Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 155-15-14494
RESOLUTION NO.155-15^14494 A Resolution authorizing the City Manager to negotiate and to enter into a contract with LEGO Construction for concession stand renovations at Palmer Park. WHEREAS,staff conducted an assessment at Palmer Park and found that the concession stand requires major upgrades and improvements;and WHEREAS,theCity recently hireda consultant—R.E.Chisholm Architects Inc.—to complete professional architectural drawings and product specification services;and WHEREAS,withthisreportcomplete,theCitysubmitteda Request for Proposal (RFP)#PR- 2015-10 on Wednesday,May 13,2015 for "Concession Stand Remodeling at Palmer Park";and WHEREAS,two (2)submittals were received;LEGO Construction Co.was the lowest bidder andisin compliance with the terms of theRFP. NOW,THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA THAT: Section 1,TheCity Manager is authorized to negotiate andto enter intoa contract with LEGOConstructionCo.,foranamountnottoexceed $93,172 to complete renovationstothe concession stand at Palmer Park.TheCityManagerisalsoauthorizedtoexpendanadditional$7,000 of thecontractpriceforunforeseenconditions.Funding forthis project will come from Parks and Recreation Capital Improvement account 301-20000-572-6450,which hasa current balance of $505,000beforethisrequestwasmade.Acopy of thecontractisattached. Section 2.Severability.If anysectionclause,sentence,or phrase of this resolution isfor anyreasonheldinvalidor unconstitutional byacourt of competent jurisdiction,theholdingshallnot affectthevalidity of theremainingportions of thisresolution. Section 3.Effective Date.Thisresolutionshallbecomeeffective immediately upon adoption byvote of theCity Commission. PASSED AND ENACTED this6 th day of October 2015. READ AND LANGUA E FORM:COMMISSION VOTE:4 _0 Mayor Stoddard:Yea Vice Mayor Harris:Absent Commissioner Edmond:Yea Commissioner Liebman:yea Commissioner Welsh:yea Soutfr Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: From: Via: Date: Subject: Background: The Honorable Mayor &Members of the City Commission Steven Alexander,City Manager Quentin Pough,Director of Parks &Recreation October 6,2015 AgendaItem No.:. A Resolution authorizing the City Manager to negotiate and to enter intoa contract with LEGO Construction Co.for concession stand renovations at Palmer Park. Parks and Recreation staff conducted an assessment at Palmer Park,and discovered that the concession stand isin need of major improvements and upgrades. Proposed renovations willbringthefacilityupto standards and improve akey public area within the city's parksystem. Ourgoalincompletingthisprojectisto enhance public recreation and the overall user experience at Palmer Park,aswellas create new revenue generating opportunities for the city.At the completion ofthis project,the concession stand will feature new cabinetry,appliances,electrical and plumbing improvements. A summary of the scope ofworkislistedbelow: Palmer Park's Concession Stand •Demolition includes but notlimited to removal of electrical receptacles, switches,telephone and other devices,baseboards,wallshelvingandfloor cabinets,existing exhaust fan,water heater andsink; Install new wall shelving and floor cabinets; Installnew non-slippery tile dura bond; Install new exhaust fan and vents; Sanddownand paint overhead rolling shutters; Installnew stainless steel single deep sink; install new bar sink; Install new tank-less water heater; Patch holes and paint interior walls; Plumbing and electrical work included; Install new doors /hardware; Installnewcommercialappliances:icemachine,refrigerator/freezer,deep- freezer,microwave,popcorn machine,cotton candy machine,food heat lamps,hot dog machine; TheCity recently hireda consultant to complete architectural layout drawings and product specifications for the concession stand.With this report complete,the City submitted a Request for Proposal (RFP)#PR2015-10 on Wednesday,May13,2015 \JfKAv.Soutff1 Miami THE CfTY OF PLEASANT LIVING Vendors & Bid Amount: FUND& Account: Attachments: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM for "Concession Stand Remodeling at Palmer Park."Two (2)submittalswere received;Leed Construction is declared non-responsive asthey did notcomplywith the minimum requirements of the RFP.LEGO Construction Co.is the lowest bidder andisincompliancewiththetermsofthe RFP.City staff consultedwiththe contractor'sreferencesastohandsonexperience.Basedonthatinformation,we recommend entering intoan agreement with LEGO ConstructionCo.due to qualificationandexperience. Please findbelowabreakdown of all submitted proposals. Vendors Bid Amount LEGO Construction Co.$93,172 Leed Construction Group $125,731 Amount notto exceed $93,172.To account foranyunknown factors thatmay arise,a$7,000 contingency overthe proposal of $93,172 is requested. The expenditure inthe amount of $93,172 shallbecharged to Parks andRecreation Capital Improvement,account number 301-2000-572-6450,whichhasabalanceof $505,000beforethisrequestwasmade. Resolution for approval Pre-Bid Conference Sign-In Sheet Bid Opening Report Proposal SubmittalSummary LEGO Construction Co.Proposal SunBiz -LEGO Construction Co. Demand Star Results MiamiDaily Business Review General Contract Date: RFP Title: RFP No.: SoutmMiami THE CITY OF PLEASANT LIVING Pre-Bid Conference Sign-In Sheet May 29,2015 Concession Stand Remodeling at Palmer Park PR2015-10 Please Print Clearly ppl»ill^^ 1 JvjllO ^\^2J>^L&^O "Cc>v\r\j:-c/"c^(ow ^%g ziiqQtt \piA20VA^)^^£)CC .COVw ;:2}-;?:;^:;::;:•;2•''!":^•'^:J:'''H^;i,:';i;•;;•^*•"?}^;'^:-:'--;•:://v-'v^:::-/:."'-:^'^:-"\^' {-,.'•''"'-"'.;.•>-!i:v.-.''.•".'•.-".'.*i:-',V':V0'^'V.''"*"-!"..•'':^v''"J-'-;'.V..':'..y:s "';•:.-':\: 3 4~.\.'/''•••-'',...•'•'*'..-,•'.''* '«•,.".•''''.''" 'X 5 ;;6/:'^X^i'XS^^X^-M'X.''.::•'•;:';'":^':':::;.:.•'"f-Vi''v'"••'.--.y f;.\Xv.";-.••"<;•,';•<;;.'*•• :--;.;;^)i/;[.Tv;•;•"'}£v:••;"•;•';•:•'-'••'^•'!•;!•-''?'•;['v.."•'•^:,.• 7 ''£:• '•'.''.'•..:.'.'•:'-'••••••'..•\'!•','.•."'-i '5'i'"".".,'•'•-'^-'^';•••••-;-"•:-:-'•'•'••<'.'•;."'/"'"'••.-:."..:••»1''."•''•! V ."-.*,^V •.\:-:":r?"-:"^'\'-:,'-V;WA:•/*'-•;•'"'••:".-.'"•:'-:-'-V?v.':.r•^•^-/••._..::;:•,, 9 |.id:••:"""'"••••'.;.•':.••':.'"'•.:,,:;^;\V".'-CV '••'"''''"'-v '•••••"•.'•/•';''.v"*'•"•'-."!.'••,.•:."-::.••,:-V..:"'"''':•*.'''•:'"•.!".•'''""'/•:.V .'•'";''•"-•'••"'"^•'y'':/''•''-''.•''-:-'• i ii i C:\Users\skulick.CSMl\Documents\South Miami\Templates\Pre-BidMeetingSign-In Sheet.doc BID OPENING REPORT Bids were opened on:Monday,June 9,2015 after:10:00am For;RFP U PR-2015-10 -Concession Stand Remodeling at Palmer Park COMPANIES THAT SUBMITTED PROPOSALS: 1.LEED CONSTRUCTION GROUP 2.LEGO CONSTRUCTION CO. AMOUNT: /£6~,7 3/.*- 9%/ri.Z? THE ABOVE BIDS HAVE NOT BEEN CHECKED. THE BIDS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. City Clerk:Afat/a M M^e/i(/eZ. Print Name Witness: Print Name Witness: Print Name Signature RFP PR2015-10 Concession Stand Remodeling NOTE:RESULTS ARE NOT FINAL UNTIL AN AWARD RECOMMENDTION BY THE CITY MANAGER Bidder Bid Price Bid Package (lOrg;3 Copies;1 Digital) Bid Form Bidder Qualifiation References Won Coll. Affidavit List of Subs' Public Entity Crimes and Conflicts of Interest Drug free Workplace OSHAStds Fed.State Listings Related Party Presentation Declaration (1)Proof of Ins Signed Contract with Original Sun Biz Lego Construction $93,172 X X X X X X X X X X X X N/A X X Leed Construction $125,731 X X X X X X X X X N/A X N/A X N/A X 2 LEGO Construction Co. Fife 305.8Si.®iS r -._•=£!=;f • ••"^k r--;^!j",h.^f ~-"3-ii?"••-.•-=""~>>'.t---~?-.->--[7 ~,--,-*$ "Concession StandRemodeling at Palmer Park' f-"^RfP *PR2tJ154ia «t E TTf•>•-i J>~-i.H '-.Hi-~-.-.-.-.-•Vi It •!--T_rjfTrrT1._.7 "j .C -I «•--1.'"t = .."^.,3." :'^ffv;'.';^'1'^;^'.%^fe ',''.jin.•:#^.#J.-'t--£&>, PI ""'-*Tjj •""-*11 f ,1]"-i "l>i-=ill,,-"Tj -'^-, "3; RESPONDENT QUALIFICATION STATEMENT *Cbncession Stand fteifiodeliftg at Palmer Park" Rf=P#PR20l5-»tt The response %g ifoi$^&i$oxm$te $ha|t bje t#Ifeed as part ofthe CITY'S 6ye>all PrpposaJ-fcyaJuation and \y Number ofsM^ 20 20 SO m a)rtotfeep^st&year& >jT In^pa^rJ^yea^T^. fof|^paaT<^_: ...2;fcjj&?itfifc last tteee ^,c^mpifetfed similar projects, -a)•/" OWneeNameF" /f-yltf.'-J??"\Cr^je^AbWess: Gwhjr Telebfcgne:. Renovation,and Modernization of NICU B-,C and Jackson.health System ..rffi?"i ?± 1611 Ml ^rJi.AN^rTU^iamtK 33136 ?3" r,30$-5B5^72 •-tfc- '^^^^^<^pl|bl1?^^iyj| ^¥> ,JdJ:As'r" -n ^i_57.'' at\Gcintract Completiori Date;08/17/2014 ;vSuctaaf -Fiftal Cti^fajcfc Cprrtptecibri 10/J2O/3S14 -'£.t^,k'r- $umM&:;:J .©H^nalfeqntractPrjte' ifettial,Fittal^rjifira^Prfee: ^-Sroj>«rSame2 ;: ^^etNacne:^ v ;r g--OWneH _4«|$pne; Ren0V^l6ii?fihd MQdemteslfon ofWest Wte^BldgflA: •jail i^^at^if^u^Miami Pt;3313jg 1 ; -Actual Ffrial iCotttract Completion •*" ^6a«e:,y\'{\"V "&/2fift*- «i^halCbntr^fiHte:•$1ffi^947fr Actual Rnal Cbnftact Prfee :$1,274866.84 II >'it%y f".*"^. i I ®JttMiWtTVtFbbf ..i. Hjsajth system (frojettNamer, Owner Address: Owner Telephone:. 1614N^iath^ermetMiami FL 33*g@ ;, 1 '-_mm^—m—m*^^—!^^*^*_••••••). $6j^S^Sf72 Original Conijract.Cqmple^bn Time 10QRay| Actual final Contract JCompietjoft Gg/2£/2ft14 Qajggf •;/<-,-.-•-•• Ori#itf Cpri^r^fFrpW AetuaJ|fihaJ Contract Priced vm; a ]J:,^iirfefttW#ldoad-:V .Jr' & MDABP Abe Arronovte.ae. f ublfcTHbueirjg i Sh^£tieraoHtton Karat Dade:;.i,1 Me^anfeafreoiit .•*SoliUfdrida Mamma r^no«^0ri Room Mi jfP •'.-*1 :j -,*v »•K- "-'"i,,-w-l-i tm$H5,7%&, m347;§S0$ 2 f^' :if"! BB5L«*.3'tt£*v< r^T" fop^KJ# ~wrJ& m. .'-•£ #,324.^ 4 1lie;i&(QW^. -'a)ftgSP^^^:f' 5.LGtt«n4$[td^>r^l ''K'^-V 12 ii-'4-6- it- •# a).Bankruptcy petition*tiled by or against the Respondent-or any predecessor organizations, b)Any arbitration or civil,or criminal proceedings,or.. .Sfo^erWibri ofcontractor debarring ffbn?BWdihfcor Responding;byarty pabll^^ncy bto^ght c);agafnstrthe Respondeatin thelastffve;(5)years •&.GovernmentReferences: .Lfst othe>government Agenciesor Quasl-governmerit Agencies for'whfch you have dori^business WfthfrS %e.pM fivC(53t y^s. Nameof Agency:JadksonHealthSystem :.'-., ;.A0*sa»r 1611 ^W12tbA^^ ^t^lpct'P^son; Typ&dt&pftcc Renovation -•'i-Jti &'. Name of Agency: AdSfeSst ,Telephone £Jo*;. :Con&^ersoni _, 'TyjjebfPrpJe^d;.:,; NameofA^niyi Addcessr :": i V ''"j .4 r"~" Telephone No~ Contact Person: type ofPrpject: 309^58^172 ;Afflgtao RodrfgMfe i^lahii Dade RubircHousIng 701NWTstX5t; Mia.m^FL 786-46&-4127 Renovation;, Miami Dade Aviation „.-•-=%;: 4200 M 22 St,Bltf SCSft^terfim (305j:j876>8311 {> iAna Pindl Pointing and Waterpropftha, II LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS Soddtftg^nd Turf Vtiotte S/yEAHe^trieal Inc;L or* Paying ParfeAmenltles Graphics -^ Excavation Building .QFj^gPF PainShgi; fJUe«^S«f°? Soil Fumigater Other MecanicaJ Thislistshall bfei v/tthin five (5)busirl ^L '.3 yz*•.^•i;;' SI |hoi"4j^4*:^^^*^^yj&,,^Q5j§5i8802 •a^fflt-i -^,-^" «*5tNW6i.«rt$t Ti-C-T'K ••••'; i %££^6fsStettitft'^responsive flay*after Bict Opening,?... 14 V'-^.i ter IV •¥"••= LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL <fConc«ssion Stand Remodeling at Palmer Park0 RFP#PR20I$-IQ qsedoni^rs|irolec^ Ciassmcation of Work Subcontractor Name Address Telephone,Fax & Email Landscape Soddingand Tiirf Work '•-V-7 y::.•--' El^tritai -'V^AEreotri(iaimc.7701 W?6thtAv^l!nita, Hi^leah,FL33016 •(305)^<*32Q8 irrl^tibn -'•;^-,'• ."'-J t-"J"." Paving.*:-;__•.-.:V/' - Park Amenities ''-'-:-f-"-.-..s--': Graphics y;-'*: •'|.nd---"J :" Utilities;'""•*"'/;,.:;"^ «---_.-_ Excavation v •r "-•£<""Ti ',""-""" Building -J-'V y;>}': a,1*'-"-'rY/-.--_;'• Strjuctur%"-, ^;-"f •'-'---: -"-""::-••3i>" Sl.PlM^blng Inc.,(305)552-8802 ?*'•=•V -i ';--'f --."?ir- V :£-V-- ;Testing ^bc^atiqiy ip --;.'' :~ \;.".-_.. :^yRjmjgatpr ^ j"1"- '•f V - =.Signs "J.V -"-S;: QtberrPyteGanical Soio^rCbftditibnihg •iiaml^LSfia (305)59^-^840'. :,i .~ i. :" -J.£fc ltiisJi^sftalf.*feeirJr^vide«rw theatjfo^Sdu^Miami byt Ve apparent IbV/est rJesponslVi2 and responsible Bidder: ^ftmf!^(S).b^e ENOOFSECffQK 14 NON COLLUSION AFFIDAVIT Luis Garcia1 * * * nbeing firstd%swornr^^d ®)He/Shemiey is/are the R^!^ ner^rPaiftner^Officer,Rep^siri^tlyeHsrp V n rof LEGO ConstruGtion Go.|he Respetjiident ^4 jtes y&SW ^efSne/tFte/fe/are %tly Informed concerning tfce preparatibn and contents ofthe attacned Proposal and olaff^jjertfirer^icTreumsances-(soncerrffngsuefcproposaj; Si^lfef^^n$b&eo!Iusjv£orifcarri Proposal? Neither tS$jSttfc JSespon^nfc nor mp of iifc officers*parMi&<$$Nl $gM&i^reien^ilYeSr e^cg^^^i^ilsf in,1h3Pp*.:|p^l^'^$9ng^^ to refteiri fr^$Sferi|oria^taany:!^ or .indire^l^sougbt by aj^eemenii or colfasiohy or cora^tsrifiitiisriir or conference With any Respondent ?km or-person '$*-%£ajiy overeat},..ppflftf or^ost-ejernejois;of|he proposal otr ofany "'^or to %&atfy c$y&iea4,gtdfe or-cost eteW$fe oj;&e fl^poSal ?£m c#^ $^#::R^|we^^|i&c$&$$&$& o£qnia^^lalp^S^ntmy a*«$^a©inst;Ir^cipw^#"apy.pjKgsli)^n^risjgd jft the:f^opSed Y Ttoe^ce w ferfc^quoted teffte W$®£$&F&4 W&fflfc *&<*PWer and are n*t taiot^%atoy ^Wibnij £otis^ite%co^or urila^na|[Pe«menTt on tbfr^aVt of tfre Respandent,orjari|otfer ;4#teajgen^^^ovmers,;emp%!ees or parties ofinterest;inciyfe^iii alfenk i sealed and deliv^red^^^the presence;ofi; Witness: VVIftess; On^histhe 'M of Florida,persptialiy^ppeared ($ame{$);^Mfcftt day of June nature PfefBSm i j,20 1-5 .befew*rpe,the undersigned ^QtatyPabfeof^ieSta^a IS nomtifl .Mffi^^ffl"^fc':-;*...and Whose name(^is&re $uM^ within instrument,andhe/she/they acknowled ^ffisflSS my nand afyAoffiidaJ^eat -^W-« SE^^OFflCK M *** «otar^i*«c ^SUttol Rwlda .,Personal idertdficatiom l^e^lden^ ^Did take ah oath,or ,Did Not take arr oath. npi.p- PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pommt &tfee piro.W$fon$of fcaragrapfj (2>&).of Section 287.133,Florfcfc State Statuses v ^person or afflttfcte whohas been placed on the convicted vendorlist following a conviction for a pgbiic entrtycrime majr hot submhra Proposal ori?^oft a.i£dntr^^^or sjeiryic^fc$k public.ifflfy miyiitit s^fehfc a BHjd of proposal «^^.^WiicAVc y«fd£^i^bi|^'?Nn¥i^'Gpa^t&instruction:af fe^rpf a.