rroposed^PrfyeciiTem^ Jesi/s Carlos (JC)Caballero has over 45 years experience in the cofislrycltioh industry consistingof project management,project superintendent,'^and\.: estimating and scheduling.He graduated from Pratt Institute in 1974^rBCe^^&: his Bachelor of Science degree in Construction Management in 1982^ridhasa; General Contractor's License from the State of Florida.':.•..','.'',/"• Prior to coming on board with canyon,JC worked for Mike Gomez Gons^c^on,^, the Construction Management contractor responsible for the Mi^i^^ieifl CountyMCCcontractatMiami International Airport.He was responsibleibry preparingbid packages,estimating,projectmanagement,execution ^gf: production schedules and monitoring budget/cost progression on current contracts.->:•- His past experience includes working at Vesallo Constructionwhere he'was-: responsiblefor building educational facilities in Miami,such as the FlUSchool of Hospitality Management,as wellas,multiple M-DCPSprojectsfor Building Additions,Classroom Remodeling,HVCA and Chiller Replacements,Fire Afarin retrofits,Drainage Systemsand Parking.•./:'- J.C.will be responsible for project estimating,preparing bid packages,arid[; scheduling to comply with project deadlines.':;;^'• ^ § ^ o p o s e d & r c ^ o ^ W ^ ^ Jo s e "P e p e " Ue r a ha s ov e r 25 ye a r s of ex p e r i e n c e in > th e [ c o n s t m c ^ o r r i n d u i s ^ r y , : He ha s be e n a Pr o j e c t Su p e r i n t e n d e n t fo r Ca n y o n Cc ^ t m c t i o n o v j ^ ^ e i p ^ ^ ^ ye a r s in va r i o u s pr o j e c t s . •^ • • ^ • • ^ M ^ ^ m Jo s e ' s du t i e s an d re s p o n s i b i l i t i e s in c l u d e bu t ar e no t li m i t e d ' t o Mi e ^ ^ b w i i ^ g l He m s ; Co o r d i n a t i o n am o n g su b - c o n t r a c t o r s , su p p l i e r s an d Ow n e r s ; ' s y p ^ i s w g ; an d d i r e c t i n g t r a d e s w o r k e r s i n t h e fi e l d ; re v i e w i n g pe r m i t t e d pl a n s an d ap p r o v e d Sh o p dr a w i n g s to en s u r e qu a l i t y wo r k m a n s h i p ; da i l y Sa W i ^ l ^ a h Co m m u n i c a t i o n s an d ho l d i n g sa f e t y me e t i n g s wit h su b - c o n t r a ^ c i ^ r a n d : em p l o y e e s ; su b m i t t i n g D a i l y C o n s t r u c t i o n R e p o r t s ; an d ad h e r i n g to th e pr o j e c t sc h e d u l e to as s u r e al l pr o j e c t s g e t co m p l e t e d on ti m e . He h a s e x t e n s i v e kn o w l e d g e an d e x p e r i e n c e wo r k i n g wi t h Mi a m i - D a d e Cd t i r i f y Pu b l i c Sc h o o l s , Mi a m i - D a d e Co l l e g e , Mi a m i - D a d e I n t e r n a t i o n a l Ai r p o r t , se v e r a l ot h e r a g e n c i e s an d th e pr i v a t e se c t o r . J o s e wi l l b e Ca n y o n ' s Pr o j e c t Su p e r i n t e n d e n t fo r M- D C P S pr o j e c t s . List ofProposed Subcontractors andPrincipal Suppliers LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS Bus Shelter Fabrication &Installation RFP#PW-20I5-2I Respondent shall list all proposed subcontractors,ifsubcontractors are allowed bythetermsofthis Solicitation to beusedonthis projea iftheyareawardedthe Contract Classification of Work Subcontractor Name Landscape CftimACousiwiX^iiJC/' Sodding andTurf Work CAuHou bo&faAft\o& Electrical m/a Irrigation h/a Paving u/a Park Amenities u/a Graphics Utilities u/a Excavation ^40pCm5t<U^toUttO- Building torn*Cbusite^io^i^ Structures CMHcti b0W5>]WtK fcU Plumbing h/a Painting m/a TestingLaboratory UiUfoCMbrtUfc,loC' Soil Fumigator Signs u/a Other CAUtocU CcM^UCCtOk iUo Address ^MfeA6 Afcwfc h/a ^A k/a u/a ix/a m^/a w/A- ^/a Uc#HHlftHI,f1'S3\6l u /a (^3&CoLUw6 (*& Telephone,Fax & Email ro6*£&4WCon&o<&o*\.fii+ SfcH6 A6 AftoVG. ^/a k/a ^/a- pi/A M-/& kA. O?^Cc»nHoftCi0n^tr<>cHpir> h//V u/v 3o5-a4A-34o| h/a. Thislist shall beprovidedtotheCityofSouth Miami bytheapparentlowestresponsiveand responsible Bidder withinfive(5)businessdays after BidOpening. END OF SECTION 15 yet Non-Collusion Affidavit NON COLLUSION AFFIDAVIT STATE OF FLORIDA COUNTYOF MIAMI-DADE ) .beingfirst duly sworn,deposesandstates that (I)He/She/They is/are the.Pt^ifrqrt (2) (3) (4) (5) {Owner,Partner,Officer,Representativeor Agent)of attached Proposal; the Respondent thathas submitted the He/She/They is/are fully informed concerning thepreparationandcontentsoftheattached Proposal andofall pertinent circumstancesconcerningsuchProposal; SuchProposalisgenuineandis not acollusiveorshamProposal; NeitherthesaidRespondentnoranyofits officers,partners,owners,agents,representatives, employeesorpartiesin interest,including this affiant,haveinanyway colluded,conspired,connived oragreed,directly or indirectly,withanyother Respondent,firm,orpersontosubmita collusive or shamProposalinconnectionwiththe Work forwhichtheattachedProposalhasbeensubmitted;or torefrainfrom Bidding or proposing in connection withsuchWork;orhaveinanymanner,direaly or indirectly,soughtbyagreementor collusion,or communication,orconferencewithany Respondent,firm,or persontofixany overhead,profit,orcostelementsoftheProposal or ofany otherRespondent,ortofixanyoverhead,profit,orcostelementsoftheProposalPrice or the Proposal Priceofanyother Respondent,ortosecurethroughany collusion,conspiracy,connivance, or unlawful agreementany advantage against (Recipient),oranypersoninterestedintheproposed Work; Thepriceorpricesquotedintheattached Proposal arefairandproperandarenottaintedbyany collusion,conspiracy,connivance,or unlawful agreementonthepartoftheRespondentorany other ofits agents,representatives,owners,employees or partiesof interest,including this affiant. Signed,sealedanddeliveredin the presenceof: Witne* STATE OF FLORIDA COUNTY OF MIAMt-DADE Signature /CM^~]f)#JC^aA* Print Name and Title Date ACKNOWLEDGEMENT ) On this the it>day of JwQyJ^T 20 \fj>,before me,the undersigned Notary Public of the State of Florida,personally appeared (Name(s)of individual(s)who appeared before ydbMWNMMi )6 MtACiDESSOSA notary PMie-staia of Florwa My Com.Ufrn ftltr at.2018| Comm*ti>Ofi#FF0W7M **9***m*mm notary)_\lohi*Lfir POti within instrument,andhe/she/they acknowledge that he/she/they e^xecutejf i WITNESS myhandand official seal. ^a^whose name(s)is/are Subscribed tothe NOTARY PUBLIC: SEAL OF OFFICE: i iii J&£*4&\MERCEDES SOSA Notary Public -Stateof Florida My Comm.Eipkat Mar 31,2010 jj$F Commlatton #H 080730 »»»mmr*rm**w mm w 17 Public,State of Florida (NameofNotary Public:Print,Stamp ortypeas commissioned.) /\Personallyknowntome,or Personal identification: Typeof Identification Produced X Didtakeanoath,or Did Not take an oath. Public Entity Crimes and Conflicts ofInterest PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant totheprovisions of Paragraph (2)(a)ofSection 287,133.Florida StateStatutes-"Apersonor affiliate who has been placed ontheconvictedvendorlist following a conviction fora public entitycrimemaynotsubmita Proposal orbidona Contraa toprovideanygoodsorservicestoa public entity,maynotsubmita Bid or proposalforaContractwithapublicentityfortheconstructionofrepairofapublic building orpublicwork,may notsubmitbidsorproposalsonleasesorrealpropertytoa public entity,may not beawardedtoperform Work asaRESPONDENT,Sub-contractor,supplier,Sub-consultant,orConsultantundera Contraa withany public entity,andmay not transactbusinesswithanypublicentityin excess of the threshold amount Category Two of Section 287.017,Florida Statutes,forthirtysix(36)monthsfromthedate of beingplacedontheconvictedvendor list". The award ofanycontracthereunderis subjea tothe provisions ofChapter 112,Florida StateStatutes. Respondentsmust disclose withtheir Proposals,thenameofanyofficer,direaor,partner,associate oragentwho isalsoanofficeroremployeeoftheCityofSouth Miami orits agencies. SWORN STATEMENTPURSUANTTOSECTION 287.133 (3)(a), FLORIDA STATUTES.ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I.This sworn statement is submitted toM ^ [printname of the publicentity] by $W LAfcOfr-PfrgblpePT [print individual's nameandtitle] for CArUHOM C^OUST^oCAlQ^j <i>q > [printname of entitysubmittingswornstatement] whose business address is <g 63 g?qoU^tU€>A\)C>*Ht and (if applicable)its Federal Employer Identification Number (FEIN)is HO -Q&2>4rO\£(|f the entityhasno FEIN,'include the Social SecurityNumberofthe individual signing thisswornstatement: H/A .) 