^MidUfic -^WfeE^rtJB^^t^JW^B^Vmp«i^^itos^r' not submit bids or proposals-ion teases of real,property,to itpublfe entity*may not be awarded to^perforrn.Work as mftESPOMdEIMT,Sub^btftrfc^ry ^under a Cont^ entityTand may not transact business wlth^any public entity in excess ofthe threshold amount Category Two of Section W.0'l2,,FM^from the da^of teingnpliced on therconyicted vendor JjStfV r •"-"'--t._;- The awayd of an>epntrae*htfgjgffideP Is subject-to the pF%vis!on$of Chapt&r U2,ijdridr^ae Sta*«ite$. Re>ponifent£rrtust dfecjcjsi with;^fejrfro>6^the i^fofattydffi^ Jsafsoa^M^^T ""''""y SVtfORN STATEMENT PURSUANT T03ECTJON 187AM (3)(a),: -i"r FLORIDA STATUTES.Ofcl PUBUC EKITITY CRIMES r >/ -iv.'i$£Z:"..,::•.'.-&->:•''.r fa 'U\••'".'•,r ;...-" ;;TPS ^ipHU$T BE^jNERA^SWPRNJO INTHEPRESSNCE ©F A NOTART RUBLIC OR OTHER-?qb^'•;.,•.•,;";•;""..:;.*•_"'_;•• I-J-. .T$Z •.jjlL .-,TJ_-^-&.C \'•.l'r,-[-1"-J' [print-narrie^cl^ie pittJic-enti^J to kj$s ^b&W President ^5 If*™*WlvftfuWttfefB^tWfel #.'-:v LEffi)^Gonsiftictforj bo..,„- Ipr?ht^Sne:bf eiufey sufemltfing sworn statement ^ ~:liSfEr '-'•fe ..'"'-•r-"''y)f Whosfcbosinlsst^dress is .2&MM gQ^Hpacf,Suita-^g .\,;^ Ji ^ Ne^i^.JSI no r^Nf indude the Social Security.Number ibf trW ffi^vtdual signing this;sy«Pr«statement: f:'ftsM#-wtif%'^-.-^:J-i:t-*,-';,TV J-i:..'••'*\:'-- ;V ^ff .under^nc|ifiat i^^pubife er^crite^as defined In patagraph 287J35 (l)(^B \n^B.a'^dB|i^'#an|r sicate .or|»derai.kw hy a peFTOn^tli,respect to and directly rented to the vtf^saaion ofib^aMess,^^0rw$i a^.agency or polW?i!sub^tylsion-bf^!ai^.o^^stalie" ^otth^UhitedS^es^f$*#|&b^hotlif^ed^^btd,f^opoMof ipntrM^feobds p^ser^cei tp^j^mM to %nt iilfelnti^br atr ^B^W^I^JSNftft&lM?f *?ir ^^"s^te or bfibe '^.Us£frau^#|fefi^^toMj^l^^r m^a) W- 3.:^L understand tff#J <1conVrc#.dw or:"co^v|^cm^|sJ^effe In ftragraph^3HH3?PJftX i^oridai SattlifiSt meansiaflhaihj|ofguiffc^rac^nviction^olf witftor j^ioirranailudfea^n^. bf'iuifc to arty federal or state Ifial igourt4t r^i^ieiaring (en ^argei;S>ro3i^-^Indfeimei^or , fjofor*natlon after July i,XVB&a^a4 result ^&jbjpf verdi<i non-Juify #ia!^^or/fnt%©f apjea.of^ll^pr nQ^omender^..T.-r ;V =:. v"I understand^ataiT.'Miate^^-;^ ^).A predecessor^or successor olaf^rsoncbnyla^^1"" (b)An entity,under the cono-ol ofany natural person who is active in the Management ofthe entity and who has ^n.convicted,ofa public entity crime.The term ^afllllate"tndudes those officers, ^J directors,titiitlftfo pa^tefe?i$rXa|^ho|dets»emplpy^m^mbef^and aj^fits8$o a^actiYe^. it the manajgemen^¥b£ovypsipship by one person of shai^cons^^ interest ih flp^er^nvo*a pbolihg of e^fpffientW irtepme Sniprig persons ^en not fef fair market value under an armte length agreement shall be a prima fade case that one person controls another person.A person who totowingfyenters into :a joint venture wftfr a person who has-been convictedoiaipublic entity ei!me-in Floricja duringthe preceding 36 months shall be considered an affifiate, I Mrt!cJ^j»§s^a«Licl |ha$£^p^jpt"«&SefaV!®in P0$(k$b itflJ''$&(||fe}*rto^io^Jtot^?$f$8|aftjr naturai person or entity organized under the laws of any stateorofthe United States with the legal power to enter into a binding contact and Which bids or proposal or applies to bid or proposal on contracts:fbt tlhe pfrovtsion of^oo^or services kt by a public entity,or which otherwise transacts or applies to transact business wfch a public entity.Theterm *•person^includesthose officers,directors, executives,partners*shareholders^..ei^management of an •Bajsed,-on infort^^ttptr aiird feelii^$ft6 Statement vvfhich !h^marked belo^i^t^iie In telatfori to the; entity submitting this sv^Orn statement [Indicate which statement applies,] %••Seiner the end^submttdr^;this sworn statement*nor any of lb officers,dlrectorv executives, partners,shareholdersi/employees,members,oragenw whoare agciye in .thfe^^imnajgement of the.entity^ nor any affilMe oftheentrty hWbeen charged wKb andc^nvic%dij6T&public eh^cr^me subsequent to ,^.rTfo^fti^^sworn;staltemenjlpr^onej Qk 1$^:*$$$^^f^lf^f^j^^^ partners,shareholders;employees,members,or agents who are^act^ve inthe management of the entity, or an aWillate oftheentity has been charged with and convicted ofa public entity crime subsequent to July The entity submitting this $Lweri>;>^^WPV&--9V hiore^f ij^F Gpu^rs^:irfij^eitb^,.€^o^e'iiti>fie^ partner^shareholders;empfbyees;members^or agents Who are active ^thermna^ement^^o <ehtft^, •op-Sri a^ifte^^^ntity ^^n^cMrgiSii v^arid convicted -$fg puWicJen^^fee Si^e|jue^|^di^ jy i$8&|teiw^|^jdhgre-has$|eh^4&i^m$^r^^^^^M;-r^^-iiffiCfrot^^Bte:of :f§^i(f%Division q$AdbihistratiVe H^arfngs anjd die Final iSrder entered by the Hearing Officer letetmlihe^^at it was:not fn^shs publifeilnteresE to place th#ei^^jbm^statement on, ihe convicted yend6r list jattaeb a copy oftbeifthal order-] llJNDERSTftNP tMKf THtlUternlp 6^fiRACTp?3 #ftifelftrX>ft^fE AiBU^ttY TWIOU6H DECEMBER;if OP#i ^LfiNDAR YEAft M WMjCW ft \$ftLlk I A&6 (^e£r$^&•W&f I *W li^JIr^S 1*5 lfoF$SMTT$i r^ENTiWM^m&A ®^M& imm^ioiD m&M^mmom\ti:0mm^MhsMM^s^M^for £AJEGdifr -mm #AWr £ft#isfc6 IN THtlNFO^^I^N^Nl^lNEiW iWiS RC*^ fjBr Sworn to and subscribed before me thJS:t day of awnfJJ^irgiL ©R Jr?#ip^4#<«l i^WttiR^ttcaft. ffypil ofidentifi€atidtt]j 18 t^tar#fublfcvState^pf Pibij<ia M^coniffira^W^'^%^W\<? (Niilt^^t^ed or stamped coTnnifssfoned name of notary public) DRUG FREE WORKPLACE Whenever two or moire Bids or feroposais which are equal with respect to price,qualityand service are,received by the State or%any^polfi^sybdMsfans forthe pr^c^uremerrt ©f commpiidesor con^a Bid <?r Proposal received from a businessrtfet cerflffescftiat Shas impjemefcte^^pmg^m^Mi^&i gven preference inthe award process;Established procedures 4or^|ifoi^s^^'Blds drPropc^als shall be fcr$g!f3H&j^^ne^^allj I)Pubfish i statement notifying employees thatthe unlawful rnanufectare^ possession,or useof a cor^ actfonsvtjha^ Z$Inform employees afeQii&Ihe danger^of^clmq^9bM9e&Xf|^^^j^-4fi^M^^B^Hi^^^^-W^^!^^^ «*»fnt$WiJ^dr^g counseling,rehabi^uon,and employee; assistanceprograms/andthe penaltfe^^imposed uponemployeesfordrugabuse Jjj-<<|jye eac1t e^fcyff $ngajpf in ^vJdiihg^e;^mmoditles or contractual services:that aretuniter Bid &£opy dNhestatements^d^ft^tn^ubse^on j(J}» 4)thrthe^tateitfent spedffedinSufcseetibn ^notifythe employees*tfcat*as;a condition ofworking ofthe^ommodWes or ^he eniployee shall abidebythe ;.rip/fl.^OT|e^JTe^^8$$^ 'St&#|i^^^^n^lf^j^^i^^|^t|ian;iRye .(f)-feusteress days. S£l[rfi|^e^s^^rej^rri^^or rehabilitationprogr^n>,Ifs^Is available imtheiempfcyee^s community*by any employee wJrofe -s^eorj^cted^ tfp Mitea,g9odMbeffort tocontinu^fern^^fna drug-ftee.^ii^emeiritifeigii) oWfs seition., .A$^:;j^&0©3^^&$$1tt*:£&!^cc^(le^^y%ith tfe ajbgve r^ulr^menipsV RESPONPENr^5igna^tu^ fetnt r&rne* 19 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS T®THBCfT¥0F^ We*i^s^cia ,(Name olCQNTR^ CONTRACTDR forthe Concession Stand Remodeling atPalmerPark project as specified have^the sole respipnslbli^for compriancBwft^alJthe ret|uiremenisfof AejPiaderal 0ccu|^tK>^af S^feQ?and'HeaSb Act of BS^ft and^llSa^eand focal safi^an^h^)^^ Miami and R^E.Chlsholm Architects (Consultant)againstany^^d all (iabilrty,claims,damagesjc^ses and ^&*0j^*#&y-incur due to the fa^ WEA Electrical ____^ to ^ir^i^iy^isgt^:^;r^ujatiqfo ^L$s^ci# President tilte 20 Wm&* AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS iorentit^whcfcjfe responding^ r^jp»prJ^|S.iitfw|D^t^a£piefcr oh^trie^JS?^^E!®^^ M^ft$^<''"" Ifthe |6es^niferi^h^rniavDoes appear>%te&n*w4NiM *Li5tings%um^must;*£heete If^Apply?*next toihe appBcaible "Usting?1 'Ifl&Nifc^^through:the follow%ffnfefo^he llortda Department?^ManagaraeniSeries;y^sfte: http&wwv^oW that k.jfieretrtalfer referred*te«-^'^^fai^^sanB(un&r penalty of perjury lowin^siatfementsat&mm and correct: I represent the Respondent whosename is gt)Ihave the foltewingrelafionship Wiethe Respondent ^etA*?*pftiaf^|if^^b^de|^Ts(a? 5C"rWnat©r^compfaM^'~~ name appears inthe list found onthe Florida Department erf Management^0r l&t%.'ftl##So*-enbi?*^^thatfie' f^pfiKliri^naih^i #&$P apg^-bft^e.I^n^^^i tMe H&rlc^$|ga^g^ •^r^^Mgb^ Applicable fionvicterfVfenddr-Ust ^r Susffenried yendotlist „0ls^mioaiory Vfcnrfog fcfefc "-r ¥S#dW^ ACKNOWLEDGEMENT STATEOF FLORIDA ) COUNTY OF MlAMI-OAD^) ©lithfetftei ^.dg^-of Mm t^^g^ig jhlM, V/ITNESS myhand and official seal NOTARY PUBLIC: JlfftfWte tookan d^th or afflrrned^at t^at he7she/they exec H Notary Public,State of ##ria^^ Stamp'pr typeas CGmmtssianed) RELATED PARTY TRANSACTION VERIFICATION FORM LuisGarfjta tahrf on behalf of t^^^^ctlbnCo. ^fttflfjp^t^0$&&Miami ^t)^ •'Ssritoj^^and Jhereiycirti%aiitef peiplty ofp«r|uiry tJjW&tothe best^my :^jknovvSe^^~~•'X"[.•:'..;••.:;^'^' f^ineitherftar#e Bto ha^a^^rjJB^djaflnedfe se^gon;ft\-})with regajrdvtc^tecotitract jir •b*$n^th^:kJ|^^• .;',;£^a$d:-'••^.^•;3::J ;:::••:••:;;':^r ::'••';.-',:-".;;':'"^U-'."r.y';.'£>£.^%'.,- :^int^e^^eatet 0.J :.iMi%i»^'^^i^ifeec^on 8A^l^ho ^^«$ng^v j..anappointed or-eJe3fci^d^l#^a member^of anypubfic bo^^:.y •tfte.^ifor^^^'^::^l "' those j^rsotTSv Immediai^famiiy {i^spcuise^p^sistersj-has transacted or entereoj I J •'fl^iw^^in|er^s^Ji|e^cM?indirect;i#|f^%|': 4tifa0&e^^i:VXy:%.y.%-y' njake^E pie names :|igai,fe|i<iv^ :^at$^]^ii^'".^ ..^si»cic;is publldy^ti^e^,tlhelstat^niefit In this section (3)shall be^bas^sQlelpSn the s^hatoS lirsonaf -ill' Ji-li^W^tfieielatil^hlpl^^. |§^,a^'::••mi:-]S-y'M-''/"?**''P}-:"^:;/;|-f? ;.'.;'-:"%:"'•.-....""..;.,;'v.-'::5.'.t •-(:3?:.•'•'•^Tft~\!x-V''''...'•...-j ,".',:•?•••":',.-.• ^names*.Vfi^I^Lgfgy %yy:: ^ (if hec^sary,use a;se i^a|e|iji^^tfpp^^ftrcvnal infof ^ation^ii:«^i^|pe-iiOn^feJF.|ii^:h6^^iv^uv:mu^^• i statement in ^is^secbSn Ifthe person executing thiis:le^cikfe pib#:|Metf^e!y o^^^ rartjo&the fir^r^atlnifti^tJh iim^jmi^fil^y 0ti0&iti^^:gft!jitt^^uho^^ce^o^ie." ^ornrafe^kh c^oth^^a^r^tb^ j^e nlay not dHsdos^or^vse in|br^^(c^:|^.a^^puilf^fer ••m$tfm?^^:-jg^jc$!. feenefft^or for |he;;r^r^oj^|^or 6c^^oiP8i^:^0F.|rersflii!i or business entft^ou^^of th^h^t •^eiRt;ari^|a|etf^:-:;v;•;:.;;'&-l;Z>;•.:'^''^."^"^;:3J:::^. 2^ More ,any'-htm&mw0!ti&i ^r:^ri<r#l;he fdtfWjtblri^the:^astitWo:y^ar&other than as> *#*».N/A ^; netassarYi use-a s^psrat^notffc o»Als iihe;-howevBr^pu most materefirence;oniheihovj^Jfe-~j --tv # P Nej^tftT^i^d^^^^^r^rn*fipr^e^^ #^-3s&^i^kf!^by (^dt^irjfi^t^^W^^e^^^h^S^ .W/y.pnece*sar^ ihforimafionrthatfwill not fit onthis fine^rteweMer^y^additional sheet and the additional sheet must be signed under oath).[v4iile theeth^code still applies,if^ execu^ng|hfefornfi:is uWngsro on &&a$o?aifcm M^stkcfc £(?#«<$?mded;1$£s^i^t Ri^SicBoh ^ shall bft>8a>e^ple|y^^$gtffii$$pe&c$^^^ffttfjfc^^jjlc tefjfii^^^"' IW&sggaW^a^^$r$ai$^^jgtc^oM^-Bfni^-or of^iy of^liiifm^ofeMM#4"#^|iri^^r^-^Bd^:feT^me;ifn6#4- W ^P*^"""Wfrtfe.tto^anj*olfc^^^r directors oSthatJOther Firm or anyonei whoAas a8handWriteres*^eater than S&in thafcSther^eMI&en* bro&eTS=a^^(herej?^^garye^;M)has responded tovasoficl^isfnb£'ttc$Bg[W'Mifgh Io^^flrhi:#ikJ-^h^afini^ai SMPe&te^^..."••• ,_!.:.„..""••m fjf ftS^sa^!U^ make reference^^ Jtfhltedie*^^hqMSm-pmn ew^ngiWfttrm is dyinj^^ni^faij^ iM&be;;&'^^C^is^§§^^^;^^h^ij^.r^pr(s^^as; perasprw?':" Jft^fon^^ diange in ciroimstances^that would change oarian responsesito a solicitation*I andthe Rrmhavean obligation to Form withthe name of affiliated Partes whsdN^also;responded tolKerjsiame softteHia^re&^shlp^ imposition oM^fa^^Additbnaily,violations may be i and subject to?aetfem by.t^Mmr^J^deC decide thai t have matte a^ftfeeiifc ef^>t<*fo]^^teii^andihit^^sj^teitients; made hereinabove are:true an^bes&e$h^kfov^dgfeV t^'S^en atti^eli^. Print ^ Date: 23 Sec 8A-L *Conflict of interest and code of ethics ordinance. (a)Des^gnoi^on./ ^setlten s*aP>(yjes|^^as;j^*^ofInters mi Godfe pftfthfe? I^n^r^^hfe se)$©#^iali;be city ^rsp^eJFa^d^f^ib^icM##&RaH also;:cor!St$^4 > standard of ethical conduct and behavior for all autonomous personnel,qua^H^ j^ j |$shall c|fers&ifoemayor andthe membersrifftitechycommission*5 •.sjuc&a*lhk^^bi^^pm^-a|en^ard^ehealft ^••X Xy yy :\XX • ••.j|-T^.ta^na^^^'s,h|jl fsfel^ ^v,^".•:%XX 'f.-'& :^aje^cl^^ilr...vA•:.;-y..M^Xffly '••••'^-i^i^^kii^^r^^n^^s^lt.r^^^;the;m^b^-il^f^l^^M'il^ifflti^^'% •''kiibteorpfife^-yyXX':X^-y M ^The te^\p- '.'||jfThe bfe'^rijg^^pe^ri|^:c^^^'^^:.|^r.•y:MW ;•.2,.>':''-' MThe i&i^|&p|^^' •y ofiiBe:c^ts^^ngi^Wlreetii^^ v;|Ni^^|'^|.^%^::. ,•."^^^l^^-^^^^^0^^'^^F^^^^P°^*parer^'chi|dr^X:'-..• ::''VJp|^iii|l^?0&&%0 J&s$e$|?^''. t;;^^i^^#^4^^^^^:- '•'^i:r^^:^'X X y ^XIM '.u-:.-X§y :X -jfiSS i on tronsacting bus/new with the city. """mA'i^i^5eS^_^friR^^ih plragr^rj^"f(fyantf tn^ ampo!^immediate family hasa financiai .•i^c^^-.-if^^^^^^—,ut^^^t^^^^n^ac^^antf&flysuchcbn^act,mteres^corect or rh /fti^t^^t:ol&i^pe^ri a^^^^:a"^iibti^ir^f§i g^^f^j^icii^ ^SlfeS^ft ;•ttid$9a^''flQ^\(^^^s^i ;;i^iaiw^^^^^^^^*tfi»totime;.'•xfihA.i-j!^--t*ii^rtS^i^ulr^ M- I by the city through m PgijSt'o^a] purslu^to the ^fjjp^g iri^fe4'M0&.|r^^etPtrar^u%h^urtfcjue:aj^di^^^^o1^^ftstltf ofsucjji.:pr^p^#&er$!&^^i$itf$i^^• te^H^^eiTfe'a^•':«..-.-,3^IMx]m-M-:P.^^M'^y "::(4)^^i^p^pps^^rjii^p^•::-; thlss^^ ^rp^kn^m^aSlveitt&si^^c|ic^j^shall nbtbe^conistwe^ [pR^my be waived for a jparBcular ^ransactten only byJwiP ?|Ka^^n*tBp^se^ \*m:W%.vrk .^-.,^v •^.^•^•..••vrv/3v^v ,r u.•.••-•.0;yyy,-yzym -y.:••.-.$$...•X «*'^^-":-v.:--, ^^^gh^irl^or^s •. oi^che <%n*ulta7«s*^^r^fd^^gcid^% 14 K#T •%&yn. -:'^$ feld ^rson indiided fe^iei^srmsKdefifled inpara^phs ^l^hcoti^|$ahdtfn pa»?agraph i^^s^s^er^fnto any contractor transact a^^^^^ persworanyme^w$Bi die^yorar^^er0i or'a^c^a^i^for^^^arrf ah^sucft^r^^ violation 1&^^fe^r^&ff| ^::ii^K^;pr^^|^tte^^ft^any tjf^hei&(m^g r^oiteh^^ith.ar^^ne; •^^^b^^b^jidi^.pgj§red%r>-)f in any irista^^fifee Hr^c^i^?rmlterWQ^I^^s^^^e);X •••3T*:fte&^^^Ktft^;;,^|v-jjg-:;t::.•*}••:s*"£.::-=•&'- ;peMgmi^^ -lr>^^$^on ofcbantfel^^..'X^X'.:&yyyy'''*?•v v *';"•5?-':.£^v../:-"••^'''"':'-': [Kofahy^gofeconp^ •::%iip^^^&clo^pfer^|r^|^|^ii|||ri&^^-W X--'II1 -S "S '.IB-Oift^•?-B y:m tsfopef^qfrt ^^|ij^e^e>msj :p#dal >^Su?jf^3r nwl ^••#rch.!^;i)(!i^ wition^to£$ha)rtfjafc-person |iY;:;i^^|i^Bti!:-fiifsjdo'^'fioflMv^*'.?'