1 I understand thata "public entity crime"as defined In Paragraph 287.133 (l)(g),Florida Statutes, meansaviolationofanystateor federal lawbyapersonwith respea to anddirealyrelatedtothe transaaionofbusinesswithany public entityorwithan agency or political subdivision ofanyotherstate orofthe United States,including,butnot limited to,any bid,proposal orcontraafor goods or services tobe provided toany public entityoran agency or political subdivision ofanyotherstateorofthe United States and involving antitrust,fraud,theft,bribery,collusion,racketeering,conspiracy,or material misrepresentation. 3.I understand that "conviaed"or "conviction"as defined in Paragraph 287.133 (I)(b).Florida Statutes,meansa finding ofguiltora conviaion ofa public entitycrime,withorwithoutan adjudication of guilt,inany federal orstate trial courtofrecord relating to charges broughtby indictment or information after July 1,1989,as a result ofa jury yerdia,non-jury trial,orentryofa plea of guilty or nolo contendere. 4.I understand thatan "affiliate"as defined in Paragraph 287.133 (I)(a),Florida Statutes,means: (a)A predecessor or successor ofa person conviaedofa public entity crime;or (b)Anentityunderthecontrolofany natural person whois active inthe management oftheentity andwhohasbeenconviaedofa public entitycrime.Theterm "affiliate'*includes those officers, 18 5. direaors,executives,partners,shareholders,employees,members,and agents who are aaive in the management of an affiliate.The ownership by one person of shares constituting a controlling interestinany person,ora pooling of equipment or income among persons whennotfor fair market value under an arm's length agreement,shall bea prima facie case that one person controls another person.A person who knowingly enters Into a joint venture with a person who has been conviaed ofa public entity crime in Florida during the preceding 36 months shall be considered an affiliate I understand that a "person"as defined in Paragraph 287.133 (I)(e),Florida Statutes,means any natural person orentity organized under the laws of any state orofthe United States with the legal power toenterintoa binding contraa and which bids or proposal or applies to bid or proposal on contracts for the provision of goods or services letbya public entity,or which otherwise transacts or applies totransaa business witha public entity.Theterm "person"includes those officers,directors, executives,partners,shareholders,employees,members,and agents whoareaaivein management of an entity. Basedoninformationandbelief,thestatementwhich I havemarkedbelowistrueinrelationtothe entity submitting thisswornstatement.[Indicate which statement applies.] partners,shareholders,employees,members,or agents whoareaaiveinthe management ofthe entity, norany affiliate oftheentityhasbeen charged with and conviaedofa public entitycrimesubsequentto Julyi,1989. Neithertheentity submitting thissworn statement,noranyofits officers,direaors,executives, The entity submitting this sworn statement,or one or more of itsofficers,direaors,executives, partners,shareholders,employees,members,or agents whoareactiveinthe management oftheentity, oran affiliate oftheentity has been charged with and conviaedofa public entitycrimesubsequentto July I.1989. Theentity submitting this sworn statement,oroneor more of its officers,direaors,executives, partners,shareholders,employees,members,or agents whoareaaiveinthe management ofthe entity, oran affiliate of the entity hasbeenchargedwithandconvicted of apublic entity crimesubsequent ofJuly I,1989.However,there hasbeenasubsequent proceeding beforea Hearing OfficeroftheStateof Florida,Division of Administrative Hearings and the Final Orderenteredbythe Hearing Officer determinedthatitwas not inthepublicinteresttoplacetheentitysubmittingthissworn statement on the conviaed vendor list,[attacha copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH 1(ONE)ABOVE IS FOR THAT PUBLIC ENTITY ONLY,ANDTHAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OFTHE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017.FLORIDA STATUTES.FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. IcfaL.y\al^^^ Sworn to and subscribed before me this s/Personally known m OR Produced identification (Type of identification) Form PUR 7068 (Rev.06/11/92) 111 dayof m [Signature] 19 Notary Public -State of \~U7&-\\>A My commission expires Z?~^h-\u (Printed,typedor stamped commissioned nameofnotary public) <iMkAA^ /$^&k MERCEDES SOSA r/My Comm.Expires Mar 31.2018 *Commission #FF 08073$ Drug Free Workplace DRUG FREE WORKPLACE Whenever twoormore Bids or Proposals which are equal with respeato price,quality and service are received bythe State orby any political subdivisions forthe procurement of commodities or contractual services,a Bid or Proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process.Established procedures for processing tie Bids or Proposals shall be followed if none ofthe tied 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,dispensir>g, possession,oruseofa controlled substance is prohibited inthe workplace and specifying the aaionsthat shall betaken against employees for 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,and employee assistance programs,andthe penalties that may beimposeduponemployeesfordrugabuse violations. 3)Give each employee engaged in providing the commodities orcontraaual services thatareunder Bid acopyofthestatement specified inSubseaion(I). 4)In thestatement specified in Subsection (I),notify the employees,that,as a condition of working ofthe commodities or contractual services thatareunder Bid,heemployee shall abide bythe termsofthestatement and shall notify the employee of any conviction of,or plea of guilty or nolo contendere to,any violation of Chapter 893orof any controlledsubstancelawofthe United Statesoranystate,fora violation occurring inthe workplace nolaterthan five (5)business days after such conviction. 5)Impose asanctionon.orrequirethe satisfactory participation In adrugabuse assistance or rehabilitation program,if such is available inthe employee's community,byany employee whois so conviaed. 6)Make agood faith effortto continue to maintain a drug-free workplace through implementation of this seaion. Asthe person authorized to sign the statement,I certify that this firm complies fully withthe above requirements. RESPONDENT'S Signature:/U^o ffiuiC^Jl Print Name:Rp'SA L&&U& Date:&/\K /\*> 20 Acknowledgement ofConformance with OSHA Standards ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS Bus Shelter Fabrication &Installation RFP#PW-20I5-2I TO THE CITY OF SOUTH MIAMI We,(UtM0U (W>fot£<icx],IPC •,(Name of CONTRACTOR),hereby acknowledge and agree that as CONTRACTOR fortheBus Shelter Fabrication&Installationprojea as specified have thesole responsibility for compliance with all the requirements ofthe Federal Occupational Safety and Health Aa of 1970, and all State and local safety and health regulations,and agree to indemnify and hold harmless theCityof South Miami and R.J.Behar&Company,Inc.,(Consultants)against any and all liability,claims,damages,losses and expensestheymayincurduetothe failure of(Sub-contraaor's names): tocomplywithsuch aa or regulation. CONTRACTOR _/T>/lb ,*. Witness V/ BY:fcoSk U>g^g> Name Title 21 Affidavit Concerning Federal &State Vendor Listings AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS Theperson,orentity,who isresponding to the City's solicitation,hereinafter referred to as "Respondent",must certifythattheRespondent'snameDoes Not appearontheStateof Florida,Department of Management Services. "CONVICTED,SUSPENDED,DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR LISTINGS". If the Respondent's nameDoes appear ononeor all the "Listings"summarized below,Respondents must"Check if Applies"nexttothe applicable "Listing."The "Listings"canbe accessed throughthe following linkto the Florida Department of Management Services website: http://www.dms.myflorida.com/business operations/state^purchasing/vendorinformation/convictedsusp endeddiscriminatorycomplaints vendorlists g DECLARATION UNDER PENALTY OF PERJURY I.V-O&iur UM(AS&(hereinafter referred to as the "Declarant")state,under penalty of perjury, thatthefollowing statements are