..»w.-..,^^:;f^^w,.«E^^w.w.^.^^ 25 iseah onac Jred tori •p-• X f t iX[$•'; j $•: i^pe^^ woutdimprir fh^ x0$i0i^^;|i.t<::;!: v (^K^pje|r^or^an •,-;£bfl^^t^^ik^M fl^bf^f X• ^Ge^rdlifp^hibmd:No fujRime city em ." •to;l^pg|^TOecfeon'(^^j^^~;X-••."_:;X :•'••'.-X-.W-^-^^%^i'-^?-'':-•••.•••i~•.;,,;:.bJi$f^^ewploy^^so&rtgpsf i^su^'jf$^^oradverse to the^i^ciiy-or a^y of its departnientsvand •" Sfijr-pi^isfefrr c$|j^ ij;3|fna||^^Jht&fidW >'"i -1S Afe (IcV fVoh/brtetffnve^ments.Jw^"'Strops;'•W S;.'-^f =;:•S ^^•bpal^i^-•r^;;g-|g|^pe>ii^if^^ |y-<!Ji^^_ •^EtSieatei^ha d^^^f pii ^omjpen^ti) p^slehiSil^'bn;be^a^^rtlii^<tedsb^..g;;^. piej50n:receiv«ahg:;.1••:-\R oris seeing; borate sch^fe|^cfesetior odte*-^hi|itiii^t^^£$fe*'Rff|pJ^^I^!l^^i|^ lehsatlon cff:jpfe%ir^ly\or'-indire|l^lai^l^io^feaiiplle -):ber^^^t^e^^|^u^rB^re^y)w^& •suitihq •rf^:;' finayicfail in#3 \$fimti^^•:"•';-v,;.;^-^-.•..;.•;^^kitl^ ;^persortmduded in^: 'projectrbusiness enti^the person believes or has reaSoif to believe i^restr^fe^|l^^:aie^^^wfcfefif-j||^/5-:": l^^n%:ai|€i|i^-I'•.;:^-.--'K-'yy-^X-.••.^^-••$••• (0)Recommw^ng profession a/serv/ces.•""•;;0f',.-^;?-..^"'•'.•.:::.•'::-yXXXXyX\y:^Xy *'•'• ncialiht|r||L Ate 26 '~tS:'-'.|jL- ^•ii?;;:^.;. •>.''-r;•/;-s Noperson [h#KJ#io;^ :]tol^<^^^ral^her i^afnmrfi .. .:|or:oth^tr^nsattlctii ^Mn^Se di^or ai#ofcfc^ \^^;pi^!^^'•. y:iim&^'feki^^\yM^i0^^^ir)pi*is^••' ^pti^who^:ch$jsjervibe^er|||^XX ^X0$- •;:;the/eiTectiye^te:of-^s-^ih&f&sfyi|pr i perjiSl^^o-ye^siafteifiM pr?{hfe|?#i^ol^n^lby^hi.^hter •:/••• mix 4g^OgH:/y; •";••"~-j: kBgteoffij ......^briS^^i^ .^^^i^p^l^s^yfcr^de^^^^^teM^P^pi^p^:^y§.•rH -®f •* •fj®*P^ifot^ ^jn^^fcfy m .ei^iaj^^ yfes provided Tn section < fsff'l|f....... ?,..-i$8&-$ rWfc£4 and8A-2in*eiretft)retyandrep<a^ •'•&• •Mm- PRESENTATION TEAM DECLARATION/AFFIDVAIT OF REPRESENTATION This affidavit is not requiredfor compliance with the City's Solicitation;however,itmaybeused to avoid the need-to rosier meraher&afyour presentation team as lobbyists.;&rs«antto City Qrtfin&rtce ^)$S^9i (Mfh PW ppspn y^a|jpgs:f £representative fef fp Ipdjylcluai or firm for an oral j^#i£$ein i^#-4 C^ftp*eer^^^tJi^rt^-^uftlbfo *efe(^^t^jh^ilca!re#|W 61*similar ;#mmtttfeev shall M on an affidavit |#^*ted by the City staffr M i^ivSfeals >vhp rt&jf itfalcg %"^^^^^^*&& affidavit shall be Filed bystaff wtth theClerk's officeatthe timethecommittee'sproposalissubmittedto the City Managed For the purposeof this subsectiononly,the listed members ofthepresentation te&ffc :'ig^M eiSj^W 3f If"gBESSfr ife*^:jfp?ld;W>n$mr W%Mtej$*$M pi &$ requfeed?to--pay*any jpagistrayon fees,Jslo person sb#^psfcr before ajny ic^fiMrnitoitci^oft behalfsbf an • zny&m Unless he w:sfae hag b&m listed^w par*ofthe MrrrfV presentation ©earn pursuant to Ihis ^jfe^ujife^'ft£m W®k i^st&radl $$$$,tite '<%;^rkVo$N $#?*,Jjpbb^^'has pafe*aft' Pksuant *b ^388$$$,ItarSfe Statutes,,the uftder%rm MjIs <3arGi^ declarationunder penaltyiof perjury: ^a^^Re Listed below are1 all individuals who m^y make a presentation on behalf of the entity thatthe affiant represents.Please,wotfer N°P^son shall appear before any committee qn behalf of anyone unless he or she has been listed as part of the firm's presentation team pursuant to tfiis paragraph or unless he or sheIs registered with the Clerk's officeas a lobbyist and has paid NAME Luis Garcia mm For the purpose of this Affidavit of Representation only,1Mb listed members of the presentation team, yrtth this e^^toii of^p^rsoit $th$r^Wf^i|r^|.vi^l^tlk ?hall pot be eeq0ired to pa^afiy r^tr^pi^fee^T$&$ti^$0\fe W^t^thje Ci^iferl^g^:^*e time the committee's proposal &submitted tkife Cicy•*$pattfe:o?$He pfec^r^#^jpr©^^ fejifder perttjtess ofp«rfM%I declare that1feave read the foregdhg declaration -and that the (acts Stated lii j$&&viW&^.$j^^#pv*aiteifcs"^#1h$r$&jf t^pi^sentatioh team of ihe entitylis&d;|&fe^ Executed this June ^JQrtf Print Name and Title Prihi :naime ofeittiiy 6ei1i^i«pr^s«htecr EjMiJdPS^pN^ 28 Attachment A Scope of Services 'ConcessionStand RerriodeHng at Palhier Park?* i Scope ofyvferte The;Pr/dfect is generally described as concession stand rem^deljn^renb^o^including jfe replacement and Installation of concession stand fixtures^^ppfiances and otlier materials is identified In ttterS£$pfr of4M*f5$h Exhibit l>Attachmefit A and/Exhibit I,Attachment B cohSistsTof-Aindsfilrll all ta^be ^n^dtassubcontji^r^J,int^jferjion*,^ thttitirftferrir,v.tartarArfofr rinvrrvftr-MXefii^t-fA £i#'^*^^a&b i«nk'"fctot*w&»2**tr^^drtationi suites*l^uipwfent^fnaterfefs,permits,disposal 8f if^pa^^^serv|oes ne<^sj^jrto,perfo#t^f^i^>N^^d Petftnfc.i^a^^^edferpVrS^te&edTdtffectJybytht^j3r^pf South Htoi^^r^^ieei;will ajjply $r i^$i;p#inte issued iy ot|j^ergi||^©r go^rnnierital agencies..Se awarded contractor must apply and seoireafliWrHS^&laietf1^e^profects.f;^''::X "~*«sS?'-:^-^*• A sqmiftary of th£.\y0rfc ip|ted<bielbyr;•=.r"''-Jtr . ThbrriasF.Pfepe Palmer Park -Cnrit^rinn Stand Remodeling/Renovation ",, '«ft«*«*^fe©W*^«iaBijSi*i^rift*mi *^Remote existing ahdj iri||faie»£ice itachjTneir '•"??3* :^pmc^^Q^iin^l^fev wait shelving-and floor ^^r^S^^^'^lw*alt'-n^s^^^Scal repots;'.;:•;->Jfo^^^,._^-__b*%^s^ltrifftr nbfeslipper^tif^(pura 6ond£^^^:.'-^li ,•|£^ _i ^s$i$i<^aijd instalvi^ cabinets in kitchen arid i 'install new^hai^eh^;,^;? ♦Install new sliding door ietvv^eh ♦Ihs^lkeT ♦Ins •ftemfcye^^^^ •Imtel^weai^ •Sarid d.^n ^nd|a!nt j^&tpg $V^head rfcfflf shutt^rsf; f install new heating larbps/warroers.•i'-.,'„ ,yJ"'<?ty 'i II.Site Location: P^mr Park is footed withih the City of Soujh Mianrii at 6700 SW €t*Street,.South Miami,Fi 13:143. lit plansandSpecifications Concession Stand Remodeling prepared by R.E.ChMolm Architects^Inc.Dated Aprfl 30,2015 fs included and [sjrartof thisRR^I,Attachment Bj4fMmer Park Concession StandRemodelinglRenovotions*A. ."-.-.X ik "*'-'y IV.Project Duration Thecurrentestimatetocompletethe remodeling ofthe concession standsat Palrner Parkis45 working dayis feomilssuance;of Notice to Proceed.: V.Warranty: l?^t^p«^pgsed.iOfSl^iog installatipn by ^authprfeed dgalefi jTh^S^daFd iro|i^?turer,VVi*Ta»ty IrtoJ^tioliWi'^Jfi?provided ih„Wrttii%ftSf alLeqjilprtjent: ENDOFSEGTIPN,^ 32 Ij •J IMH|BjT£:; ln$iiraii€edBfe IrYdemnification Requirements :Xi$t;-:Insaran^e-V •.•.:':;'-y-'X-X .X^X\-4^-'t ,V %•r :••:;rW"J^oiitRh^ Tnatataft^ ^j|;jjjppmraft^^pp^mah^thejCi^:c^|oi^Miiini,whsthsr&uch cjaim^;agattist j XX XY X^Wffi$j$¥9 #b£-XX •. :&i-iffi^**^^carrj&t links?a^oried";.g4o-lr^ift^iiJce^e ihdsflcha^arizatibn shall he^atth :;k|r^|^^• •fe$|p^^Xm V :;^|icj|^^XX: £M*-wi res pdtiy usual personal|j$£|^^ SM(ipa$H^^dai^a^o^^•—: /'iirj#^r^ &ntraet*\ ig;||pp*l ili^e&ii&£$£-:.. w*y•.;#?';•..'•»•.yy&jayyyy:':..::••••<¥•>'-:>X'"m:$.y.X\•,.-^>yy.-:>$xxm-X '.v :&$t$^tS|;|l^^aJi^yfc^^fe <latal^M?%o'rt^ ir^©^bensat^.iMUr^^:''•••..'-y yzWX,':S X-:%%X-MyPX''3"''r'••'-•S:^ TJ4: perotcur :/i^BkrwS |ps^pc^:W .y^m^r^i&i*^^^^^Jrrd^^prBi!hi)M^a^p!^o|^r^* .j.-^y^- ww*-^*'ww9JP-^?wi&t*-^w0W i-':'S-\X^X''.$:i|^f|ir^ja|fe^: kl^t#g f^^ :^^^M^0J^^0^|1f^S^fjii^sa^;^^^^^^it^;ir^i^^'t ^iice;a^ T4; ^ '«?& y ^ ;Xt /W:YVi. "•;:•"V^:: •ft;-:•j>fr.^ $Br^!p$^ •fndterfad^^ •;:'^l?^hat Jnjur#<$j&^^lihjfe <?f • XM guskess^r^rr^0 $$$fe^$£& •i^iona^con^rteds^*^ LTahilitjr and 1&oi^^coverage niiasfr|3£affc^a*t?r#.r^&r^t^^ic^^m the latesj^^orrof^Uip|f poScj^wttfiojjt restrict en|^^ ^|$fej#J?^^Xy'....X'yy •:;V""""'"'".y}M^':^yS•'X]'\j0^i0)^(iji^x ••'•'xx.XXxX.-yyy \-\y/>ZyX'•'•'•-. .-.:^a|^i&^XtX'^xxyy .#••>;^;M:''::^.^:^r ;stfbs^ing$e^r^^ '•.'fe-"&•3*- •lA .-^f^^, }:^;^iii^j5^tfi^^cofiii^..•:.;. ;,•;:;#t#|^^•••*'{ .'y^Xx^yw^\t$p^ ./•'•'••:#>^js'?£e^ •••':'•;pSfc$ti!lT^^^asVilliCintlr^&f:jtfl'r •^fl^'•y^M0y-^-fxWy"{''':'M !•:•;:v.;.v. .•'•'••^j«to^i|i^^iOTlefr ;-:J:;:-S;';.i ;'.•;-.,C -^^f^S >^'.""'•:jx3;;.ft^|t'.:••'-•;!;-:t •,':•••' 'XmX: >XA. 'I* '-&:3- 1 I? ••:-££.tfS^l-:'*.!'i.' :.2pfsl^$'j#c^jiii$^•£•:$•:•••||:: mvst:te< j|^|5^/^U'|f;rfe^K^I ..,_.........,...,_ /:•insurance in tr^^^^^ ^ji>r|i|^ ^^(^defined in Article 1ofthis doeument^B^^declaration page and all required ^Idpl^^$iih&%Bm$l dy^eiy ofthe insui^^the *^wih^^..y-fy ::^.%^yy^x-y 0.•;;-S^;H^ 77 $&&''••£#•""•••-•'*•-"-"^'-^•:>-:Xmm'W:'7X-'y:;x:myy~Xt&xmXXX'MX.^::;•.:£&..+?-:•••?•';•'.\;.:.:-f ,!i'.v>-i~L':^-1--.-jSyzr <'•'••-•'"•-•••'•'?£:•••5°;: Ne|$$|an^l ^f?! ij^Mlf^^:;•x ;m wx-y:,W-is;.f:.'...;>^;.$?.;:•nfeg-^ji^$^ex|sr^..3.;:; ',''ji^L:t|lps^i&^fc^oi^:^p|^;a^pnr)^^o^:C^'it^h^=the:•.:j:'':• .fil^fflf ^er^1^;ip^^-.-1^^ •>^"'•/p^ah^oi|&-|:tt ^i^nl^i^l llajjiiiity-jal^is^^^qS^:4i^'^:to#^nhl^• :.;'I^|a^'^beip^^: :::••:':^^^pJffifjSl^dl^^^Cjalrf^e^cf^p^^'X0X tfon* ^M^'' rjK"£yV 1 ^.•': :!>:••v: ftpt rovide to the Gfty allof t^e coverage pproyidea w^f^£^^^^^^mM .tp>i^*';''i:*/£"?"""-^;• L)a^|pft^?p^lA?^^-]!!*^jBiKfi^^mmte^i^MbnBi3tf$B^j^i^Si§r- '^teppfi^f^ri^r^yrrieriiof ^pteMurnJr •;:-at^^d witteh nol^pf ^rtfe^^-idiji^^i^iRstt '••-.ifcmM4^^-^m^^y '."'"'.•:.•'$'•?Vft-':V;: Xy...;,•r^rr)|^r^^fc^ipf iha^||d^|io^^^;r^p«MTn#b,.'. -XM: Xj€ (Nlj^^;=•,|:^|jij^ertl^acceptable^Nd insurant :i;y£•' •%t •ry^iscr^om;.,y.-^g^y-yy^yy-.«''.-^.:;Jk;./£;&$*£•"7a•.£;\..•••^^:;f|-_:. il^f'l^^rjtk^^^^ ::;conn^(|hA^^i|fe..i'f|cl|d.^| --i:^^•Eh Tiie^onractOra^rees^a ernpioyees^ suc^sors and^gnssh^l be^^'- ^^^f^tn:or'ai^^^^::^;| ^Wgf obPtteiir agents,faffli!$^^ jftOfl) tand e^penses^inci ^i^i:||i^^•.^ ^e l^|fc^hich w^^fe^ ai^$<^^, quir^erriertt I «icUcv/^^mW InliiirrAC -^amaiwi«r»t«teirm whirrh rnioh*--^: y a)ldall d^claimsrdehwds^uit^fines,yy.b daims.;liabiHr^lopes^\ iorl H^v^m^^i^r0^ oftheir agents,repre$eni^t^on behalfof dfiem, •vuo:^ori^.iMia^ **:; yi :ii£i ••Ku.-'J-,^\i rV However,asto de^gn professicmal contracu>and pursuant to^^^S (fy Florida Statutes* hotterOf the provisions set forth hereTii aiiove that;^ subparagraph shall set farth the sole.responsifiiiii^-^l^^s^i professional cGncerningindemnification;Thus, the ttesign professlii^^H&a^ri^efc as vy^iias i»Its officers andiefnpl^ees.i^to ^#^ww^-f&|^^W^'ftM^^i?i^l^ife^P«^fe^a5 •*feop*i;-B^iUlj^GQ^^^i^mr^eEi^i^j^g$aM^^.91^x1.i^@#^^incju^n&but ^iicpfea^Ph,"^; rea^naWe attorneys'Vte hyshe hegligerice*reeklessnesst orintentionally wrongful conduct of ttedesignprofessibnai and other persons;employed or utilized bythe design prqfessionahin the •p£r]i^anfc£^ W\$IS INCLUUBD IN l^EXS^NStAL CONDITIONS INDbF SECTION yyj^ '•j 79 THIS PROPOSAL IS StlfeMITTED T&: Steven AJbcaodlr CiQr "Manager -\..^" C#-of South Fliathf -"3 ,''' $o^^;r _::: I,ftohls Pfoposlaf^4|e|^d;the Ondersigned |e EXHIBITS Stand R^rrtodenngat Palmer Park" IVP^R20I5-Ib CONSTRUCTION BID FORM .7 '?£:^y re^tx^ente^City of1i South j^arjiiirj^^rntincludfed in tr&RI^Pa^a*dfornishallSwork asspecffiedV Y :indic^€^in Exhibit 1^Attachment A and,Attachment B {Scope rpfSer¥fc^).for^^.r XI.Re^ond^^^^~y '. pj^osafpll fimaih sudj^||a^^ncefor 160 ^tenda*da^^^^enliig. The feesppridentt fey slgnirt^anMubmrtting this &jfo|^aii;a^^^ ioimofa*nj3^'•% InfclrinatiorT^rrtafhedJn dits Bid^Fo^rjSf r^J?0^^^#£fcfe f^||r>d Ihsuranc^do^nrig^aSd'jptherSocu^en|5 required bythe RFP.vinelud1ngthe J -v '§0fafr Iftijsfe already subt$tt|lf>v#i|.ten (10)-c|leri^r daj?s after the cjaiepfth£Q#*!f£%?&I -r t," &Resp^dent fia*3IStdft%i copies of ail die ^Documents adS;6T f)^1f^!^'^dtod^«£|(recent ^5| ftich Is h ,^/jafcftfiowledgex(:).^pr itrfef.. ^^yyiMiyy \Dfte*u $ayj^#~;|tefr&2^ :fe,>1g^B^bi^»^:11i#ftaR^K^EB^htrrpF^ifli i^nati^ '%&;^l^lityi aWd.aj^^km $sr$[r^ii»^-^«^MiJM r .pr#re^^'':i *H -;•"^v'."*"'^>-'c SUb&rfe^^_;|ijj i,;T#espqt^carefally all;trepdris^aftdNiw!ngs\'ft sipplfcaibiev ofsurface cotjditons andf'^,CjpSjM^^-I '^;y .,-"'; II,'^^^^^^l&'Alii^ed andjcarefuljy studjed ;^or assumes responsibility for pbtainuhg and carejfully "s^dyfn#all \$&&r j£unlgrig!$(hyesd^ops,.exp|oratipn$,tfets;a^d:st^lles^n .addfti^llj0J£^ s&|^rehiei^ihJ^i^ a***sft^#;#4mse^#0a1fe i^e ftj^hin^f-th^Wo.r*.afc . of the^fecmtract Docur^ents^l1^'kesp^h%n|hefe^acknovyled^es *at no addjtionar ^')^ .Invl^p^on^expioradoniitests^-^port|.orifadlirijij/ti^^wfltrfeei^i^by';f]*=_•,ka^mm.{^«n]^^tte^o^ltejsUli^iar^ltf Respbndferit^"request 1- apre^d.rnarWh^o^thj?constrqct^n sitteby any or j^iii^ jp^mpdon diat ^e^porj^eni^Wd,or proposal-jffigto has^wtnte consfdefa^h all possible iwdergfoiind:c^|ll^ohsir and R^jsphtfeht,if.*$wj$^eintitifed to a change 80 observations,e^m^atTdh^ (.t^$t#$&^"''' fe Respondent hai rk$eweci.^nd ^hedked all Information ^\4^llic^W*e ftFP Package or in thefcontraa Documents with respect to exiting UMdergroUnd Facilities or conditions^ w^ i^;vr_-,, ator contiguous tothe site and as$umes responsibility for the accurate location of all Underground Facilities and conditions that:mayaffecttheWork.No additional examinations*investigations, explorations,tests,reports or similar information or data inrespect to any Underground Fadlioes or conditions afevfcjf wilibe,-rfi^^'l^-R^pbig^t'lft ojder tp.ggffbrfri and furnijsH the.Vyork'ajt%e- Contract Pricej wfthtri itmrQmjjftiefi Time arid !fl ^c^rdan^e *$fch.teothejterms and conditions oj the Contract Documents unless the Proposal,specifically states.tnat the contracts price is subject to adjustment for future discovery of underground facilicfes and/or conditions that affect-the costof the- .Work and unless,the respondent makes a written request totheCity for additional information prior to submictingthe bid o£proposal.**required in subsection ft above, d^Respondent has gven the City written notice of ail cprrflte,errors or dfsc^rjahcres that it has discovered inthe Contract Documents arid)if any conflicts,errors or discrepa^&es have been found and niotice given,the..respondent represents*byvsubmiSijg^ts proposal to the Cityi th^i&ie^ Respondentr-halsij received sufficient notice'of the resolution thereof from the Gfty;thit such resdlutlo^ &acceptable .tip ftespondent and'that the Respondent;waives arty^claini regarding'wi'e conflicts,errots'or :Vdiscreparwies;,._X /••"'_"""'_;: ^j^thW^pos^lj^genufri^^rj notmade In the,;lnt|res;t.bf oron behalf of any undisclosed person*firm or corporatiori^id[Js.ncif Submitted pursuant tfe any agreement .or rules of any group,asspcjiaiapni :.:xor^nfca^^^^Respondent hasnojt direc^jy o^jndirectJjr induced or solicited.anyjother :i/_C^r^pc^,$ubrait-a false or sham •Prpppsjiii Respondent hasfheirsi^^ fyy^'.