true and correct(1)Irepresent the Respondent whose name is C^UMOJ t^^kJtA^,\Q^'. (2)1have the following relationship with the Respondent XMfi>\J^O^\(Owner (if Respondent isa sole proprietor),President (ifRespondentisa corporation)Partner (if Respondent isa partnership).General Partner (ifRespondentisa Limited Partnership)or Managing Member>(if Respondentisa Limited Liability Company). (3)I have reviewed the Florida Departmentof Management Services websiteatthe following URL address: http://www.dms.myflorida.com/business_operations/state_purchasing/vendorJnformation/conYiaed_suspended_di scrimlnatory_compfaints_vendorJtsts (4)1haveenteredan "x"oracheckmarkbesideeach listingfcategory setforthbelowiftheRespondent's name appears inthelistfoundonthe Florida Departmentof Management Services websiteforthatcategoryor listing.If 1did notenteramarkbesidea listing/category It means that I am attesting tothefaathatthe Respondent's namedoesnotappearonthe listing forthatcategoryinthe Florida Departmentof Management Services website as of the date of this affidavit Check if Applicable Conviaed Vendor List Suspended Vendor List DiscriminatoryVendorList Federal Excluded PartiesList Vendor Complaint List FURTHER DECLARANT SAYETH NOT.n (Signature of ACKNOWLEDGEMENT STATE OF FLORIDA ) COUNTY OF MIAMI-DADE ) On this the 13*day of A^Vw (20 f^?,before me,the undersigned authority,personally appeared 12L<v„fr La fej£^who Is personally know to me dr who provided the following identification and who took an oath or ajftfmed/that jhaj?he/she/jhey executed the foregoingAffidavitastheDeclarant. WITNESS myhandand official seal. (folic,State of Fidrida NOTARY PUBLIC: SEAL M&mtbez,^y* (Name of NotaryPublicPrint, Stampor type as commissioned.) MERCEDES SOSA Notary Prtlic •Stite of Florida 22 1 V&A&/***Comm Exp*fM M"31'2018 Coromt$$k>n#FF 010738 Related Party Transaction Verification Form RELATED PARTY TRANSACTION VERIFICATION FORM I |w6H UM£pindividually and on behalf of (^MMOU (^^T&X^tPU,ttJC- ("Firm")have Name of Representative CompanyfVendorlEntity readtheCityof South Miami ("Ctty")'s Codeof Ethics, Section 8A-1 ofthe City's Codeof Ordinances and I hereby certify,under penalty of perjury thattothebestof my knowledge,informationandbelief: (1)neither I northe Firm have any conflict of interest (as defined in seaion 8A-1)with regard tothecontraaor business that!,and/orthe Firm,am(are)abouttoperformfor,ortotransactwith,the City,and (2)neither I nor any employees,officers,directors ofthe Firm,nor anyone who has a financial interest greater than 5%inthe Firm,has any relative(s),as defined In section 8A-1,whoisan employee ofthe City orwho is(are) an appointed orelected official ofthe City,orwho is(are)a member ofany public bodycreatedbytheCity Commission,i.e.,a board or committee ofthe City,[while the ethics code still applies,ifthe person executing this formis doing soon behalf ofa firm whosestockis publicly traded,thestatementinthissection (2)shall be based solely onthe signatory's personal knowledge andhe/sheisnot required to make an independent investigation asto the relationship of employees orthosewho have a financial interestinthe Firm.];and (3)neither I northe Firm,noranyonewhohasa financial interestgreaterthan 5%in the Firm,noranymemberof thosepersons'immediatefamily (i.e.,spouse,parents,children,brothersandsisters)has transaaed or entered intoany contraa(s)withtheCityorhasa financial interest,director indirect,inany business being transaaed withthe city,orwithanyperson or agencyaaingforthe city,otherthanas follows:» __A _(use (if necessary,useaseparatesheetto supply additional information that will notfitonthis line:however,you mustmakereference,ontheabove line,tothe additional sheetandthe additional sheetmustbe signed under oath),[while theethicscodestill applies,iftheperson executing thisformisdoingsoonbehalfofa firm whose stockis publicly traded,the statement inthissection(3)shall bebasedsolelyonthesignatory'spersonal knowledge andhe/sheisnotrequiredtomakeanindependent investigation astotherelationshipofthosewho havea financial interest intheFirm.];and (4)no eleaed and/orappointed official oremployeeoftheCityofSouth Miami,or anyoftheirimmediate family members (i.e.,spouse,parents,children,brothersandsisters)hasa financial interest,directly or indirealy,inthe contraa betweenyouand/oryourFirmandtheCity other thanthe following individuals whoseinterestisset forth following their use a separate names:H /A (ifnecessary,useaseparate sheet tosupply additionalinformation that willnotfitonthisline;however,youmust makereference,on the aboveline,totheadditional sheet andtheadditional sheet mustbesignedunderoath). ThenamesofallCityemployeesandthatofallelectedand/orappointedcity officials orboardmembers,who own,directlyorindirealy,an interest of five percent (5%)ormoreofthetotalassetsof capital stockinthe firm are asfollows:/^mJ4 (ifnecessary,usea separate sheetto supply additional information that will notfitonthis line;however,you must makereference,ontheaboveline,totheadditional sheet andtheadditional sheet mustbesignedunder oath), [while the ethics code still applies,ifthe person executing thisform is doing soon behalf ofa firm whose stockis publicly traded,thestatementinthisseaion (4)shall be based solely onthe signatory's personal knowledge and he/she isnot required to make an independent investigation astothe financial interestinthe Firm of city employees,appointed officials orthe immediate family members of eleaed and/or appointed official or employee.] (5)I andthe Rrm furtheragreenottouseorattempttouse any knowledge,propertyorresource which may cometous through our position oftrust,or through our performance ofour duties underthetermsofthe contraa withthe City,tosecurea special privilege,benefit,or exemption for ourselves,orothers.Weagreethat we may not disclose oruse information,not available to members ofthe general public,forour personal gain or benefit orforthe personal gain or benefit of any otherpersonor business entity,outsideofthe normal gain or benefit anticipated throughtheperformanceofthe contraa. (6)I and the Firm hereby acknowledge thatwe have notcontraaedortransaaed any business with the City or any person or agency aaing forthe City,and thatwe have notappeared in representation of any third party 23 beforeany board,commission or agency oftheCity within the past two years otherthanas follows:UlA (if necessary,usea separate sheettosupply additional information thatwillnotfitonthis line;however,youmust makereference,on the aboveline,to the additional sheet andtheadditional sheet must besignedunder oath). X:\PurchasingWendor Registration12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx (7)Neither I norany employees,officers,or directors ofthe Firm,nor any oftheir immediate family (i.e.,asa spouse,son,daughter,parent,brother or sister)is related by blood or marriage to:(i)any member oftheCity Commission;(il)anycityemployee;or (iii)anymemberofany board or agency oftheCityotherthanas follows:m Jif necessary,useaseparate sheet to supplyadditional information thatwillnotfitonthis line;however,youmustmakereference,ontheabove line,tothe additional sheetandthe additional sheet must besignedunder oath),[while the ethicscodestill applies,iftheperson executing thisformis doing soonbehalfofa firm whosestockis publicly traded,thestatementinthissection(7) shall bebasedsolelyonthe signatory's personal knowledgeand he/she isnotrequiredtomakeanindependent investigation astothe relationship bybloodor marriage of employees,officers,ordirectorsofthe Firm,orofany oftheirimmediate family toanyappointedorelected officials oftheCity,ortotheirimmediate family members]. (8)NoOther Firm,noranyofficersor directors ofthatOther Firm or anyone whohasa financial interest greater than 5%inthatOther Firm,noranymemberofthosepersons'immediate family (i.e.,spouse,parents,children, brothersandsisters)noranyofmyimmediate family members (hereinafter referredtoas"Related Parties")has responded toa solicitation bytheCityin which I orthe Firm that I representoranyonewhohasa financial interestgreaterthan 5%inthe Firm,oranymemberofthose persons'immediate family (i.e.spouse,parents, children,brothersandsisters)havealsoresponded,otherthanthe following: U/A .(if necessary,usea separate sheetto supply additional information thatwillnotfitonthis line;however,youmust makereference,on the aboveline,tothe additional sheet andtheadditional sheet must besignedunder oath), [while theethicscode still applies,ifthe person executing this form is doing soon behalf ofa firm whosestockis publicly traded,thestatementinthisseaion (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,direaorsoranyone having a financial interestinthose Firms or any oftheiranymemberofthose 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 tothis document.Specifically,afterthe opening of any responses toa solicitation.I and the Firm have an obligation to supplement this Verification Form withthe name of all Related Parties who have also responded tothesame solicitation andto disclose the relationship ofthose parties to me and the Firm. (10)A violation ofthe City's Ethics Code,the giving of any false information orthe failure to supplement this Verification Form,maysubjectmeorthe Firm to immediate termination ofanyagreementwiththe City,andthe imposition ofthe maximum fineand/orany penalties allowed by law.Additionally,violations maybeconsideredby and subject to action bythe Miami-Dade County Commission on Ethics.Under penalty of perjury,I declare that I havemadea diligent efforttoinvestigatethematterstowhich I amattestinghereinaboveandthatthestatements made hereinabove are truelind correct tothebestofmy knowledge,Information and belief. Signature:m Print Name &Title:&>£&Ul*UJc>P(te>6tOeUT Date:^/v At> 24 Presentation Team Declaration/Affidavit of Representation PRESENTATION TEAM DECLARATION/AFFIDVAITOF REPRESENTATION This affidavit isnotrequiredforcompliancewiththe City's Solicitation;however,itmaybeusedto avoid theneedtoregistermembersofyourpresentationteamas lobbyists.Pursuantto City Ordinance 28-14- 2206 (c)(9),anypersonwhoappearsasarepresentativeforan individual or firm foranoralpresentation beforea City certification,evaluation,selection,technical review or similar committee,shalllistonan affidavit provided bythe City staff,all individuals who may make a presentation.The affidavit shall be filed bystaffwiththe Clerk's office atthetimethecommittee'sproposalissubmittedtothe City Manager.For the purpose ofthis subsection only,the listed members of the presentation team,with theexceptionofany person otherwise required toregisterasalobbyist,shallnotberequired to payany registrationfees.No person shall appear before any committee onbehalfofan anyone unlessheorshe has been listedaspartof the firm's presentation team pursuant to this paragraph orunlessheorsheis registeredwith the City Clerk'sofficeasalobbyistandhaspaidallapplicablelobbyist registration fees. Pursuant to '92.525(2),Florida Statutes,the undersigned,&?SA lji&-0&>,makes the following declaration under penalty ofperjury: Listed below are allindividualswhomay make a presentation on behalf of the entity that the affiant represents.Pleasenote;No person shall appear before any committee on behalf of anyone unlesshe or she has been listed as part of the firm's presentation team pursuant to this paragraphor unless he orsheis registered with the Clerk'sofficeasalobbyistandhaspaidallapplicablelobbyistregistration fees. NAME TITLE ja A±sl //i^ For the purpose ofthisAffidavitof Representation only,the listed members of the presentation team, with the exceptionofany person otherwise requiredtoregisterasalobbyist,shallnotberequiredto payany registration fees.TheAffidavitof Representation shallbefiledwith the CityClerk'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 listedabove are the members of the presentation team of theentitylistedbelow Execubcut&i this In*dav of_ Signature of Representative * Print Name andTitle Print name of entity being represented 4oquSr ,20lS 29 EXHIBIT #1 Scope of Services &Schedule of Values/Summary of Quantities Attachment A Bus Shelter Fabrication &Installation RFP#PW-20IS-2! I.Scope of Work: Scope ofwork includes the construction of multiple busshelters within theCityof South Miami.Work shall comply with applicable standards,including butnot limited to the FDOTand the Miami DadeCounty Public Works standards. Theconstructionistobeperformedper specifications andtheconstructiondocuments preparedby R.J.Behar&Company,Inc.This includes,butisnotlimitedto,the furnishing of all labor,material,tools,equipment,machinery,disposal of all materials, superintendenceandservices necessary forthecompletionoftheconstructionofthe projectand shall bereflected in the Respondents Lump Sum Base Price,in "Construction Bid Form/9 EXHIBIT 4&"Respondents CostandTechnical Proposal/*Exhibit 5. The awarded vendor must obtain any permits required.The City will waive all City permit fees.Permits that may be required by other agencies will bethe responsibility of theawardedvendor,including applicable fees. Work activity is limited tothe hours from 7:00 a.m.through 6:00 p.m.,on weekdays from Monday through Friday. II.Site Locations: There are two separate project areastobe considered,Area I and Area 2.The main corridor for the bus shelter improvements isSW 59th Place,between SW 64th Street and SW 70th Street,defined as Area I.This area includes four bus shelters.The City alsowishes to includetwo additional shelters,locatedonSW 62nd Avenue,defined as Area 2.The Respondent shall quote each area separately,in the event that Area 2 may notbe included in the final project scope;refer "Respondents Costand Technical Proposal/9 Exhibit 5.The City,at its discretion,may award one Area toa single contractor or,both Areas to a single contractor. Area I: Along SW 59th Place/Church Street 1.SouthofSW 64th ST,EastsideofSW 59th Place 2.End of SW 67thST,West side of SW 59thPlace 3.North of SW 68th ST,Eastsideof SW 59th Place 4.North of SW 69th ST,West sideofSW 59th Place 32 Area 2: Along SW 62nd Avenue: 1.Approximately 50feet South of 64th Street,onthe East side 2.Approximately 230feet South of 64th Street,onthe West side III.Plans and Specifications: Plans preparedby R.J.Behar&Company,Inc.,"Scope of Services,"EXHIBIT I, Attachment B,areapartofthis RFP bywayofreference.Bus Bench andTrash Receptacle "Specifications"preparedby Wabash Valley Manufacturing,Inc,"Scope of Services,"EXHIBIT I,Attachment C,areapartofthis RFP bywayofreference. Respondents shall usetheprovided specifications topreparetheirproposal,or an approvedequal.Ifanapprovedequalissubmitted,"Respondents Cost and Technical Proposal/9 Exhibit 5,mustacknowledgean approved equalis submitted,with corresponding specificationsandplansincludedas part ofRespondentsproposal. IV.Project Duration: The current estimatetocompleteconstructionofthe project is 120 calendar days from issuance of Notice to Proceed. V.Project Funding: This project isfundedthrough Miami-Dade County's People Transportation TaxFunds. VI.Warranty: Ifequipmentisbeingprovided,thestandardmanufacturer's warranty informationmust beprovidedinwritingfor all equipment being proposed,includinginstallationbyan authorized dealer before final paymentismade. END OF SECTION 33 EXHIBIT #1 Scope of Services &Schedule of Values/Summary of Quantities Attachment B Bus Shelter Fabrication &Installation RFP#PW-2015-2I Plans Prepared byRJ.Behar &Company 34 CITY COMISSION MAYOR: VICE-MAYOR: PHILIP K.STODDARD HARRIS.WALTER COMMISSIONER:EDMOND,GABRIEL LIEBMAN.JOSH WELSH,ROBERT CITY MANAGER:STEVEN ALEXANDER INDEX OF SHEETS SHEET DESCRIPTION KEY SHEET GENERAL NOTES PLAN SHEETS GOVERNING STANDARDS AND SPECIFICATIONS: •FLORIDA DEPARTMENT OF TRANSPORTATION. DESIGN STANDARDS 0ATED 2015,AND STANDARDSPECIFICATIONSFORROAD AND BRIDGE CONSTRUCTION DATED JANUARY 20IS. -MIAMI-DADE COUNTY PUBLIC WORKS DEPARTMENT STAHOARDS AHD SPECIFICATIONS PARTS 1.2MID 3. CITY OF SOUTH MIAMI CAPITAL IMPROVEMENTS PROGRAM CONTRACT PLANS BUS SHELTER PROJECT MIAMI-DADE COUNTY SW 59 PLACE(CHURCH STREET) FROMSW 69 ST TOSW 64 ST &SW 62 AVEMUE FROM SW 68 ST TOSW 64 ST CITY OF SOUTH MIAMI PROJECT MANAGER:RICARDO AtALA YULET MIGUEL.P.E i.South1'Miami THH CITY OF PLEASANT LIVING ROADWAY SHOP DRAWINGS, TCBE SUBMITTED TO- JAVIERRODRIGUEZ,P.E- 6661 SW.tr/6 AVENUE,SUITE 30? PEMBROKE PINES,FL 33332 PLANS PREPARED BY: R.J.Behar&Company,Inc. Englnti'.i •M»»n»r* 6861 SW.196 AVENUE.SUITE 302 PEMBROKE PINES,FL 33332 VENDOR IDENTIFICATION F65 095 4070 CERTIFICATEOF AUTHORIZATION NO.00008365 CONTRACTNO,C-BQOr NOTE-THE SCALE OF THESE PLAN^fAY HAVE CHANGED DUE TO REPROpCCI ION. RDADViA*fLAtS F.miNEFR Of Rf.COXO: l>:33.i?.'mi rriW.