^n^or ct>rJ>oradori to.refrSiftfroifjr fe$|pndittg;and-rtespphdentr has riot sought by cerffuiTpn S*-- J q^iej^ei^ &;:JM^agrees that the Contract Price is the Irnbunt ifiNat it freetfe:|p;famish arid. *L^JMstall a|j5fthe Work compfete and in place.The Schedule bf'^jes;if rehired,is prided;for the? ^purpose of Proposal Evaluation and when initiated £y tKe CltY,ft^pl forin the basisfor calculating *4 pricing of changejprdlrs.The Contract Price shall not be adfbsted iri any ^ay soias to resultffn 4 deviation frofrt~y$j&!Scfi^ule of Vafiies,except to the esctent ^at^>r.£JTY cnanges^the Scope ofthe ;.Work-after ifte S^ntrfe t?ate.As sujch,the Res^deht sifeil fuj^h^feb^equiprhent, X-li.ipBfo i .^:"'"'..LjvXX:,j^T^ti^ake yX'_-X tT'X 'and f^$;services necessary to provide acomplete,^ LUMP SUM BASE PRICE:p dollars and,__cents .^rnat#";;#1:-;;--v7-t #2 .:•^'•••••-•;X:;,.••..:. ,'^bmpfetethw information sjiaji r^hder^^pr^c^il t^^.nrrto^rtsfye-Z.z-J:"\"'^V~.':X:I $,The &#IRE WPftrv shall be completed,in fail,,within 4&wprklng days from the commencement <fete' 3et?terth In the^NpTlCE TO Pf^CEEQ.Failure to complete the.entire work during the described time." period shall result in the ass^essmeht of liquidated damages as may beset forth in the Contract .'«,Inserttnejf^Jlo^ferfutqre c^ommflnijsa^pn-WithJbu concerning thisr^oftpsaJt i ApSPOhlpgNT:Ufe Sarda ^lEG^^nsW^n ^^"J -•-- Addr^-:-2BtJSV^^^Rc)arJ^fe58^^_Xy ^nRRfiXO^jR C^hgePecson.Luis Garcia ;Tht ^rrhl i#d jh this Pi?6pO?Sl wl^ftih a*&dejlied in}the;Gjofttract <MJ b$l W iaihe meting ^s ;ft a>sigped tci thern in th^Contact Doculnfin^uKlfess ipepifitaliy denned Iri this RgP Package. By submitting this proposal k on behalf ofthe^business that Irepresent hereby agree>to the terms:ofthe form of contract ConcHnect :in the RFP package and j agree yo:be bound by those terms.With:any appropriate blank boxes;if any,checked'and any blarik hWfilled:;in ^rith the approbate information contained in the^iteifetiQ^Docurnents arid this Proposal,prsitch tnfermatfon that die Ctty and Ihave 81 i v?*':Ji agreed-upon In the course of^cormacihnej^tfetibns^nd which haYebeen confirmed by tie City in wriiih& tnduding^mall confferations if any. '$1KIV&8frW&jRwor LuisGarcia X/Xt Name ctf Pe'rion te^Jp Submit Propoikl Sijjpattfte .^ Presiderjt ••fen"; Title ..•_••......• June fflua&jto&i a#fi^iSfBffif 82 MM, :.ctitti EXHIBIT 4 CONSTRUCTION CONTRACT "Concession Stand Remodeling at Palmer Park" RFP#PR20I5-I0 THIS CONTRACT was made and entered into on this 08 day of June ,20 15 ,by and between LEGO Construction Co.(hereafter referred to as \ "Contractor"),and the City of South Miami (hereafter referred to as "Owner"),through its City Manager (heVeafter referred to as "City"). WITNESETH: That,the Contractor,forthe consideration hereinafter fully setout,herebyagreeswiththe Owner asfollows: 1.The Contractor shallfurnishalllabor,materials,equipment,machinery,tools,apparatus,transportation andany other itemsnecessarytoperformalloftheworkshownonanddescribedinthe Contract Documentsandshalldoeverythingrequiredbythis Contract and the other Contract Documents hereinafter referred to as the Work. 2.The Contract Documents shallincludethis Contract,General Conditions tothe Contract,ifany,the drawings,plans,specificationsandprojectmanual,ifany,any supplementary or specialconditions,other documents referring to this contract andsignedbytheparties,the solicitation documents ("hereinafter referred to as"Bid Documents")andany documents to which those documents refer whichareusedby the Owner aswellasany attachments or exhibits that aremadea part ofanyof the documents described herein. 3.The Contractor shall commence the Work to be performed under this Contract ona date to bespecified ina Notice to Proceed andshall complete all Work hereunder within the lengthoftime set forth in the Contract Documents. 4.The Owner hereby agrees to pay to the Contractor forthefaithful performance ofthis Contract,subject to additionsand deductions asprovidedin the Contract Documents andany properly approved,written change orders,inlawful money of the United States,the amount of:(Speii Dollar Amount here)Dollars($.00),LumpSum ("Contract Price"). 5.The expenses ofperforming Work afterregularworkinghours,andonSundayandlegalholidaysshallbe includedin the Contract Price.TheCitymaydemand,atany point intime,that anypart,or all,of the Work be performed afterregularworkinghours.Insuchevent,the Respondentshallhavenorightto additionalcompensationforsuchwork.However,nothingcontainedherein shall authorizeworkondays and during hours that are otherwise prohibitedbyordinanceunless specifically authorized or instructed in writingby the City. 6.Ifthe Work isexpectedtorequiremorethanonemonth,the Owner shall makemonthlypartialpayments to the Contractor onthebasisofadulycertifiedandapprovedscheduleofvaluesfor the Work performed duringeachcalendarmonthby the Contractor,less the retainage(allasprovidedforin the Contract Documents),whichistobewithheldbythe Owner untilcompletionandacceptanceofthecomplete 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 thatalllabor,material,and other costsincurredbythe Contractor inconnectionwiththeconstructionofthe Work have beenpaidin full,andafter compliance withthetermsforpaymentprovidedforinthe Contract Documents,final paymentonaccountofthis Contract shall bemade within sixty(60)calendar days afterthe completion by theContractorof all WorkcoveredbythisContractandtheacceptanceofsuchWorkbytheOwner. 8.TheWork shall be completed in 45 working days.In theeventthattheContractor shall fail to complete theWork within thetime limit stipulated intheContract Documents,ortheextendedtime limit agreed upon,in accordance with the procedure as more particularly set forthin the Contract Documents, liquidated damages shall be paid bytheContractorattherateof $600.00 dollarsperday,plus any moniespaidbytheOwnertotheConsultant,ifany,for additional engineeringandinspection services,if any,associatedwithsuchdelay. 9.Itisfurther mutually agreedbetweenthepartiesheretothatifa Payment and/or Performance Bond ("Bond")is required and if,atanytimeafter the executionofthis Contract and the Bondforits faithful 83 performance and payment,the City shall deem the Surety or Sureties upon such bond(s)tobe unsatisfactory,or if,forany reason such bond ceases tobe adequate tocoverthe performance ofthe Work or payment to subcontractors and suppliers,the Contractor shall,at its expense within five (5) business days afterthereceiptofnoticefromtheCitysotodo,furnish an additional bondorbondsin such form and amount and with such Surety or Sureties as shall be satisfactory tothe City.In such event, no further payment to the Contractor shallbe deemed to bedue under this Contract untilsuchnew or additionalsecurityforthe faithful performanceofthe Work isfurnishedinthemannerandin the form satisfactory to the City. 10.No additional Workorextras shall bedone unless thesameis duly authorized in writing,and in advance of thework,by appropriate actionbytheCityandinaccordancewiththe Contract Documents. 11.The date that this contract was "made and entered into"anditseffectivedateis the date that the contract is the signed bytheCityor,ifthecontractisrequiredtobeapprovedby resolution oftheCity Commission,then the Effective Dateisthedateoftheresolution approving theContract whichever isthelaterdate. IN WITNESS WHEREOF,the parties hereto have executedthisContractonthe day anddatesetforth nexttotheirnamebelowandmaybe signed inoneormorecounterparts,eachofwhich shall,without proof or accountingforthe other counterpart,bedeemedan original Contract. CONTRACTOR: Signature: PrintSignatory'sName: TitleofSignatory: OWNER:CITY OF SOUTH MIAMI 84 EXHIBIT 5 CONSTRUCTION CONTRACT GENERAL CONDITIONS 'Concession Stand Remodeling at Palmer Park" RFP#PR20I5-I0 ARTICLE I -DEFINITIONS Whenever usedin these General Conditions or in the other Contract Documents,the following terms shallhave the meaningindicated.Thesedefinitionsshallalwaysapplywhen the section ofthe Contract specifically refers to thisArticlefor the purpose of interpreting a word or groupof words in that section of the Contract Document. However,when the section of the Contract,where the word to bedefinedisused,does not specifically refers to thisArticle to define the word or group of words,the definitions contained inthis Article shallnotapplyunless the word or group of words,in the context ofit or their usein the Contract Document in question,is/are ambiguousand open for interpretation.Inaddition,these definitionsshallalsonotapply to interpret terms ina specificprovisionofa Contract Document if that specificprovisioncontainsadefinitionof these terms: Addenda:Written or graphic documents issued prior tothe Bid Openingwhichmodify or interpret the Contract Documents,DrawingsandSpecifications,byaddition,deletions,clarifications or correction. ApplicationforPayment:Aformapprovedby the CONSULTANT,ifany,or theCityManagerwhichis to beused by the CONTRACTOR in requesting progress payments. Bid:Theoffer or proposalof the Biddersubmittedontheprescribedformsettingforth the pricesand other terms for the Work to be performed. Bidder:Anyperson,firmor corporation submittingaresponsetothe Owner's solicitationforproposals or bids for Work. Bid Documents:The solicitation for bids orproposalsand all documentsthatmakeupthe solicitation including the instructions,form of documents and affidavits. Bonds:Bid bond,performanceand payment bondsandotherinstrumentsof security,furnished bythe CONTRACTOR anditssuretyinaccordancewith the Contract Documents andin accordance with the lawsof the State of Florida. Change Order Awritten order tothe CONTRACTOR signed bytheCity Manager authorizing an addition, deletion or revisioninthe Work,oranadjustmentinthe Contract Price or the Contract Timeissuedafter execution of the Contract. WorkOrder Proposals:Written proposals from the CONTRACTOR in response toordersorrequestforwork basedontheScopeoftheWork provided bytheCitytothe CONTRACTOR.Theproposal includes lineitem pricing,where there are multiple locations,andthetimeframeforcompletingthework. CITY:TheCity Manager fortheCityofSouth Miami,6130 SunsetDrive,South Miami,FL 33143,unlessthe contextwhereinthewordisusedshouldmore appropriately meantheCityofSouth Miami. Construction Observer:An authorized representative ofthe CONSULTANT,if any,or otherwise a representative oftheCity assigned toobservetheWork performed and materials furnished bythe CONTRACTOR.The CONTRACTOR shall be notified in writing ofthe identity ofthis representative. Contract Documents:The Contract Documents shall include the Contract between the Owner and the Contractor,other documents listedin the Contract andmodificationsissued after execution of the Contract as wellasallBidDocuments including butnot limited tothe solicitation for Bid,CONTRACTOR'S Bid,the Bonds, Insurance endorsements,Insurance Certificates and policies,theNoticeof Award,theNoticetoProceed,the General Conditions,Special Conditions,ifany,any Supplementary Conditions,the Technical Specifications, Drawings,including any incorporated specifications,addenda tothe drawings issued priorto execution ofthe Contract,Change Orders,Construction Change Directives and any written orderfora minor change in the Work,andwritten modifications toanyoftheContract Documents. Contract Price:Thetotal moneys payable tothe CONTRACTOR pursuanttothetermsoftheContract Documents. Contract Time:The number of calendar days stated in the Contract forthe completion ofthe Work. Contracting Officer:The individual whois authorized to sign thecontract documents on behalf ofthe OWNER. CONTRACTOR:Theperson,firm orcorporationwith whom the OWNER has executedtheContract. 85 CONSULTANT:The person identified as the CONSULTANT in the Supplementary Conditions or,if none,then CITY's designated representative as identified inthe 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 the event to which the word "days"refers commencing at 12:01 a.m.atthe start ofthenext 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 ofthe next business day that is nota Saturday,Sunday or legal holiday. Defective Work:Workthatis unsatisfactory,faulty,or deficient in thatitdoesnot conform totheContract Documents,or does notmeetthe requirements of any applicable inspection,reference standard,test,or approval referred tointhe Contract Documents,or has been damaged prior tothe CONSULTANT'S recommendation of final payment (unless responsibility for the protection thereof has been delegated tothe Owner);substitutions that arenot properly approved and authorized,any deficiency in theWork,materials and equipment;materials and equipment furnished underthe Contract thatarenot good quality and new unless otherwise required or permitted by the Contract Documents. Drawings:The drawings which showthe character and Scope oftheWorktobe performed and which have been prepared or approved bythe CONSULTANT,orif none,thenby an architect or engineer hired bytheCity and are referred to in the Contract Documents. Field Order:Awrittenorder issued bytheCONSULTANT which clarifies or interprets theContract Documents in accordance with Paragraph 9.3orordersminor changes intheWork in accordance with paragraph 10.2. Modification:(a)AwrittenamendmentoftheContract Documents signed byboth parties,(b)a Change Order signed byboth parties,(c)awritten clarification or interpretation if issued bytheCONSULTANTin accordance with paragraph 9.3 or (d)awrittenorderforminor change or alteration inthe Work issued bythe CONSULTANT pursuant to Paragraph 10.2.A modification mayonlybe issued afterexecutionofthe Contract,it mustbein writing andsignedbytheparty against whomthe modification issoughttobeenforced. Non-conforming Work means work that does not conform to the Contract Documents andincludes work thatis unsatisfactory,faulty,ordeficientorthatdoesnotmeetthe requirements ofany applicable inspection,reference standard,test,orthatdoesnot meet any approval requiredby,orreferredtoin,theContractDocuments,or workthathasbeen damaged priorto