&-&lM<a*>.Ou-CW-<^Yrl\'rfMVIX" GE N E R A L VO T E S ; h SA W . CU T T I N G . & WE &K l £ f L M Sm e W A L K S S H A L L SB MAD E ON L Y AT T H g NE A R E S T MLA G if p f ^ f s ; TH Z C O m A Z t m S M L K PE R F O R M AN W€ t i t i > R Z OF AL L ex i s t i M MR E $ T Lm x ( M x n A & 4 Q . i m A i W E > ot h e r el e c t r o an d ca t m u m w m IN S T & L A T t O H S - f c O L E S , PU U ^ O X E S . GQ f t S M t M I CA B L E T , SB R V l M P G l N T S . . et c J to i r t i F t i T t t & . A l ? e . c r E a uw v s . af f e c t e d cm i t s , MW t y m M B K s wh e r e . CL E M I N G AN D GR U B B I N G . BX e W M W N s RE l M p ^ A L . OF SI D E W A L K , pk f i t f f i SP E t i F l E D El E t W i C A L .W M X S AR E : $S i N G P £ R F W M g I > . TJ H E ^ O i m A C T O R i - S H A U SU B M I T ' A Rj s P ^ R T O F TH E CO W P T O f c OF EA C H mS T A U A T I O t N A N D j r S CO N T E N T TO T H E EN G I N E E R PR I O R T O T. H E . B E G l N N f f l G ' O F CO N S T R U C T I O N ; IN U O P f N G PH O T O G R A P H S O P AN Y it e N T I P t E D DE F I C I E N C I E S . 3, U T I L I T Y OW N E R S ? AT L A N T I C BR O A D B A N D AT t / O I S T M W l Q N CO M C A S T iW L E . . . . . . . , MI A M I . D A O E VN T E n P R l S E TE C H N O L O G Y SE R V f c : DA D E CO U N T Y pU B i U0 A po w e r & l i g h t p t s t n j B V f r m . -M l b A P p v r $ f i 1 £ > QG H l ' • F J B B R N E T WA M f DA D E WA T E * SE W E R , FL O R I D A i PH O N E NO , •3 0 S r 3 6 - , U 8 Q 6 9 EX T i W> A '3 Q $ - l 2 2 * m S )S ! 5 A - 4 4 7 ~ & W $ W S y - M S - m f • 30 5 * 4 i 2 * 0 8 3 f EX T * 20 3 : ?0 \ r 5 S 2 - ? 9 3 i CO N T A C T NA M E QA V I D MC B R . I 0 & ST £ y E MA S S t t l LE M X B p tf A X W E L L r i f i m B O t i ) QM L O l S - J g T R U Z ff i T A V r t Vj D A L M t A N D W % tr a c y • $y . % w . DA N N Y HA S K S T T S E R G I O GA R C I A CO N T R A C T O R T O F I E L D . V E R I F Y AN Y EX i CO N S T R U C T I O N m m EX T R E M E C A R E . V SU N C H l N E M l , AN D T H E UT I L I T Y QW N L . WH E N WI T T Y CO M P A N I E S L O C A T E T H E I R Us t i N c i r r i u T Y u n e >a > th e — * FA C I L I T I E S . E PR O X I M I T Y O F TH E 'P R O P O S E D V/ G R K . ^ JU S T N E S S . D A Y S . P R I O R TO . D T G C m G f Um r f Y Ul C A T , l O l t S : , A C € i N T m c r O R S RE P R E i _ .P E R F O R M AN * S. AI L TR E E S AR E TO RE M W UN L E S S OT H E R V t f S E NQ T $ D . C[Q ( f f FA C T O R IS TO US E CA U T J O N NO T TO DA M A G E AN Y tR E B S OR f PA L f i f S , fy T H l N CO N S T R U C T I O N LI M I T S . AN Y TR E E DA M A G E D DU R I N G GO N S T R j U C T m SH A L L BE RE P L A C E D BY TM CO m R A C T d R i A f NO CO S T TO ' T H E CI T Y , fc rO R U T I L r f Y AD J U S T M E N T SY M B O L S , SE E FD O T ST A N D A R D IN D E X NO 00 2 « 7, AL L EK t S T i N C UT t U T W S AR E TO RE M A l U IN PL A C E UN L E S S OT H E R W I S E NO T E D , TR A F F I C CO N T R Q J L . NO T E S ; I CO N T R A C T O R ' S H A L L NO T I F Y AD J A C E N T PR O P E R T Y OW N E R S ; AN D , BU S I N E S S E S 7& MO f i S 'P R l M t O tO M M E M E M E N T ' O F WQ R K . 2. PR O P E R T Y AC e B S S MU S T B E MA j N T f i l N E O AT AL L TI M E S . 3; tH A f t P l C AN D tM A V E L My % SH A L L NQ J BE AL T E R E D BY TH E CO N T R A C T O R TO CR E A T E A WR K ZO N E Uf f T I L AL L . LA B O R AN D MA T E R I A L AR E AV f i t L A B t £ F O R W E 0 N S T R U C t W " ' _ _ ' " 1 _. "i ". -. ! . : ' ' . _ . _ . _.. . L 1 . . . . _ .. . * LA N E CL O S V t l E i S $H A £ L PC ^ C L ^ B O N L Y ~D ~ u k W . G ~ t i 6 N - P e A ) f : HO U R S ON . N O N - E y . E N T PA Y S / N I 0 H T S . MO IN T E R R U P T I O N TO T* A F F , f C T$ P& R M t l T E D P R O N W O N D A Y + F R f O A Y ?& A; M + A N D 4 ^ ^ M 5. AP P R O V E D MO T PL A N S SH A L L BE RE Q U I R E D AN Y T I M E , WO R K IS BE t N G PE R F O R M E D Af l D SH A L L CO N F O R M TO TH E LA T E S T ED f r i O N OF FD O T D E S i G N ST A N D A R D S . 60 0 SE R I E S A N D TH E MU T C D . •& PE D E S T R I A N TR A F F I C SH A U . BE MA T N t A I N E Q AN i J / O R AC C m O D A T E D DU R T t j S CO N S T R U C T I O N , tk s e m P T i Q N T- Rv J . ft e h a r i < C o m p a q lo c . Cn b tf ) « « r . a • p, i * t \ n c t j f U P-t # C & r £ M P Q R A R Y : AD V A N C E WA M f M St Q ^ S A?i 0 . . TR A F f K CO N T R O L DE V I C E S > - a £ PE R FO O T ST A N D A R D IN D E X 6Q p . 2. CO N S T R U C T BU S SH E L T E R S WW l N . T H E Rf C H T - Q F - ^ A t B W S f M MQ gm W E N T A T J O N C O N T R O L NO T E S ' U TE M P O R A R Y Sj E p i M ^ f f T A T I O f f CO N T R O L DE V I C E S , SU C H . A S ] J n W Pf r o f g C T ' W N SY S T E M S AN D . SE D I M E N T BA K R I E f t S ig A L L \ p k M J 5 T M I £ P AR O y N : D J N L E T $ ' . B * F Q R E C O M M E N C E M E N T ' . O F WOK K AN D SH A L L BE W A t f a M B f T H R O U G H O U T Tm . D m A p X i N OF TH E R 8 0 } E X X , l i E D / M E . N T m R R W 5 SH A C L Xt W m L B D AT ' A L L CO N S T R U C T I O N BO U N D M R I M S mf f t t g T O R M W A T E k M N Q F F HA S TH J E . . P O T E N J I A L TO RE A C H SU R F A C E HA T E R S OR OF F S T T E S r O R M W A U R CO L L E C T I O N F A C l L l T i E S * J, 'W E CO N T R A C T O R SH A L L PR A C T I C E , GO O D H O U S E K E E P I N G BY IN S T I T U T I N G ACL E A N OR D X H L Y v C O N S T R y C T l M .# * * • • •3 i : 2£ f I QF ^ M G # # PR O P O S E D - ( O B S T R U C T I O N AC T I V I T I E S SH A L L . BE PR E V E N T E D . FR O M IN T R U S I O N ' . I N T O . TH E tt m y * T M t i . 4 0 W $ t m e , SX $ T Z . M . AP P R O P R I A T E Dti S T WW H O ^ W H N . l Q U E S S U C H . A S S T P i e E T WE t t i N G :^ ^ ' W ^ r - y t ^ ^ ^ ^ S T : f i B T . f m T M i i e . D - - ^ N si t e Or PfT R F W M E p at th M . en d of .e a c h wo r k d a & th e U.S S , ty , 0l £ ! M CH ( ; O f i W E , m S OR . O T H E R Ctf E H I t i A L OU S 7 \ o N J R 0 l ME ^ T SH A L L BE AV O I D E D . m r r o f s o u t h M i a m i . GM M B R A L NQ T B & . im p B l i 3r- 3 Z . H S i P M - :f ; > J i ^ Z _ 5 « W ^ M f i ^ ' _ a & t S C * D O v W a i i W a y \ 6 « i ( r i s M J ^ SH E 0 T N O . BU S S H E L T E R K E Y M A P SC A L E m T - -t O O " m m m m .. ; I N R.. J . Be h a r & C o m p a n y , I n c . E n s i n * t r » • H « « n « r i m m B . W . i « ! , i v t w r f . ' , i , r v jr . u PH O W E ; <B M ) M j * w i n K a a e - u u K 2 . f £ . i a n « h o . * X1 S 1 I N G IM t l F V GU T T E R EX I S T I N G TR A S H - - • E P T i - • RE C E P T A C L E TO RE M A I N r AP P R O X I M A T E R/ W LI N E E X I S T I N G LI G H T PO L E TO R E M A I N B U S S H E L T E R LO C A T I O N # 1 SC A L E = J: - 2C r SW 5 9 PL A C E -P R O P O S E D BV S SH E L T E R RE F E R TO AT T A C H E D S T R U C T U R A L SH E E T S FO R IN S T A L L A T I O N B U S S H E L T E R LO C A T I O N # 2 SC A L E - T - 2C T • E X I S T I N G CO N C . B U S P A D j— AP P R O X I M A T E R/W LIN E r - EX I S T I N G W A T E R 1 / VA L V E TO RE M A I N -P R O P O S E D BU S SH E L T E R RE F E R TO AT T A C H E D ST R U C T U R A L SH E E T S FO R I N S T A L L A T I O N * - EX I S T . 