CONSULTANT'S recommendation of final payment (unless responsibility for theprotection thereof hasbeenassumedinwritingbyCITY). Noticeof Award:ThewrittennoticebyCITYtothe apparent successful Bidder stating thatupon compliance with theconditionsprecedent to be fulfilled byitwithinthetime specified,CITYwill execute anddeliver the Contract to him. Noticeto Proceed:Awrittennotice given byCITYtoCONTRACTOR(withcopytoCONSULTANT)fixing the dateonwhichtheContractTime shall commencetorunandonwhich CONTRACTOR shall starttoperformits obligations under the Contract Documents. Person:An individual or legal entity. Project:Theentire construction operationbeingperformedasdelineatedinthe Contract Documents. Policy:The term "policy"asusedin the Contract Documents shall meantheinsurancebinder,ifitisissued,the declarationpageof the policyand the bodyof the policy,including all endorsements. RFP:Request forProposal. Scopeof Services..Thisphrasereferstothescopeoftheservicesorworktobeperformedandithasthesame meaningasScopeofthe Work unlessthe context inwhichthephaseisusedclearlymeans otherwise. Shop Drawings:All drawings,diagrams,illustrations,brochures,schedulesand other datawhicharepreparedby the CONTRACTOR,aSubcontractor,manufacturer,supplier,ordistributor,andwhichillustrate the equipment, material orsomeportion of the work andasrequiredbytheContractDocuments. Samples:Physical exampleswhichillustratematerials,equipment orworkmanshipandestablishstandardsbywhich the Work willbejudged. Specifications:Thoseportions of the Contract Documentsconsistingof written technicaldescriptionsof materials,equipment,construction systems,standardsandworkmanshipasapplied to the Work. Subcontractor An individual,firmorcorporation having adirectcontractwith CONTRACTOR orwithany other Subcontractorfor the performance of apartofthe Work attheconstructionsite. Substantial Completion:Thedate,ascertifiedbythe CONSULTANT,whentheconstructionof the Projectora certifiedpart thereof issufficientlycompleted,inaccordancewiththeContractDocuments,so that the Project,or asubstantial part,canbeutilizedfor the purposesforwhichitwasintended without restriction or limitation to 86 anydegree,otherthanfortherepairofminor "punch list"items;oriftherebenosuch certification,thedate when final paymentisdueinaccordancewith paragraph 14.9.However,innoevent shall theprojectorportion thereof,bedeemedtobe substantially completeduntilacertificateofoccupancyorcertificateofuseis lawfully issuedbythe applicable governmental agency.Acertificateof Substantial Completion,issuedbythe CONSULTANT,shallbenullandvoidifitisbasedonfalse,misleading or inaccurate information,fromany source, or when it would not have been issue but for the consideration of Work that is thereafter found to be defective to adegreegreaterthanthatwhichwouldnormallytobeconsideredbytheCity to beminor"punchlist"work. Supplier:Any personor organization who supplies materials or equipment fortheWork,including the fabrication ofanitem,butwhodoes not performlaboratthesiteof the Work. Surety:The individual orentitywhoisanobligoronaBondandwhoisboundwiththeCONTRACTORforthe full and faithful performance ofthe Contract andforthepaymentof all labor,servicesandmaterialsusedonthe project. Work:Any and all obligations,duties and responsibilities necessary forthe successful performance and completion of the Contract. Notice:The term "Notice"as used herein shall mean and include all written notices,demands,instructions, claims,approvalsanddisapprovals required to obtaincompliancewith Contract requirements.Written notice shallbedeemedtohavebeendulyservedifdeliveredin person to the individual or to a member ofthe firm or to anofficerof the corporation for whom itis intended,or to an authorized representative ofsuch individual,firm,or corporation,orifdeliveredat or sent by registered mail to thelastknownbusinessaddress.Unless otherwise stated inwriting,any notice to or demanduponthe OWNER underthis Contract shallbedelivered to the City Managerand the CONSULTANT. ARTICLE 2-PRELIMINARY MATTERS Award: 2.1 TheCITY reserves the right to reject any and all Bids,at its sole discretion.Bidsshallbe awarded by the CITY to the lowest responsive and responsible Bidder.No Notice ofAwardshallbegivenuntil the CITYhas concluded itsinvestigation,asitdeemsnecessary,to establish,to the satisfactionoftheCITY, whichBidderis the most responsive and responsible ofall the Bidders to complete the Work within the time prescribed andin accordance withthe Contract Documents.TheCITY reserves the right to reject the Bid ofanyBidderwhois not believed to be,inthesole discretion andsatisfactionof the City,to be sufficiently responsible,qualified and financial abletoperformthework.In analyzing a Bid,the CITY may alsotakeinto consideration alternate andunitprices,if requested by the Bidforms.Ifthe Contract is awarded,the CITYshallissue the Notice ofAwardandgivethesuccessfulBiddera Contract for execution withinninety(90)day after opening ofBids. Execution of Contract: 2.2Atleastfour counterparts ofthe Contract,thePerformanceandPaymentBond,theCertificatesof Insurance,the Binder of Insurance if issued,the Insurance Declaration Page ifnot included inthe Policy of Insurance,the Policy ofInsurancerequiredbytheContractDocuments,thewrittennoticeof designated supervisor or superintendent as provided inSection 6.1 of the General Conditions andsuch other Documentsasrequiredbythe Contract Documents shall beexecutedanddeliveredbyCONTRACTOR totheCITYwithinten (10)calendardaysofreceiptoftheNoticeofAward.A Contract Document that requiresthesignatureofapartymaybeexecutedin counterparts separatelybyeachofthepartiesand,in suchevent,each counterpart separatelyexecuted shall,withoutproof or accountingforthe other counterpart be deemed anoriginal Contract Document. Forfeiture of Bid Security/Performance and Payment Bond,ifanyarerequiredbythe applicable RFP: 2.3Withinten (10)calendardaysofbeing notified ofthe Award,CONTRACTOR shall furnishaPerformance Bond anda Payment Bond containing ail the provisions ofthe Performance Bond and Payment Bond attached. 2.3.1 Each Bond shall beintheamountofonehundredpercent (100%)ofthe Contract Price guaranteeing to OWNER the completion and performance of the Work covered insuch Contract as welkas full paymentof all suppliers,material man,laborers,or Subcontractoremployed pursuant to thisProject.Each Bond shall bewithaSuretycompanywhose qualifications meetthe requirements of Sections 2.3.4,2.3.5,and2.3.6. 2.3.2 Each Bond shall continue in effect for five yearafter final completion and acceptance oftheWork withthe liability equaltoonehundredpercent (100%)ofthe Contract Sum. 87 2.3.3 Pursuant tothe requirements of Section 255.05(1),Florida Statutes,CONTRACTOR shall ensure thatthe Bond(s)referenced above shall be recorded in the public records of Miami-Dade County andprovideCITYwithevidenceofsuch recording. 2.3.4 Each Bondmustbeexecutedbyasurety company authorizedtodo business intheState of Florida asasurety,having aresidentagentintheStateof Florida and having beeninbusinesswitharecord of successful continuous operation foraleast five (5)years. 2.3.5 Thesurety company shall hold a current certificate of authority as acceptable suretyon federal bondsin accordance withthe United StatesDepartmentofTreasury Circular 570,current revisions. 2.3.6 TheCITY shall onlybe required toacceptasuretybondfroma company witha rating A.VII or better. 2.3.7 Failure ofthe successful Bidder toexecute and deliver the Contract,and deliver the required bonds and Insurance documents shall be cause for the CITY to annul the Notice of Award and declare the Bid andanysecurity therefore forfeited. Contractor's Pre-StartRepresentation: 2.4CONTRACTOR represents thatit has familiarized itself with,and assumes full responsibility for having familiarized itselfwiththenature and extentoftheContractDocuments,Work,locality,andwith all local conditionsand federal,stateand local laws,ordinance,rules and regulations thatmayinanymanneraffect performanceofthe Work,andrepresentsthatithascorrelateditsstudyandobservationswith the requirementsoftheContractDocuments.CONTRACTOR alsorepresentsthatithasstudiedallsurveys and investigations,reports of subsurfaceandlatent physical conditionsreferred to in the specifications andmadesuch additional surveysand investigations asitdeemsnecessaryfortheperformance of the Work reflected in the Contract Documents and that he has correlated the results of all such data with the requirements of the Contract Documents. Commencement of Contract Time: 2.5 The Contract Time shall commence to run on the date stated in the Notice to Proceed. Starting the Project: 2.6 CONTRACTOR shall starttoperformits obligations under the Contract Documents on the date the Contract Time commences to run.No Work shall bedoneat the site(asdefinedinArticle I),prior to the dateonwhichthe Contract Time commences torun,except withthe written consent of the CITY. Before Starting Construction: 2.7Beforeundertakingeachpartofthe Work,CONTRACTOR shall carefullystudyandcompare the Contract Documentsandcheckandverifypertinent figures shown thereon and all applicable field measurements andconditions.It shall atonce report inwriting to CONSULTANT anyconflict,error,or discrepancywhichitmaydiscover.Neither the OWNER northe CONSULTANT shallbe liable forany harm,damageorlosssufferedby CONTRACTOR asaresult of its failure to discoveranyconflict,error, ordiscrepancyin the DrawingsorSpecificationsnor shall the CONTRACTOR be entitle to any compensation foranyharm,damageorlosssufferedby the CONTRACTOR due to anyconflict,error, or discrepancyin the Contract Documents. Schedule of Completion: 2.8Within Five (5)businessdaysafterdeliveryoftheNoticetoProceedbyCITY to CONTRACTOR, CONTRACTOR shall submit to CONSULTANT for approval,anestimated construction schedule indicating the startingandcompletiondatesofthevariousstagesofthe Work,anda preliminary schedule of ShopDrawingsubmissions.The CONSULTANT shall approvethisscheduleorrequirerevisions thereto withinseven(7)calendardaysofitssubmittal.If there is more than one CONTRACTOR involvedin the Project,the responsibility forcoordinatingthe Work of all CONTRACTORS shall be provided in the Special Conditions. 2.9Withinfive(5)businessdaysafter delivery oftheexecutedContractbyCITYto CONTRACTOR,but beforestartingthe Work atthesite,apre-constructionconference shall beheldtoreviewtheabove schedules,to establish proceduresfor handling Shop Drawings andother submissions,andfor processing Applicationsfor Payment,andto establish aworking understanding betweenthepartiesastotheProject. 88 Presentat the conference willbetheCITY'S representative,CONSULTANT,Resident Project Representatives,CONTRACTORanditsSuperintendent. Qualifications of Subcontractors.MaterialmenandSuppliers: 2.10 Within five (5)business days after bid opening,theapparentlowest responsive and responsible Bidder shallsubmit to theCITYand the CONSULTANTforacceptancealistof the namesof Subcontractors andsuchotherpersonsand organizations (including thosewhoareto furnish principal items of materials or equipment)proposedforthoseportionsoftheWorkasto which theidentityofSubcontractorsand otherpersonsand organizations mustbe submitted as specified intheContract Documents.Within thirty(30)calendar daysafter receiving the list,the CONSULTANT will notify the CONTRACTOR in writingifeitherthe CITY orthe CONSULTANT hasreasonableobjectiontoanySubcontractor,person, or organization onsuch list.The failure ofthe CITY orthe CONSULTANT tomakeobjection to any Subcontractor,person,or organization onthelist within thirty(30)calendardaysofthereceipt shall constituteanacceptanceofsuchSubcontractor,personor organization.Acceptanceofanysuch Subcontractor,personor organization shall notconstituteawaiverofanyrightofthe CITY orthe CONSULTANTto reject defective Work,materialorequipment,or any Work,materialorequipment notin conformance with the requirements of the Contract Documents. 2.11 If,priortotheNoticeofAward,theCITY or theCONSULTANT has reasonable objectiontoany Subcontractor,personor organization listed,theapparentlowBidder may,priortoNoticeofAward, submitan acceptable substitute without anincreaseinitsbidprice. 2.12 TheapparentsilenceoftheContractDocumentsastoanydetail,orthe apparent omissionfromthemof adetaileddescriptionconcerningany Work tobedoneandmaterialstobefurnished,shallberegardedas meaning that onlybestpracticesaretoprevailandonlymaterialsandworkmanshipofthebestqualityare tobeusedin the performance of the Work. ARTICLE 3-CORRELATION.INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS 3.1 Itisthe intent oftheSpecificationsandDrawingstodescribea complete Project to be constructed in accordance with the Contract Documents.The Contract Documents comprise the entire Contract between the OWNER andthe CONTRACTOR.Theymaybe altered onlybyamodificationasdefinedin Article I. 3.2The Contract Documents arecomplementary;whatiscalledforbyoneisasbindingasifcalledforby all the documents.If CONTRACTOR findsaconflict,error or discrepancy in the Contract Documents,it shall,before proceeding withthe Work affectedthereby,immediatelycallit to the CONSULTANT'S attention inwriting.Thevarious Contract Documentsarecomplementary;incaseofconflict,error or discrepancy,the more stringent interpretation and requirement that shall provide the maximumbenefit to the Owner shallapply 3.3The words "furnish"and"furnishandinstall","install",and "provide"or words withsimilarmeaningshall be interpreted,unless otherwise specifically stated,tomean"furnishandinstall complete inplaceand readyfor service". 3.4Miscellaneousitemsand accessories whicharenot specifically mentioned,butwhichareessential to produce a complete and properly operating installation,or usable structure,providingtheindicated functions,shallbefurnishedandinstalled without changein the Contract Price.Suchmiscellaneousitems and accessories shallbeof the samequality standards,includingmaterial;style,finish,strength,class, weightand other applicable characteristics,asspecifiedfor the major component ofwhich the miscellaneousitem or accessory isanessentialpart,andshallbe approved by the CONSULTANT before installation.The above requirement is not intended to include major components not covered by or inferablefrom the DrawingsandSpecifications. 3.5The Work ofall trades under this Contract shallbe coordinated bythe CONTRACTOR insucha manner asobtain the best workmanship possiblefor the entire Project,andall components of the Work shallbeinstalled or erected inaccordancewiththebestpracticesoftheparticulartrade. 3.6The CONTRACTOR shallberesponsibleformakingthe construction ofhabitable structures under this Contract rainproof,andformaking equipment andutilityinstallations properly perform the specified function.If the CONTRACTOR is prevented fromcomplyingwiththisprovisiondue to the Drawings or Specifications,the CONTRACTOR shallimmediatelynotifytheCONSULTANTinwritingofsuch limitationsbefore proceeding with construction inthearea where the problem exists. 3.7 Manufacturer's literature,when referenced,shallbe dated and numbered and is intended to establish the minimum requirements acceptable.Whenever reference isgiven to codes,or standard specifications or 89 otherdata published by regulating agencies oraccepted organizations,including butnot limited to National Electrical Code,applicable State Building Code,Florida Building Code,Federal Specifications, ASTM Specifications,variousinstitute specifications,andthe like,itshallbe understood that such referenceisto the latestedition including addendaineffectonthedateofthe Bid. 3.8 Brand names where used in the technical specifications,are intended todenotethe standard or quality requiredfortheparticularmaterial or product.Theterm "equal"or "equivalent",whenusedin connection withbrand names,shall beinterpretedto mean a material or productthatis similar and equal intype,quality,size,capacity,composition,finish,colorand other applicablecharacteristics to the material or product specified bytradename,andthatissuitableforthesameusecapableofperformingthesame function,intheopinionofthe CONSULTANT,asthe material or productso specified.Proposed equivalent itemsmustbeapproved by CONSULTANT beforetheyarepurchasedor incorporated inthe Work.(Whenabrandname,catalognumber,modelnumber,or other identification,isusedwithoutthe phrase"or equal",the CONTRACTOR shall usethe brand,make andmodel specified). 3.9Throughoutthisagreementthemalepronoun may besubstitutedfor female andneuterandviceversa andthe singular wordssubstitutedfor plural andpluralwordssubstitutedfor singular wherever applicable. 3.10 All technical interpretations shall bemadebytheCONSULTANTas set forthinSection9.3below. 3.11 TheCONTRACTOR shall advised the CONSULTANT,priorto performing anywork involving a conflict in the Contract Documents and the CONSULTANT shall make the final decision as to which of the documentsshalltakeprecedence,[ntheeventthat there isaconflict between oramong the Contract Documents,only the latestversionshallapplyandthelatestversionof the Contract Documents.The CONSULTANTshallusethe following listof Contract Documentsasaguide.These documents areset forthbelowin the order oftheir precedence so that allthedocumentslistedaboveagiven document shouldhave precedence over all the documents listed below it. (a)Change Orders (b)Amendments/addenda to Contract (c)SupplementaryConditions,ifany (d)Contract withallExhibits thereto (e)General Conditions (f)Written or figureddimensions (g)Scaled dimensions (h)Drawingsofalargerscale (i)Drawingsofasmallerscale (j)DrawingsandSpecificationsare to be considered complementary toeach other ARTICLE 4 -AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS Availability ofLands: 4.1 The OWNER shallfurnish,asindicatedin the Contract Documents,the landsuponwhich the Work isto bedone,rights-of-wayforaccess thereto,andsuch other landswhich are designedfor the useof the CONTRACTOR.Easementsfor permanent structures or permanent changesinexisting facilities will be obtainedandpaidforbytheOWNER,unless otherwise specifiedin the Contract Documents.Other accesstosuchlandsorrights-of-wayfortheCONTRACTOR'Sconvenienceshallbe the responsibilityof the CONTRACTOR. The CONTRACTOR shallprovideforalladditionallandsandaccess thereto that maybe required for temporary construction facilities or storage ofmaterialand equipment. 4.2TheCITY will,upon request,furnish to the Bidders,copiesofall available boundarysurveysand subsurface tests at no cost. Subsurface Conditions: 4.3The CONTRACTOR acknowledges that hehasinvestigated prior tobiddingandsatisfiedhimselfas to the conditionsaffecting the Work,includingbut not limited to those bearingupon transportation, disposal,handling andstorageofmaterials,availability oflabor,water,electric power,roadsand uncertaintiesof weather,riverstages,tides,watertablesorsimilar physical conditionsat the site,the conformationandconditionsof the ground,the character ofequipmentand facilities needed preliminary to andduring prosecution ofthe Work.TheCONTRACTOR further acknowledges that hehassatisfied himself astothecharacter,quality andquantityofsurfaceandsubsurfacematerialsorobstaclestobe encountered insofarasthisinformationisreasonablyascertainablefromaninspectionof the site, 90 including all exploratory work donebytheOWNER/CONSULTANTonthesite or anycontiguoussite, as well asfrom information presentedbythe Drawings and Specifications madepartofthisContract,or anyother information made available toitpriortoreceiptof bids.Any failure bythe CONTRACTOR to acquaintitselfwiththe available information shall notrelieveitfrom responsibility for estimating properly the difficulty orcostof successfully performing Work.TheOWNERassumesno responsibility forany conclusionsor interpretations madebytheCONTRACTORonthebasisoftheinformationmade availableby the OWNER/CONSULTANT. DifferingSite Conditions: 4.4The CONTRACTOR shallwithinfortyeight(48)hoursofitsdiscovery,andbeforesuchconditionsare disturbed,notify the CITYinwriting,of: 4.4.1 Subsurface or latent physical conditionsatthesite differing materiallyfrom those indicatedin the Contract Documents,and 4.4.2Unknown physical conditionsatthesite,ofan unusual nature,differing materiallyfrom those ordinarily encountered andgenerally inherent in Work ofthe character providedforinthis Contract.TheCITYshallpromptlyinvestigatetheconditions,andifitfinds that suchconditions domateriallydifferto the extent astocauseanincreaseor decrease intheCONTRACTOR'S cost of,or the time required for,performance ofanypartofthe Work under this Contract,an equitable adjustment shallbemadeand the Contract modifiedin writing accordingly. 4.5Noclaimof the CONTRACTOR under thisclauseshallbeallowedunless the CONTRACTOR hasgiven thenotice required in4.4above;provided,however,thetime prescribed therefore maybe extended by theCITY,butonlyif done inwritingsignedby the CityManager or the CONSULTANT. ARTICLE 5-INSURANCE Contractor shallcomplywiththeinsurance requirements set forth inthe Supplementary Conditions to the Contract. ARTICLE 6 -CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence: 6.1 The CONTRACTOR shallsuperviseand direct the Work.Itshallbesolely responsible forthemeans, methods,techniques,sequences and procedures of construction.The CONTRACTOR shallemployand maintainaqualified supervisor or superintendent (hereinafter referred to as "Supervisor"at the Work sitewhoshallbedesignatedinwritingbytheCONTRACTOR,before the CONTRACTOR commences the Work andwithinthetimerequiredbythe Contract,astheCONTRACTOR'S representative at the site.TheSupervisor or sodesignatedshallhave full authoritytoactonbehalfof the CONTRACTOR and all communicationsgiven to the Supervisorshallbeasbindingasifgiven to the CONTRACTOR.The Supervisor(s)shallbe present ateachsiteatalltimesasrequired to perform adequate supervisionand coordination ofthe Work.(Copiesof written communicationsgiven to the Supervisor shallbemailed to the CONTRACTOR'S homeoffice). 6.1.1 The CONTRACTOR shallkeepone record copyofallSpecifications,Drawings,Addenda, ModificationsandShopDrawingsatthesiteatalltimesandingood order and annotated toshow allchangesmadeduringtheconstructionprocess.Theseshallbe available to the CONSULTANT andany CITY Representativeatallreasonabletimes.Asetof "As-Built"drawings,aswellasthe original Specifications,Drawings,Addenda,Modifications andShopDrawingswithannotations, shall bemade available totheCityat all timesandit shall bedeliveredtothe CITY upon completion of the Project. Labor.MaterialsandEquipment: 6.2TheCONTRACTOR shall providecompetent,suitably qualified personnelto lay outtheWorkand performconstructionasrequiredbytheContract Documents.It shall at all times maintain good disciplineand order at the site. 6.3TheCONTRACTOR shall furnish all materials,equipment,labor,transportation,constructionequipment and machinery,tools,appliances,fuel,power,light,heat,local telephone,waterandsanitary facilities and all other facilities and incidentals necessary fortheexecution,testing,initial operationand completion of the Work. 6.4 All materialsandequipment shall benew,exceptasotherwiseprovidedinthe Contract Documents. When special makesorgradesof material which are normally packaged bythesupplieror manufacturer 91 are specified or approved,such materials shall be delivered tothesite in their original packages or containers with seals unbroken and labels intact. 6.5All materials andequipment shall be applied,installed,connected,erected,used,cleaned and conditioned in accordance with the instructions ofthe applicable manufacturer,fabricator,or processors,except as otherwise providedin the Contract Documents. Work.Materials.Equipment.ProductsandSubstitutions: 6.6 Materials,equipment and products incorporated in theWorkmustbe approved for use before being purchasedby the CONTRACTOR.The CONTRACTOR shall submit to the CONSULTANT alist of proposed materials,equipmentor products,togetherwith such samples as may be necessary for themto determine their acceptability and obtain their approval,within ninety (90)calendar days after award of Contract unless otherwise stipulated in the Special Conditions.No request for payment for "or equal" equipment will be approved untilthis list has been received and approved bytheCONSULTANT. 6.6.1 Whenevera material,article or piece of equipment is identified onthe Drawings or Specifications byreferencetobrandnameor catalog number,it shall beunderstoodthatthisisreferencedfor thepurposeof defining the performance orother salient requirements andthatotherproductsof equal capacities,quality and function shall be considered.The CONTRACTOR mayrecommend the substitution ofa material,article,or piece ofequipmentof equal substanceand function for thosereferredtointheContractDocumentsbyreferenceto brand nameor catalog number,and if,inthe opinion ofthe CONSULTANT,such material,article,or piece ofequipmentisof equal substanceandfunctiontothat specified,theCONSULTANTmayapproveitssubstitutionanduse by the CONTRACTOR.Incidental changes orextra component partsrequiredtoaccommodate thesubstitutewillbemadebythe CONTRACTOR without a change intheContractPriceorthe Contract Time. 6.6.2Nosubstitute shall beorderedor installed withoutthewritten approval ofthe CONSULTANT who shallbe the judge of quality. 6.6.3Delaycausedbyobtaining approvals forsubstitute materials shall notbeconsidered justifiable grounds foran extension of construction time. 6.6.4 Should any Work or materials,equipmentor products notconformtorequirementsofthe Drawings and Specifications orbecome damaged during theprogressofthe Work,such Work or materials shall be removed and replaced,togetherwithany Work disarranged bysuchalterations, atany time before completion andacceptanceoftheProject.Allsuch Work shall bedoneat the expense of the CONTRACTOR. 6.6.5Nomaterialsorsuppliesforthe Work shall bepurchasedbythe CONTRACTOR orany Subcontractorsubject to anychattelmortgageorundera conditional saleor other agreementby whichaninterestisretainedbytheSeller.The CONTRACTOR warrantsthattheyhavegood title to all materialsandsuppliesusedbytheminthe Work. 6.6.6Non-conforming Work:TheCityofSouth Miami maywithholdacceptanceof,orrejectitems whicharefounduponexamination,not to meet thespecification requirements orconform to the plans and drawings.Uponwrittennotificationofrejection,items shall be removed oruninstalled withinfive(5)businessdaysbythe CONTRACTOR athis own expense andredeliveredand/or reinstalledathis expense.Rejectedgoodsleftlongerthan thirty (30)calendardays shall be regardedasabandonedandtheCITY shall havetheright to disposeof them asitsown property and the CONTRACTOR thereby waivesany claim to the goodorto compensation of anykind forsaidgoods.Rejection for non-conformance orfailure to meet delivery schedules may result in the CONTRACTOR beingfoundindefault. 6.6.7Incase of defaultby the CONTRACTOR,theCityofSouth Miami mayprocure the articlesor servicesfrom other sources andhold the CONTRACTOR responsibleforany excess costs occasioned or incurred thereby. 6.6.8TheCITYreserves the right,inthe event the CONTRACTOR cannotprovideanitem(s)or service(s)inatimelymannerasrequested,toobtainthegoodand/orservicesfrom other sources anddeducting the cost fromthe Contract Price without violatingthe intent of the Contract. Concerning Subcontractors: 6.7 The CONTRACTOR shall not employ anySubcontractor,against whom the CITY or the CONSULTANT mayhavereasonableobjection,norwillthe CONTRACTOR berequired to employany 92 SubcontractorwhohasbeenacceptedbytheCITYandthe CONSULTANT,unlessthe CONSULTANT determines that there isgoodcausefordoingso. 6.8The CONTRACTOR shall be fully responsiblefor all actsandomissionsofitsSubcontractorsandof personsand organizations directly or indirectly employedbyitandofpersonsand organizations for whoseactsanyofthemmaybe liable tothesame extent thattheyareresponsiblefortheactsand omissionsofpersonsdirectlyemployedbythem.NothingintheContractDocuments shall createany contractual relationship betweenOWNERorCONSULTANTandanySubcontractororotherpersonor organization having adirectcontractwith CONTRACTOR,nor shall itcreateany obligation on the part of OWNER or CONSULTANT topayortoseetopaymentofanypersonsduesubcontractor or other personor organization,except asmayotherwiseberequiredby law.CITYor CONSULTANT may furnish toanySubcontractororotherpersonor organization,tothe extent practicable,evidenceof amounts paid tothe CONTRACTOR onaccountofspecified Work doneinaccordancewith the schedule values. 