9V 6 " SI D E W A L K * - , E X I S T I N G B E N C H hX t i > T i N G . L A N D S C A P E TO R E M A I N E X I S T I N G ML K ME M O R I A L TO RE M A I N L- E X I S T T I N G LI G H T P O L E TO R E M A I N SW 5 9 P L A C E DI M E N S I O N S SH O W N ON P L A N A R E AP P R O X I M A T E AN D S H A L L BE VE R I F I E D I N T H E F I E L D PR O J E C T : C I T Y O F S O U T H M I A M I B U S S T O P IM l ' K O V E M J U V T S DE N O T E S DI R E C T I O N CE TR A V E L P L A N S H E E T IH I . - . B ?» f *• > * ( . * } Jw l H . . U l i f t . , H t > - , \ : A D D \ i i M t r w e ^ P l t J t H O a t . H e n ^S H E E T N O . [ m BUS SHELTER KEYMAP 5CALE m f--100- R.j.Behar&Company,Inc. .rune mnii:v BUS SHELTER LOCATION #3 SCALE =l:-2CT SW 59 PLACE APPROXIMATE R/WLINE -PROPOSED BUS SHELTER REFER TO ATTACHED STRUCTURAL SHEETS FORINSTALLATION BUS SHELTER LOCATION #4 SCALE M V -2tr EXISTING BUS SIGN TO BE RELOCATED PROPOSED BUS SHELTER REFER TO ATTACHED STRUCTURAL SHEETS FOR INSTALLATION EXIST,IZ-(<-N,1v^I 1SIDEWALK-I \s I | DIMENSIONS SHOWN-OH PIAN AREAPPROXIMATE ANDSHALLBE VERHILD IN THEFIELD SW 59 PLACE LEGEND:,»==**""£S 7[' —*•DENOTES DIRECTION OFTRAVEL APPROXIMATE R/W LINE PROJECT: CITY OF SOUTH MIAMI BUS STOP IMPROVEMENTS PLAN SHEET TlimB J:Jt-31P*£M5&,2 _Sa*<h HU-v B^i\i*lJD\ro»a«iy\FL.KUaDO'.u^ 1 M BU S SH E L T E R KE Y M A P SC A L E - V - 40 0 " D E S C H I P T I O H R. J . Be h a r & C o m p a n y . I n c . g a r B U S S H E L T E R LO C A T I O N # 5 SC A L E = V - 2 0 " SW 6 2 AV E N U E P R O P O S E D 8 0 S S H E L T E R R E F E R TO AT T A C H E D ST R U C T U R A L SH E E T S FO R IN S T A L L A T I O N -E X I S T . OV E R H E A D PO L E EX I S T I N G BU S S I G N TO BE R E M A I N - E X I S T . LA N D S C A P E TO RE M A I N (T Y P . ) 0 i 1 O E X I S T . 15 ' S / D e W / t l K - i i i s s c s x . ; _ ! . - . HI FJ C J 5 7 \ LA N D S AP P R O X I M A T E R / W LI N E BU S SH E L T E R LO C A T I O N # 6 SC A L E » V - 2 0 - E X I S T . BU I L D I N G E X I S T . CO N C . S T E P -P R O P O S E D BU S SH E L T E R RE F E R T O A T T A C H E D ST R U C T U R A L SH E E T S FO R I N S T A L L A T I O N AP P R O X I M A T E R/ W LI N E - LE X I S T . It - i r SID E W A L K -. F^ \ l y = I ' EX I S T I N G BU S BE C H TO BE DE L I V E R E D TO TH E CI T Y . DI M E N S I O N S S H O W N O N P L A N A R E AP P R O X I M A T E AN D S H A L L B E V E R I F I E D IN IH E FI E L D PR O T E C T : C I T Y O F S O U T H M I A M I B U S S T O P I M P R O V E M E N T S P L A N S H E E T i/ T T n a r . I- . 1 M * .M 5 ( J 6 ? , i 0 W ' t . M ' M " fl u ^ L A £ C . . . . u . y w . V . P | . W H W ) l . / y . ) S H E E T N O . ^^ FLOOR PLAN r!i ./'- W ROOT ADOW FRONT ELEVATION META1 BOW SrSTW «- (roth to struct.o«cs.) (REfEH t>5THUCTWIALD«C5.) {BOTH TO STRUCT flRCi) I /I proposed I _ewstirc~cmm...\....nh,imm L SECTION ..,*/•,^.// ,HE ML ROOT —., SIDE ELEVATION GENERAL NOTES SECTION1-GENERAL REQUIREMENTS i now fTiro«o ami aw wm ncsr 'aww wtv.u*ess DMNSI HWD on h»r Z II IS *OENEJUU RE0LRRE1CNT MATALLSYSTEMS 1UTTJUIS ANOHWBOWCSW SUU IHI ANDEC PERTO code (WW)irr swrtr cccc (.wpa idii (ioio)hi applicable stanoa»d gicancAiitws or t>«wukm Xenon *il heojhjmtnts or eocal.state and national codes,wau-jncw-.ano UTfMAKU HB'wwC HA*PtCEDWa (MR SCALE BMEIOONS ANT USCREPANOES OB OMCiaCKS SW1 EC JWWTED TO DESQtK Al ONCE.IN RHIT1NCECTORE PBOTHDHC HTH T>C W3K. A CCWHACTOR WO SUBCEHTRACTOB SHAU.OOWPirTttT rAMUAIKE IHrHSTirtS »TM DOSTM!9T OJC1TICHS COHdJCTSMCBUIELY.«OB TOANT DCAVATIOH.rOHIKACTOR5HU.LU_AIL "JO "™1 tAllluw u An? UHDOIOKUHO UTUTY. v nc covriwcroH is sanr responscee ran weans ami uethoos or construction,and tor thc -jujoicc ano nwcnjuKts to be used G CONTRACTOR SWll MFLY Ml HATERALS AHD LABOR NECES5ANT TO PROMOE LUCTRICAL.TE1EPHOHE.RATER AND SKR BatWIS nUWtt CONSTRUCllCN T.the cwimACitH «m fumvi »ii labor,roas matekals and roupnENi kitssart 10 Cttam T,* construction <r nn jch and protect adjacent iwhhtes •/iltow.as hjiau masses,ant delation ™ow original ehawncS ami BE comini i""i>t MSXXR "hb TO oiakts. OR COMPLIANCE R11HHANS SMALLHE LHUHULI Al UWIMALIWt EAHJ1SE 9 THECONTRACTOR SMALL NOTPROCEED Win ANTACClBOHAl SMWCT5OP.HOW "imOUT PROR NOmCAllO" WE OWCR rcUO"<D ST A CHAHCE ORDER. 10 THC CO»mAC10R IS lULT RT3=ON9aX fOR AHT IHUS PUnCHAStD BT THE OTMll AND ONtK TO TIT EONmACIW TORINSTALLATION 11 IHE CONTRACTOR r>(OUT W5FO«9ftI TORANTITEMS «*CHASCD ST THECOHTRACECB ANDHS1ALLED BT TtC 1?CONTHACICR 1 AIL MAKTACTURDG 0T F»«9I ***/RHODUCTS/D£9CH IIUIS THAT REOLIAT CLABflCAHDN 3Vt±SAWT SMP ORAR»C5 TO0E3CMS rW APPAOVM.PRIORTO rABRKATICH. U THC CONlTUCrCH 9IALL UAWTAIN AN ACOJRATE RTC0RO OT OlAKf ORDEEK ANDVAHAIOtS TtOOUCHOlE THE PRDCHTSJOTTIC OK LTX OrC 5EI Of D0O«NTS W1IIM1T TH HE5 JB IS UPON tCOfVUa A-,1*1ST«NIWLI CO»»li:H.tH(.IUJIXR WHl ISS1K.THE.OONTRACTOI A "VUHOI ST •OCATHC Tin UFJIIVID UI'tXfOES K II WJ«II*(.UNMALIUH MHJ HAK1 SIAJI MUIM »-n.-^ElNAt CXHWITON T1THIN 10 CAUTOAA1 RDRUC DATS. FTTOSTTO 1UMNTWI TEC ILOOH CLEANEUHHit LOfftIHU<.ll0N HUEWttiS.LLIiLWS IRIX *Ai_i LLKiLHU IT TWC NOT 'APPRCMD EOUAt"UfANS U*WXD BT CT5CKB. IR ANTSUBSTIIUTCH RTEXCSIHJST EC ACCOMPAMCEI RltH A CHANOE ORTXR f«13JCST BIATBENETITS THEOWO fH SAMNC OT T»<OR WO«T CONDHKHS*LMNI «COMDCT.»OI»T EJEWJCH EiJlia PHUkilllHI. ARE pwowam 31.OENEKAL CONITWCTOT SHALL PROWE JOB PROCCT SOIATUSCOST. n mtfM.COHTRACTTF 3IA1L RXOVCC AN AU.0HAHCI H THT BOfORATLEWI 51 AWKTECT5 /STRUCTURAL tHCHDtS TOD K91CTT0NS «HOO EACH «ST SECTION2-SITEWORK 1 SOL.mil BE COMPACTED TO 7U rXI^TT OR AS QTHDMS »OCATE0 H RE ESWUCTWIAt AN0/OR CM. PROTECTKM AtAKSI IEEWITS HRT»«Arr 01 COOTJAnttWALL EC IS3CD 10 IHEBLUWHC OTPAflnCNT .WIDmHAUT ten BLANK SECTION 3 -CONCRETE SEE STRUCTURAL E'LANS SECTION5-METALS Sc ANCHORING i rwatot*:steel: latest tnnwi HTH REC«aOMS- a TABKA.KH A«0 PLACEMENT OFALL REMXBOK-.STITL SMALL CtWlT KW ACT 318 (EATEST LLUnW m A PROTECTICH OT «Ht:STRUCTURAL STBXL MO*TRS 91Aa HAtT ONE »I0P COAT (T PRIHOl PA*. i aii n-.ii j.imi-.:>":','*•.ir.i'.-xiv.:•—•.mi :•••••>'.:i:Ki i''Ji.wn -t„*j*v<}fi-j *r* cups a**s aac AMCHCusro tc beams or ecamhc RAflnnows u OS u8 z B*2 S<t CO » m 1 DC LU _ IDE 3 CO o^ Z>o> CO Q.Z <Ct°C? oi-ia ooz _,LU LU U.COO A-101 FOUNDATIONPLAN &GROUNDFLOORPLAN STRUCTURALGENERALNOTES 2.STWCTUMLSTEEL-AM(SECKOIC4) 4.RDMIIStfC0.009PS.GAAOC«0 lcontractorshallcowvr«thnc-woreoureo *persectionitx «ru.shau.«ecurctronsoats DESIGNCODESANDLOADS rec-zoto*ascc7-to mot:it-»psr*eh-sar-vrcHT ipressureCBPTTOWT:Col-go SOILSTATEMENT ortheNuncpadroithenew..._ VOBTYTHCtWSflHOSOLCflWrTWftt.THCCPTWBW-PUCE mcapacityshallhawbeenkttmmcobywayor M2EDTESTS«RATKMaE.AMALYSSANDSHALLKtETOR 0THE0E9CN8EARJWCCAPACrtT. »*-m*"CONCRETECOLUMN, ERirERTOSTRUCT.BROS.) fm»*S1UCCORUMCLCAP SEALER. -jr-o- • o-y-o* w:M».' \ZONE7'•' i1 ii ii i1 ZONEI I1 1i 11 NETWINDUPLIFT ONROOFCOMPONENTS ROOFFRAMINGPLAN scale.-\/r-i'-or 10ALL//--HCTALOECK »»///-L»'tf"»OA "$4 "T^RM. V-l' /•(JHERMAHC-jr SECTIOND SCALE:3M*•r-o- SCALE:JftW ...f^t^ >»•COVERAGE• I-MjlxL SECTIONE(METALDECK) scale:3Rr«v-o- "C"SLABBARPET. Q 2°If <.•8 **ii- Rola: ^to CDKK a18 SI* cod11- CD ilfgS. o Zo 5£ -Io 513 CD& Sis! UJoui QTtro S-101 EXHIBIT #1 Scope of Services &Schedule of Values/Summary of Quantities Attachment C Bus Shelter Fabrication &Installation RFP#PW-20I5-2I 'Specifications:Bus Bench and Trash Receptacle9 Specifications prepared by:Wabash Valley Manufacturing,Inc. i III All sixlocations will requirenew benches.Theexisting benches in each locationshallbedeliveredtotheCityofSouth Miami PublicWorksDepartment. Location#2shall keep the existing bench at the same location.All trash receptacles are to remain.Locations #5 and 6 are missing trash receptacles and new ones shall be provided to these specific locations. Contractor shallincludewithin the proposal the effortand cost for the bench assembly andinstallationat each location.Thenew benches shallincludetwo additionalarmstobeinstalledtothebenchtopreventlaydownby pedestrians.(Please refertoimagebelow as anexample) Contractorshallinclude within theproposaltheeffortandcostfortwonew trash receptacles tobeinstalledinlocations#5and6. Attached tothisexhibit are the specifications andmodelfor the bench and trash receptacle.The proposed benches and trash receptacles will need tobe from Wabash Valleyor approved equal. sjThe color for all benches and trash receptacles shall be hunter green or equal. ,—4*5*''''V o •**#...Jr.*-1 *Mr& <li m £5 Ks V;..\-s/ S'1£1^H^"T •SS5?P?»i., ^M model no: SP415P,SP415R,SP416P,SP416R, UP400D,UP4000,UP400P,UP400R,UP400S,UP400W, UP401D,UP4010,UP401P,UP401R,UP401S,UP401W, UP405D,UP4050,UP405P,UP405R,UP405S,UP405W, UP406D,UP4060,UP406P,UP406R,UP406S,UP406W, UP420D,UP4200,UP420P,UP420R,UP420S,UP420W, UP421D,UP4210,UP421P,UP421R,UP421S,UP421W, UP425D,UP4250,UP425P,UP425R,UP425S,UP425W, UP426D,UP4260,UP426P,UP426R,UP426S,UP426W UPTOWN SERIES 4'&6*BENCH WITH &WITHOUT EXPANDED METAL,WELDED WIRE, 6'MEMORIAL RIB &PERFORATED BENCH wabash valley BROWNI INTERNA1TIONaAI. ARM RIB,PERFORATED,SLAT &ROD (5)Wabash Volley Manufacturing,in*. customer service: ASSFMRIFBS!if you find ony portsmissingor domaged.orifyou're having difficulty assemblingyourfurniture/equipment,caO usot: Any correspondence concerning our product should besent directly to our Customer Service Managerot: Before colling,hove your product model number available. 