6.9The divisions andsectionsofthe Specifications andtheidentificationsofanyDrawings shall notcontrol the CONTRACTOR in dividing the Work amongSubcontractorsor delineating the Work performedby anyspecifictrade. 6.10 The CONTRACTOR agreestobind specifically everySubcontractortothe applicable termsand conditions of the Contract Documents for the benefit of the OWNER. 6.11 All Work performed for the CONTRACTOR bya Subcontractor shallbepursuant to an appropriate agreement between the CONTRACTOR and the Subcontractor. 6.12 The CONTRACTOR shallberesponsiblefor the coordination of the trades,Subcontractors materialand men engaged upon their Work. 6.12.1 The CONTRACTOR shall causeappropriateprovisions to be inserted inall subcontracts relative to the Work to bind Subcontractors to the CONTRACTOR by the terms of these General Conditions and other Contract Documents insofarasapplicable to the Work of Subcontractors, andgive the CONTRACTOR the same power asregards to terminating any subcontract that the OWNER may exercise overthe CONTRACTOR underanyprovisionsoftheContract Documents. 6.12.2 The CITY or CONSULTANT will not undertake to settle any differences between the CONTRACTOR and their Subcontractors or between Subcontractors. 6.12.3 If in the opinionof the CONSULTANT,any Subcontractor on the Projectprovestobe incompetent or otherwise unsatisfactory,they shall bepromptlyreplacedbythe CONTRACTOR ifandwhen directed by the CONSULTANT inwriting. 6.I2A Discrimination:Noaction shall betakenbytheany subcontractor withregard to the fulfillment of the terms of the subcontract,including thehiringand retention of employees for the performance of Work thatwoulddiscriminateagainstanypersononthebasisofrace,color,creed,religion,national origin,sex, age,sexual orientation,familial statusor disability.This paragraph shallbemadeapartof the subcontractor's contract with the Contractor. Patent FeesandRoyalties: 6.13 The CONTRACTOR shall pay all licensefeesand royalties andassume all costsincidenttotheuseofany invention,design,processordevicewhichisthesubject of patentrightsorcopyrightsheldby others.He shall indemnify andhold harmless the OWNER andthe CONSULTANT andanyone directly or indirectly employedbyeitherofthemfrom against all claims,damages,lossesandexpenses (including attorney's fees)arising outofanyinfringementofsuch rights during orafterthecompletionofthe Work,and shall defend all such claims inconnectionwithany alleged infringementofsuch 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 determinationonsystemswhichdonotinvolve purchase bythemof materials,appliances and articles. Permits: 6.15 The CONTRACTOR shall secureandpayfor all constructionpermitsandlicensesand shall payfor all governmentalchargesandinspectionfeesnecessaryfortheprosecutionof the Work,whichare applicable atthetimeofhis Bid.When such charges are normally madeby the CITYandwhensostated inthe Special Conditions,there will beno charges tothe CONTRACTOR.TheCITY shall assistthe CONTRACTOR,when necessary,in obtaining suchpermitsand licenses.The CONTRACTOR shall also pay all publicutilitycharges. 93 Electrical Powerand Lighting: 6.16 Electrical power required during construction shall be provided by each prime CONTRACTOR as required byit.This service shall be installed bya qualified electrical Contractor approved bythe CONSULTANT.Lighting shall be provided bythe CONTRACTOR in all spaces at all timeswhere necessary for good and proper workmanship,for inspection or for safety.No temporary power shall be usedofftemporary lighting lines without specific approval oftheCONTRACTOR. LawsandRegulations: 6.17 The CONTRACTOR shall comply with all notices,laws,ordinances,rules and regulations applicable to theWork.IftheCONTRACTORobservesthatthe Specifications or Drawings areat variance therewith, it shall give theCONSULTANTpromptwritten notice thereof,and any necessary changes shall be adjusted by an appropriate modification.If the CONTRACTOR performs any Work knowing ittobe contrarytosuch laws,ordinances,rulesand regulations,andwithoutsuchnoticetothe CONSULTANT, it shall bear all costs arising there from;however,it shall notbeits primary responsibility tomake certain thatthe Drawings and Specifications arein accordance with such laws,ordinances,rules and regulations. Discrimination: 6.17A No action shall betakenbytheContractorwith regard tothe fulfillment ofthetermsoftheContract, including the hiring andretentionofemployeesforthe performance of Work thatwould discriminate against anypersononthe basis ofrace,color,creed,religion,national origin,sex,age,sexualorientation, familial statusor disability. Taxes: 6.18 Cost of all applicable sales,consumer use,and other taxesforwhich the CONTRACTOR isliableunder theContract shall be included intheContract Price statedbythe CONTRACTOR. Safetyand Protection: 6.19 The CONTRACTOR shall beresponsiblefor initiating,maintaining and supervising all safetyprecautions and programs inconnectionwiththe Work.They shall take all necessary precautions forthesafetyof, and shall providethenecessaryprotectiontoprevent damage,injuryorlossto: 6.19.1 Allemployeesandotherpersons,whomaybeaffectedthereby, 6.19.2 Allthe Work and all materials orequipmenttobe incorporated therein,whether in storageonor off the site,and 6.19.3 Other property atthesiteoradjacent thereto,including trees,shrubs,lawns,walks,pavements, roadways,structures andutilitiesnotdesignatedforremoval,relocationorreplacementin the course of construction. 6.20The CONTRACTOR shall designate a responsible memberoftheir organization atthesitewhoseduty shallbe the prevention of accidents.Thisperson shall be the CONTRACTOR'S Superintendent unless otherwise designatedinwritingby the CONTRACTOR to the CITY. Emergencies: 6.21 Inemergenciesaffecting the safety of personsorthe Work or property at the siteoradjacent thereto, the CONTRACTOR,without specialinstructionorauthorizationfrom the CONSULTANT orCITY,is obligated to act,athisdiscretion,to prevent threatened damage,injuryorloss.He shall give the CONSULTANT prompt written noticeofany significant changesinthe Work ordeviationsfrom the Contract Documents caused thereby.If the CONTRACTOR believes that additional Work donebyhim inan emergency whicharosefromcausesbeyondhis control entitleshim to anincreasein the Contract Price oran extension of the ContractTime,hemaymakea claim therefore asprovidedinArticles 11 and 12. ShopDrawingsandSamples: 6.22 After checkingandverifying all field measurements,the CONTRACTOR shall submitto the CONSULTANT forreview,inaccordancewiththeacceptedscheduleofshop drawing submissions,six (6)copies(oratthe CONSULTANT option,onereproduciblecopy)ofallShop Drawings,which shall havebeencheckedbyandstampedwiththe approval of the CONTRACTOR.TheShop Drawings shall benumberedandidentifiedas the CONSULTANT mayrequire.ThedatashownontheShop Drawings 94 shall becompletewithrespectto dimensions,design criteria,materials ofconstructionandtheliketo 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,all samplesrequiredby the Contract Documents. All samples shall havebeencheckedbyandstampedwiththe approval ofthe CONTRACTOR,identified clearly asto material,manufacturer,anypertinent catalog numbersandtheuseforwhichintended. 6.24 At the time of eachsubmission,the CONTRACTOR shallnotify the CONSULTANT,inwriting,of any deviations between theShop Drawings orsamplesandtherequirementsoftheContractDocuments. 6.25The CONSULTANT shall reviewwithresponsiblepromptnessShop Drawings andSamples,buthis review shall beonlyforconformancewiththedesign concept oftheProjectandforcompliancewiththe informationgivenintheContractDocuments.Thereviewofaseparateitemassuchwillnotindicate reviewof the assemblyinwhichtheitemsfunctions.The CONTRACTOR shall makeany corrections requiredby the CONSULTANT and shall return the requirednumberof corrected copiesofShop Drawings andresubmitnewsamplesuntilthereviewissatisfactorytothe CONSULTANT.The CONTRACTOR shallnotify the CONSULTANT,inwriting,ofanypriorShopDrawingorrevisions to Shop Drawings thatareinconflictwitheachsubmissionorre-submission.The CONTRACTOR'S stamp of approval onanyShopDrawingsorsample shall constitute representationto the CITYandthe CONSULTANT that the CONTRACTOR has either determined and/or verified all quantities,dimension, field construction criteria,materials,catalog numbers andsimilardataor they assume full responsibility fordoingso,and that they havereviewedor coordinated eachShopDrawingorsamplewiththe requirements of the Work and the Contract Documents. 6.26No Work requiringasubmittal of aShopDrawingorsample shall be commenced until the submissionhas been reviewed andapprovedinwritingbythe CONSULTANT.Acopy of eachShopDrawingandeach approved sample shallbe kept in good order,ina book or binder,in chronological order or insuch other order requiredby the CONSULTANT inwriting,by the CONTRACTOR at the siteandshallbe available to the CONSULTANT. 6.27The CONSULTANT'S review of Shop Drawings orsamples shall notrelievethe CONTRACTOR from hisresponsibilityforanydeviationsfromthe requirements of the Contract Documents unless the CONTRACTOR hasinformed the CONSULTANT,inwriting,to eachdeviationat the time of submissionand the CONSULTANT hasgiven written approval to the specificdeviation,nor shall any review by the CONSULTANT relieve the CONTRACTOR from responsibility for errors or omissions in the ShopDrawingsorsamples. 6.27AThe CONTRACTOR shall be liable tothe OWNER forany additional cost ordelay that iscausedbyits failure to notify the CONSULTANT ofanyofsaiddeviationsorconflicts between ShopDrawingsordue to errors in the ShopDrawingsorsamples. CleaningUp: 6.28The CONTRACTOR shall cleanupbehindthe Work asmuchasisreasonablypossibleas the Work progresses.Uponcompletionofthe Work,and before acceptanceof final paymentfor the Projectby the OWNER,the CONTRACTOR shall remove all hissurplusanddiscardedmaterials,excavatedmaterial andrubbishaswellas all other materialand equipment thatdoesnotformapartof the Work,fromthe property,roadways,sidewalks,parking areas,lawnand all adjacentproperty.Inaddition,the CONTRACTOR shall cleanhisportionof Work involvedinany building underthisContract,sothatno further cleaning bytheOWNERis necessary priortoits occupancy andhe shall restore all property,both public andprivate,whichhasbeendisturbedordamagedduringtheprosecutionof the Work soasto leavethe whole Work and Work Siteinaneatandpresentablecondition. 6.29Ifthe CONTRACTOR doesnot clean the Work site,theCITYmaycleanthe Work Siteofthe materials referred to in paragraph 6.28andchargethecosttothe CONTRACTOR. Public ConvenienceandSafety: 6.30 The CONTRACTOR shall,atall times,conduct the Work in such a manner as to insure the least practicable obstructionto public travel.Theconvenienceofthe general public andoftheresidents along andadjacent to theareaof Work shall beprovidedforinasatisfactorymanner,consistent withthe operationand local conditions."StreetClosed"signs shall be placed immediatelyadjacenttothe Work,in aconspicuousposition,atsuchlocationsastrafficdemands.At anytimethat streets arerequiredtobe closed,the CONTRACTOR shall notifylaw enforcement agencies andin particular,the CityofSouth 95 Miami Police Department,beforethestreetis closed and again assoonasit is opened.Access tofire hydrants and other fire extinguishing equipment shall be provided and maintained atalltimes. SanitaryProvisions: 6.31 The CONTRACTOR shall provide on-site office,and necessary toilet facilities,secluded from public observation,for use of all personnel ontheWork Site,whether ornot in his employ.They shall bekept ina clean and sanitary condition and shall comply withthe requirements and regulations ofthe Public Authorities having jurisdiction.They shall commit no public nuisance.Temporary field office and sanitary facilities shall beremovedupon completion oftheWorkandthepremises shall beleft clean. Indemnification: 6.32Contractor shall comply withthe indemnification requirements setforthinthe RFP andin EXHIBIT 2of the Supplementary Conditions (Insurance and indemnification requirements). 6.33 In theeventthatanyactionor proceeding isbrought against OWNERor CONSULTANT byreasonof anysuchclaim or demand,CONTRACTOR,uponwrittennoticefrom CITY shalldefendsuchaction or proceedingbycounselsatisfactoryto CITY.The indemnification providedaboveshallobligate CONTRACTOR to defend atitsown expense orto provide forsuch defense,at CITY'S option,anyand all claims of liability and all suitsandactionsofeverynameanddescriptionthatmaybebroughtagainst OWNER or CONSULTANT,excludingonly those claims thatallege that theinjuries arose out of the solenegligenceof OWNER or CONSULTANT. 6.34TheobligationsoftheCONTRACTORunderparagraph6.33shallnotextendtothe liability ofthe CONSULTANT,itsagentsor employees arising outof(a)thepreparationor approval of maps,drawings, opinions,reports,surveys,Change Orders,designs or specifications or (b)the giving of or thefailure to give directions or instructionsbythe CONSULTANT,itsagents or employeesprovidedsuchact or omissionis the primarycauseofinjuryordamage. 6.34A All oftheforgoing indemnification provisionsshallsurvivethe term ofthe Contract to which these General Conditions areapart.Indemnification shallnotexceedanamountequal to the totalvalueofall insurance coverage required bySection 5.1 ofthis document Indemnificationislimited to damages caused inwhole or in part byanyact,omission,or defaultof the Contractor,the Contractor's subcontractors, sub-subcontractors,materialmen,or agentsofany tier ortheirrespectiveemployees to the extent causedby the negligence,recklessness,orintentional wrongful misconductofthe indemnifying partyand persons employed or utilizedby the indemnifying partyinthe performance of the construction contract. Responsibilityfor Connection to ExistingWork: 6.35 It shall be the responsibilityof the CONTRACTORtoconnectits Work to eachpartoftheexisting Work,existing building or structure or Work previouslyinstalledasrequiredbytheDrawingsand Specifications to providea complete installation. 