1-800-253-8619 (Inside U.S.A.) 260-352-2102 (OutsideU.S.A.) MondaythruFriday, 8:00 m -4:30 PM Eastern Time (EXCEPT HOLIDAYS) maintenance: WabashValley Manufacturing,Inc. 505 E.Main Street P.O.Box 5 Silver Lake,IN 46982 U.S.A. FAX:260-352-2160 Regularinspectionand maintenance ofallports,ondfastenersis necessary.Tightenallboltsandnuts.InspectTops,Seots,Legs, Bracesand Fostenere periodicoifyforweororvandalism.Replacebroken or wornports immediotely ortoke equipment outofservice untilrepoirs ore mode.Use genuine Wobosh Volley replacement ports. Torestore plastisol coatingtoitslusterofterprolongeduse,wosh/dnse/dry onduseArmor-All©or simifior qualityvinylprotectant. KEEP THIS ASSEMBLY/SPECIFICATION SHEET FOR FUTURE REFERENCE. specifications:NOTE:Wereservetherighttochangespecificationswithoutnotice. Heatfusedpoly-vinylcooting,finishedon inner-metol structure,toanapproximate 3/16"thickness. Framework assembliesore finished with powder cooting:electrostatically applied ondovencured according to powder manufacturer's specifications.Fasteners are sioinlese steel to resist corrosion. BENCH LEG: Leg with ond with outormis constructed of1 5/8M odx12 goge structural steel tubing.Foot padsore10gagesheet steel. BENCH SEAT; Expanded metalsectusee fobricated 3/4"#9 steel.Welded wire seotuses fobricoted 5gage welded wire.Ribuses10 and perforated seots use 12 goge sheet steel.Slats are 1/4"x21/4"flat bor ond the rod is 1/2"diameter steel. The bench's frame/mounting brocketsore10gagesheet steel.The endsofthe rolled sideuse 1/4"x1 1/4M steel flatbarfor support. GENERAL: 4'conlemproory bench ground spoce requirements ore 287/8"x 51 1/6"for o single unit.One odd onis28 100 3/4.For each additional add on,odd 49 5/6".The bench seotis 48 1/8"long x25 1/2"wide ond 17 3, the top ofthe lowest partin the bench's seot. 6*contemporary bench ground spoce requirements are 287/8"x75 1/8"for o single unit.One odd onis28 7/8u x 148 3/4 .For eoch additional oddon,add 735/8".The bench seotis72 1/8P long x25 1/2M wide ond 17 3/4w to thetopofthe lowest port of the bench's seot. TheMemorialPlaque consists of 304 brushed stainless steel. AI270K TT" 7/8w x \/4*to page 1 parts identification •A ITEM PART#DESCRIPTION A1 A2 A3 A4 A5 A6 A7 A8 A9 A10 All A12 A13 A14 B1 B2 83 7930 7862 7942 7863 7947 7948 8015 8016 8155 8156 8153 8154 8068 8069 7492 7493 7167 4EXPANDED METAL CONTEMPORARY 6,EXPANDED METAL CONTEMPORARY 'WELDEDWIRECONTEMPORARY WELDEDWIRE CONTEMPORARY RIBCONTEMPORARY RIB CONTEMPORARY PERFORATEDCONTEMPORARY PERFORATED CONTEMPORARY RODCONTEMPORARY RODCONTEMPORARY SLAT CONTEMPORARY SLATCONTEMPORARY MEMORIALRIB BENCH MEMORIAL PERFORATED BENCH UPTOWN LEG WITH ARM UPTOWNLEG WITHOUT ARM MEMORIALPLAQUE hardware identification ASSEMBLYTOOLSREQUIRED 1-REGULARTIPSCREWDRIVER 2-1/2"WRENCHES 1-3OR 6'LEVEL ITEMS INCLUDED IN HARDWARE PACKAGE)? ITEM PART#DESCRIPTION C D E F G H J page 2 17028 17032 17053 17033 17050 17022 17103 3/8 FLAT WASHER -SS 5/16-18 HEX FINISH NUT -SS5/16-18 x31/2"HEX HEAD BOLT 5/l6r18x 21/2"MACHINE SCREW5/16'SPLIT LOCK WASHER -SS y/b?°*V2"ROUND HEAD MACHINE SCREW -SS5/16"FLAT WASHER -SS aTT SS SS 21051 21052 21102 QTY QTY QTY 6 6 0 6 3 0 0 3 0 6 0 0 6 3 0 0 0 4 0 0 4 DRAWINGS NOTTOSCALE AI270K ,I .IMPORTANT:Assemblers should be reoeonobly skilled In the oSBembry of commerclolaSSemblyprocedures.'grode/heavy duty fabricated steel equipment. To ensure proper ossembly,itis suggested Ihot you take odequate time to locote and identify eoch part.To prevent scratching of the finished pieces,we recommend this unit tobe assembled on g clean,flot,solid,surface with o drop cloth allowing plenty of working room.Also please read the instructions ond study the sketches very carefully.A little extro time spent before assembly will be well worth itin performing o complete,proper ossembly.Please note that oil ports hove been precvl ond pre-dniled. During the ossembly process leove oil bolls and nuts "finger tight",until the entire unit is completely assembled.This allows room for movement to level or odjust oil seats,lops,benches,fromework ond braces if necessary.After final adjustment and leveling, permanently tighten all nuts,bolts and fasteners-_^_____ STEP 1•Stond one (81 or B2)leg upright on its feet.Lift upword on the arm and pivot on the reor foot pad until the leg is lying on its back,see FIG,1-8e sure to prop leg on both sides to prevent tipping.Place (A-)seat next to the leg ond ratote upwordto match position ofleg. STEP 2:Align holes of the seat's frorne/mounting bracket to the holes on the leg.Use three (F)and (D)with one (C)ond (G) per(F).NOTE:Washers (C)and (G)mustbeusedontheseotside. STEP 3: Repeot STEP 1and STEP 2to complete instollotion ontheotherendoftheseat. STEP 4:Finger tighten the bolts and rotate the bench legs to its original position in STEP 1.Level the bench if necessary. Tightentheboltswith proper wrenches. NOTE:Boll add-on bench ond center leg with three (E)and (D)using two (C)ond one (G)per (E).The (F)screws areusedfortheoutsidelegtobench ottochment. MEMORIALPLAQUE INSTALLATION After engroving is complete,assemble plaque tothe (A13-A14) benchusingfour (H)ondone(J)pereach (H),seeFig.2.Threadploquebetween center screws ond tighten. FIG.1j XnStatLatXOn:WARNING:The proper instollotion for Wobosh Volley products moy depend upon mony foctors unique to the site,location,oruseofa particulor product.Consult with your contractor or other professional to determine yourspecific installation requirements. AI270K -*&-page productdimensions: 4f-511/8" 6'-759/16" 4*~481/8" 6'-721/8"" iliillil!!f 000i00D00D>Ot09909O>QgQ0 ogooouuuDi.noyiiyiijgsi 4'-495/8" 6'-735/8" 4'-495/8" 6*-735/8" 4'-495/8" 6'-735/8" 287/8"~ 35 263/8" 183/8J page4~W p II II II ri —-HI A1270K model no: CN440N,CY430N, ES430N,UP430N v v@ AMVUOKOP ACCESSORIES BROWN IORDAM INTERNATIO NAL ADD-ON ARMS ©Wobath Valley Manufacturing,(no. customer service: ASSFMBtFftS;ityou find onyparts missing ordomaged,orifyou're having difficulty assembling your furniture/equipment,coll usot: *Before calling,hove yourproductmodelnumber avofoble. 1-800-253-8619 (InsideU.S.A.) 260-352-2102 (OutsideU.S.A.) Mondoy thru Friday, 8:00 AM-4:30 PM Eastern Time (EXCEPT HOLIDAYS) Any correspondence concerning our product should besent directly toour Customer Service Manager at: Wabash Valley Manufacturing,Inc. 505 E.Mom Street P.O.Box 5 Silver Lake.IN 46982 U.5A FAX:260-352-2160 maintenance: Regular inspection and mointenonce of oil ports,ond fasteners is necessory.Tighten oil bolts ondnuts.Inspect Tops,Seots.Legs, Braces ond Fosteners periodicallyforwearorvondolism.Replacebrokenorworn ports immediotely ortofce equipment outof service until repairs oremode.Use genuine WoboshValley replacement ports. Torestore pkjstisol coatingtoitslusterafterprolongeduse.wosh/rinse/dry onduse Armor-All ®orsimilior quolity vinyl protectant. KEEP THIS ASSEMBLY/SPECTFICATiON SHEET FOR FUTURE REFERENCE. Specifications:NOTE:We reserve the right to change specifications without notice. Heat fused poly-vinyf coating,finishedon inner-metal structure,toonapproximate 3/16"thickness. Framework oesembfies orefinishedwithpowdercoating;electrostoticoliy appliedondovencuredoccordingtopowder manufacturer's specifications.Fosteners ore stainless steel to resist corrosion. ARMS: Estateand Courtyard armsond mounitng platesorecost aluminum.Comtemporory orms ore2 7/8"diometer and Uptown arms are1.66diameter gofvanized steeltubing with 10gogemountingplates. AI315A '——-———. page 1 TI—Trash w/Side Door Series @ model no:UTbSnSCSpe TI3A43I,TI3A43P,TI3A43S r TI3B43I,TI3B43P,TI3B43S TI3F43I,TI3F43P,TI3F43S INGROUND,PORTABLE &SURFACE MOUNT RECEPTACLES CORINTHIAN SIDE DOOR DESIGN W/SCROLLS INSTRUMENTS TO SHAPE PUBLIC SPACE customer service: ASSEMBLERS:If you find anypartsmissingor damaged,orifyou'rehavingdifficultyassemblingyour furniture/equipment,callusat: *Beforecalling,haveyour product model number available. 1-800-253-8619 (InsideU.S.A.) 260-352-2102 (OutsideU.S.A.) Monday thru Friday, 8:00 AM-4:30 PM Eastern Time (EXCEPT HOLIDAYS) Any correspondence concerning our product should besent directly toour Customer Service Manager at: URBANSCAPE adivisionofWabashValleyMfg.,Inc. 505 E.Main Street P.O.Box 5 Silver Lake,IN 46982 U.S.A. FAX:260-352-2160 or email:csOwabashvalley.com maintenance: Regular Inspection andmaintenanceof all parts,and fasteners Is necessary.Tighten all boltsandnuts.Inspect Tops,Seats,Legs, Bracea and Fasteners periodically for weor or vandalism.Replace broken or worn parte immediately ortake equipment outof service untilrepairsaremade.Usegenuine Urbanscape replacementparte. KEEP THIS ASSEMBLY/SPECIFICATION SHEET FOR FUTURE REFERENCE. specifications:NOTE:Wereservetherightto change specifications without notice. Framework assemblies arefinished with powdercoating;electrostaticallyappliedandovencuredaccording to powder manufacturer's specifications.Fasteners are stainless steel to resist corrosion. RECEPTACLE LEGS: Inground andSurface Mount legsare constructed of12gogex2 7/8"diameter structural steel tubing.Mounting plate consists of10goge sheet steelandsupport gussets are 14 gage sheet steelonbothstylelegs.Surface mountplateis 1/4"platesteel.Thescrollsarealuminumcast. RECEPTACLES: All Receptaclebodiesaremadeofaluminumflatbar.rod andtubing rings.Mounting baseisconstructed of 1/4"aluminumplate. GENERAL DIMENSIONS: Ground spacerequirementsfortrashreceptacles with flattops are 32"diameterx40 1/2"tall.Ground space requirements fortrash receptacles withash bonnets are32"diameter x55 1/4"tall.Ground space requirementsfortrash receptacles with bonnets are32"diameterx55 3/4"toll. NOTE:Minor scratches tothe faux—wood furniturecanbetouchedupusingWood Finish Touch—Up markersorpens. Some recommended touch-up markers ore the MINWAX WOOD FINISH STAIN MARKERS.The cherry marker workswell with the wheot faux-wood,the Provincial marker closely matches theweatheredand Italia,and the DarkWalnut marker matches the espresso faux-wood.The touch-up markerscanbeobtainedatalocalhardwarestoreormoyalsobe obtained through Urbanscape by contacting customer service. 51 AI3978 poge1 Finished to Look Like Wood,but Act Like Metal Our faux-wood finishes so closely resemble the realthingthatit'shardto believe it's metal and notwood.The timeless beauty and traditionof wood withoutanyofthe headaches,such as cracking,warping or rotting.For superior strength and rigidity,we add reinforcements to the aluminum extrusions forallof our faux-wood-finished products. AAMA 2604-05 Certification Our seven-step powder-coat system exceeds AAMA2604-05(AmericanArchitectural Manufacturers Association)test specifications—one ofthe highest intheindustry.Our coaling stood upto some ofthe toughest test specifications,including adhesion,abrasion resistance,chemical resistance, corrosion resistance and fade resistance,to ensure thatour products willlast longer than anyone else's. AAMA 2604-05 test Procedures and Performance Requirements Test Requirements Salt-Spray Resistance:3,000 hours per ASTM B 117 Weathering:Color Retention,5-year south Florida sun,per ASTM D 2244 with a maximum SdeltaE change Weathering:Chalk resistance,5-year south Florida sun,per ASTM D 4214 with a max rating of 8 Weathering:Gloss Retention,5-year south Florida sun,per ASTM D 523 with a min of 30% Weathering:Resistance to Erosion,5-year south Florida sun,with less than 10%film loss Chemical Resistance:Muriatic Acid,Mortar,Nitric Acid,Detergent and Window Cleaner Dry Film Hardness per ASTM D 3363 with no rupture Adhesion:Dry Adhesion,Wet Adhesion and Boiling Water Adhesion using the cross hatch method with 0%failure Compliance Yes Yes Yes Yes Yes Yes Yes Yes Seven Steps to Long-Lasting Furniture:Our Superior Powder-Coating Process What's responsible for the good looksanddurabilityofallour products?Our seven-step powder-coating process,whichis unlike any other in the industry.While other companies also offer powder-coated products,our seven-step process ensures the highest quality and longevity for our products. STEP 1—Shot-Blasting to White Metal First,allof our metal is cleaned towhite metal.Westripittoits purest form using our state-of-the-art shot-blast system. This process removes all the impurities from the metal,especially at the weldjoints.It's more effective than traditional acid cleaning and also creates amore textured surface,allowing for better adhesion of the powder coat. STEP 2—Five-Stage Chemical Pre-Treatment Next,themetal goes through a five-stage chemical pre-treatment cleaning process.Itis etched,rinsedand cleaned to eliminate any residue,thenit's sealed—further promoting adhesion and encouragingcorrosion prevention. STEP 3—Pre-Heating Priorto coating,the part is pre-heated so thatit can bedried,warmed andthen sent directlytothe spray booth.Withthe part heated,it draws powder intothejoints,corners and hard-to-reach places to ensure complete coating of the entire surface. STEP 4—Zinc-Rich Epoxy Coating Afterthe pre-heating.aZinc-Richepoxy powder-coating isappliedtoprovidethe highest qualityof corrosion control.It works as aprime coat to protect themetalfrom corrosion beforeit receives its topcoat. STEP 5—Zinc-Rich Epoxy Coating Gel-Cure Next,theZinc-Rich epoxy coating iscuredtoagel,allowingthe polyester topcoat to combine withtheZinc-Richepoxy, promoting better adhesion. STEP 6—AAMA 2604-Compliant Polyester Topcoat Apolyestertopcoatisthenappliedthat'sspeciallyformulatedtomeet AAMA 2604 standards forfading,cracking, chalking,gloss retention,erosion resistance andchemical resistance.Nooneelseintheindustry uses thishighstandardoftopcoat.It ensures thatourproducts will maintaintheirbeautyanddurabilityfor years tocome. STEP 7—Final Cure Finally,themetal goes throughacureoven,which hardens thetopcoatandcompletestheintegratedbondingbetween theZinc-Richepoxy and AAMA 2604-Compliant Polyester Topcoat. Page 2 52 naoornri/ij <nfnnc/7qivso>IMPORTANT:Assemblersshouldbereasonablyskilled In theassemblyofcommercialaSSemOiyprOCeaUreS.grade/heavy duty fabricated steel equipment. Toensure proper assembly.It to suggested thatyoutake adequate time to locate ond Identify each part.To prevent scratching of the finished pieces,we recommend this unit tobe assembled ona clean,flat,solid,surface with a drop cloth,allowing plenty of working room.Also please read the Instructions andstudythe sketches very carefully.A little extra time spentbefore assembly will be well worth Itin performing a complete,proper assembly.Please note that all parte have been precut and pre-drilled. During the assembly process leave all bolts and nute "finger tight",until the entire unit Is completely assembled.This allows room for movementto level oradjust all seats,tops,benches,framework andbracesIf necessary.After final adjustmentand leveling, permanently tighten ail nuts,bolts and fasteners. H = FLAT TOP INSTALLATION: Attach flat topto receptacle using one 1/4"X11/4"One Way Machine Screw (17008).two 1/4*flat washer (17103) one 1/4 Nyloc Hex Nut (17016)and one (19067)wire Rope.Before attaching bolt toRat Top.thread rope between barsandaroundtopledgeofreceptacle.See Fig.1below. BONNET TOP INSTALLATION: Attach Bonnets to receptacle using one1/4"X1 1/4"One Way Machine Screw (17008),two 1/4"flat washer (17103) one 1/4"Nyloc Hex Nut (17016)and one (19067)Wire Rope.Before attaching bolt toRat Top.thread rope between barsandaroundtopledgeofreceptacle.See Fig.1below. LEG INSTALLATION: Attach surface maunt/inground leg to receptacle using one 5/ washer (1702B),one 5/16"lock washer (17069)and one5/1 7043 FLAT TOP UFT TO RELEASE LATCH 7359 INGROUND LEG 16"X1 1/2"hexheadbolt (17011).two 3/8"flat 6"hexnut(17032)pereachbolthole. 7360 SURFACE MOUNT LEG inSTatlattOn:WARNING:The proper Installation for Urbanscape products may depend upon many factors unique tothe site,location,oruseofaparticularproduct.Consult with yourcontractoror other professionalto determine yourspecificinstallation requirements. page 3 53 AI397B product dimensions: 40 1/4' 55 1/4" -32"- 27 1/4" izza <\V.»U •[»!••'».'//•) 5 3/4" 55 3/4" Y Y TI3A43I/TI3A43S TI3B43I/TI3B43S TI3F43P AI597B 54 5 3/4" PW 4 product dimensions: 32" •WlllTtllffW-) 40 1/4 49 32" 27 1/4" £ai (••^\:rilll[t]lff|''iV//r-) ^iMnriisiii1.!!m £ TI3F43I/TI3F43S TI3A43P 49 1/2" page 5 32" 27 1/4" -<-W,«'\lll[tll[f|r >•///'•) UHiidiiWiii-aili. TI3B43P 55 5 3/4" 40 1/2" 5 3/4" 40 1/2" AI397B