6.36 Excavations,grading,fill,storm drainage,pavingandany other construction or installationsin rightsrof- waysof streets,highways,public carrier lines,utilitylines,either aerial,surface or subsurface,etc.,shallbe donein accordance with requirements of the special conditions.The OWNER willbe responsible for obtainingall permits necessaryfor the Work describedinthisparagraph6.36.Uponcompletionof the Work,CONTRACTOR shall present to CONSULTANTcertificates,intriplicate,from the proper authorities,stating that the Work hasbeen done in accordance with their requirements. 6.36.1 The CITYwill cooperate withthe CONTRACTOR inobtainingactionfromanyutilities or public authorities involvedin the above requirements. 6.36.2TheCONSULTANTshallberesponsibleforobtainingelevationsofcurbsandgutters,pavement, storm drainage structures,and other itemswhichmustbeestablishedbygovernmental departments as soon asgrading operations arebegunon the siteand,inanycase,sufficientlyearly in the construction period to prevent any adverse effecton the Project. Cooperation with Governmental Departments.PublicUtilities.Etc.: 6.37The CONTRACTOR shallberesponsiblefor making allnecessaryarrangementswithgovernmental departments,public utilities,publiccarriers,servicecompaniesand corporations (hereinafterreferredto as"third parties")owning or controllingroadways,railways,water,sewer,gas,electricalconduits, telephone,andtelegraph facilities suchaspavements,tracks,piping,wires,cables,conduits,poles,guys, etc.,includingincidental structures connected therewith,that are encountered in the Work in order that 96 suchitemsareproperlyshored,supportedandprotected,thattheir location is identified andtoobtain authorityfromthesethirdpartiesfor relocation ifthe CONTRACTOR desirestorelocatetheitem.The CONTRACTOR shall give all propernotices,shall comply with all requirementsofsuchthirdpartiesin theperformanceofhisWork,shall permitentranceofsuchthirdpartiesontheProjectin order that they may performtheirnecessarywork,and shall pay all charges andfees made bysuchthirdpartiesfortheir work. 6.37.1 The CONTRACTOR'S attention iscalledtothefact that there maybedelaysonthe Project due to worktobedonebygovernmentaldepartments,public utilities,and others inrepairing or moving poles,conduits,etc.TheCONTRACTORshallcooperatewiththeabovepartiesinevery way possible,sothattheconstructioncanbecompletedintheleastpossibletime. 6.37.2 The CONTRACTOR shall have made itself familiar with all codes,laws,ordinances,and regulationswhichinanymanneraffectthoseengagedoremployedintheWork,ormaterialsand equipmentuseinorupontheWork,orinanywayaffecttheconductoftheWork,andnopleaof misunderstanding will beconsideredonaccountofdamageordelaycausedbyhisignorance thereof. Use Premises: 6.38 CONTRACTOR shallconfineitsapparatus,storage ofmaterials,and operations ofits workmen to the limits indicatedbylaw,ordinances,permitsanddirectionsofCONSULTANTand CITY,andshallnot unnecessarily encumber any part ofthesite or anyareasoffsite. 6.38.1 CONTRACTOR shallnotoverload or permitany part ofany structure to beloadedwithsuch weightas will endangeritssafety,norshallitsubjectany work to stresses or pressures that will endanger it. 6.38.2 CONTRACTOR shall enforce the rulesandregulationpromulgatedby the CONSULTANT and OWNER aswellas their instructions withregard to signs,advertisements,firesandsmoking. 6.38.3 CONTRACTOR shallarrangeand cooperate withCITYinroutingandparkingof automobiles of itsemployees,subcontractors and other personnel,aswellas that of the materialdelivery trucks and other vehicles that come to the Project site. 6.38.4TheCitywilldesignatespecific areas on the sitefor storage,parking,etc.and the jobsiteshallbe fenced to protect the job siteand the generalpublic. 6.38.5 The CONTRACTOR shallfurnish,installandmaintain adequate construction officefacilitiesforall workers employedbyit or byits Subcontractors.Temporary officesshallbeprovidedand located where directed and approved by the CONSULTANT.All suchfacilitiesshallbefurnished in strict accordance withexistinggoverningregulations.Fieldofficesshallinclude telephone facilities. Protection ofExisting Property Improvements: 6.38Anyexistingsurface or subsurface improvements,suchaspavements,curbs,sidewalks,pipes or utilities, footings,or structures (including portions thereof),trees andshrubbery,not indicatedon the Drawings or noted intheSpecificationsasbeingremoved or altered shallbe protected fromdamageduring construction of the Project.Anysuch improvements damagedduring construction of the Project shall be restored at the expense of the CONTRACTOR to a condition equal to that existingat the timeof award of Contract. ARTICLE 7 -WORK BY OTHERS. 7.1 TheCITYmayperformadditional Work related to the Project or maylet other direct contracts therefore which shall contain General Conditions similar to these.The CONTRACTOR shall afford the other contractors whoarepartiestosuchdirect contracts (or theOWNER,ifitisperforming the additional Work itself),reasonableopportunityfortheintroductionandstorageofmaterialsand equipment andthe execution of Work,andshallproperly connect and coordinate its Work withtheirs. 7.2 If any part of the CONTRACTOR'S Work dependsupon proper execution or resultsofthe Work ofany other contractor or the OWNER,the CONTRACTOR shallpromptly report to the CONSULTANTin writing any defects or deficiencies insuch Work that render it unsuitable for the CONTRACTOR'S Work. 7.3TheCONTRACTORshalldo all cutting,fitting andpatchingofthe Work thatmayberequiredtomake itsseveralpartscome together properlyandfittoreceive or bereceivedbysuch other Work.The CONTRACTOR shall notendangeranyWorkofothersby cutting,excavating or otherwisealteringtheir 97 Work andshallonlycut or alter their Work withthe written consentof the CONSULTANTandof the other contractor whose work will be affected. 7.4 Iftheperformanceofadditional Work by other contractorsortheOWNERisnotnotedinthe Contract Documents priortothe execution oftheContract,writtennoticethereof shall be given tothe CONTRACTORprior to startinganysuch additional Work.IftheCONTRACTOR believes that the performanceofsuch additional Work bytheOWNER or others will causetheCONTRACTOR additional expenseorentitles him toan extension oftheContract Time,he may make a clainrftherefore as provided in Articles 11 and 12. 7.5 Where practicable,the CONTRACTOR shall build aroundtheworkofotherseparatecontractorsor shall leave chases,slotsandholesasrequiredto receive andto conceal within the general construction Worktheworkofsuchotherseparatecontractorsasdirectedbythem.Where such chases,slots,etc., are impracticable,the Work shallrequire specific approvaloftheCONSULTANT. 7.6 Necessary chases,slots,andholesnotbuiltorleftbythe CONTRACTOR shall becutbytheseparate contractor requiringsuch alterations after approvalof the CONTRACTOR.The CONTRACTOR shall do all patching and finishing oftheworkofothercontractorswhereitiscutbythemandsuch patching and finishing shallbeattheexpenseofCONTRACTOR 7.7 Cooperation is required in the useofsite facilities andinthedetailed execution of the Work.Each contractor shall coordinate their operation with those ofthe other Contractors for the best interest of the Work in order to prevent delayin the execution thereof. 7.8 Each of several contraaors working ontheProjectSite shall keep themselves informed oftheprogressof theworkof other contractors.Shouldlackofprogressor defective workmanshiponthepartof other contractors interfere withtheCONTRACTOR'Soperations,the CONTRACTOR shallnotify the CONSULTANTimmediatelyandinwriting.Lack ofsuchnoticetotheCONSULTANTshallbe construed asacceptancebytheCONTRACTORofthestatusoftheworkof other contractors asbeing satisfactoryfor proper coordination of CONTRACTOR'S own Work. 7.9Thecostof extra Work resultingfromlackofnotice,untimely notice,failure to respondtonotice, Defective Work or lack of coordination shall be the CONTRACTOR'S cost. 7.10 The CITY reservestherightintheeventtheCONTRACTORcannotprovideanitem(s)orservice(s)ina timelymanneras requested,to obtain the good and/or servicesfrom other sources anddeductingthe cost from the Contract Price without violatingtheintentofthe Contract. ARTICLE 8-CITY'S RESPONSIBILITIES. 8.1 TheCITYwillissueall communications to the CONTRACTOR through the CONSULTANT. 8.2Incasesof termination of employment of the CONSULTANT,theCITYwill appoint a CONSULTANT whose status under the Contract Documents shall be that of the former CONSULTANT. 8.3TheCITYshallpromptlyfurnishthedatarequiredofthemunderthe Contract Documents. 8.4The CITY'S dutiesin respect to providinglandsand easements aresetforthinParagraphs 4.1 and4.2. 8.5TheCITYshallhave the righttotakepossessionofanduseanycompleted or partially completed portions of the Work,notwithstanding the fact that thetimeforcompleting the entire Work or any portion thereof may not haveexpired;butsuchtakingpossessionanduseshallnotbe deemed an acceptance of any Work not completed in accordance with the Contract Documents. ARTICLE 9-CONSULTANTS'STATUS DURING CONSTRUCTION. City's Representative: 9.1 TheCONSULTANTshallbetheCITY'Srepresentativeduringthe construction period.Thedutiesand responsibilitiesandthelimitationsofauthorityoftheCONSULTANTas the CITY'S representative during constructionaresetforthinArticles I through 16 oftheseGeneralConditionsand shall notbeextended without written consent of the CITY and the CONSULTANT. 9.1.1 TheCONSULTANT'Sdecision,in matters relatingtoaesthetics,shallbe final,ifwithin the terms of the Contract Documents. 9.1.2 Exceptasmaybe otherwise providedinthis contract,all claims,counterclaims,disputesand other matters inquestionbetween the CITY andtheCONSULTANTarising out oforrelating to this Contract or the breach thereof,shallbedecidedina court of competent jurisdictionwithin the State of Florida. Visits to Site: 98 9.2TheCONSULTANTshallprovideaninspectortomakeperiodicvisits to thesiteateachphaseof constructiontoobservetheprogressand quality oftheexecuted Work andtodetermineifthe Work is proceeding inaccordancewiththeContract Documents.His efforts shall bedirectedtoward providing assurancefor the OWNERandall applicable regulatoryagenciesthat construction isincompliancewith theConstructionDocumentsand applicable laws,rulesand regulations.Onthe basis of these onsite- observationsasanexperiencedand qualified design professional,heshallkeepthe CITY informedofthe progressofthe Work and shall guardtheOWNER against defects and deficiencies intheWorkof CONTRACTOR. Clarifications and Interpretations: 9.3TheCONSULTANTshallissue,withreasonable promptness,such written clarifications or interpretations of the Contract Documents (in the formofDrawingsorotherwise)asitmay determine necessary,which shallbe consistent with,orreasonablyinferablefrom,theoverall intent ofthe Contract Documents.If the CONTRACTOR seeks an increase in the Contract Price or extension of Contract Time based on a written clarification and/or interpretation it shall berequiredtosubmitatimely claim asprovidedin Articles 11 and 12. Measurement of Quantities: 9.4All Work completed underthe Contract shallbemeasuredbytheCONSULTANTaccording to the United States Standard Measures.Alllinearsurface measurements shallbemade horizontally or vertically as required by the item measured. RejectingDefective Work: 9.5TheCONSULTANT shall haveauthoritytodisapproveorreject Work thatis"DefectiveWork"as definedinArticle I.Itshallalsohaveauthoritytorequirespecialinspection or testingof the Work including Work fabricatedon or offsite,installed or completed asprovided.Inthe event that the CONSULTANT requires testingof completed Work,the cost ofsuchinspections and/or testing shallbe approvedinwritingby the CITY.Allconsequentialcostofsuchinspectionsandtesting,includingbutnot limited to the cost of testing andinspection,the cost ofrepairinganyof the Work,or the work of others, the cost to move furniture and equipment and/or the cost to provide alternative facilitiesuntil the repair work canbe completed,shallpaidby the CONTRACTOR if the Work isfound to beDefective Work. ShopDrawings.Change Orders andPayments: 9.6In connection with the CONSULTANT responsibilityastoShopDrawingsandsamples,seeparagraphs 6.25 through 6.28,inclusive. 9.7 In connection with the CONSULTANT'SresponsibilityforChange Orders see Articles 10,II,and 12. 9.8In connection with the CONSULTANT responsibilitieswith respect to the ApplicationforPayment,etc., see Article 14. » Decisions on Disagreements: 9.10 TheCONSULTANTshallbethe initial interpreter ofthe Construction Documents. Limitationson Consultant's Responsibilities: 9.11 TheCONSULTANT will notberesponsiblefortheconstructionmeans,methods,techniques,sequences or procedures,or the safety precautions and programs incident thereto. 9.12 The CONSULTANT will notberesponsiblefortheactsor omissions oftheCONTRACTOR,orany Subcontractors,or anyoftheiragent,servantsoremployees,orany 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 revisionsin or to the Work whichshallonlybeauthorizedbyawrittenChange Orders. UponreceiptofaChange Order,theCONTRACTORshallproceedwiththe Work involved.All such Work shallbe performed under the applicable conditionsofthe Contract Documents.Ifanyauthorized written Change Order causesan increase or decrease inthe Contract Price or an extension or 99 shorteningofthe Contract Time,anequitableadjustment will bemadeasprovidedinArticle 11 or Article 12.A written Change Order signedbythe CITY andthe CONTRACTOR indicatestheir agreement to the terms of the Change Order.All Change Orders shallbecertifiedby the CONSULTANT astotheappropriatenessandvalueofthe change inthe Work aswellastoanychange in the time to complete the Work under the circumstances.The failure to includeatime extension in theChange Order orinthe request forachange order shall resultinawaiverofanyextensionoftime dueto the changein the work asreflectedin the Change Order. 10.2 TheCONSULTANTmay authorize minorchangesoralterationsinthe Work not involving extra cost and not inconsistent with the overall intent of the Contract Documents without the need for a formal written Change Order provided the CONTRACTOR doesnot request additionaltime or additional compensation.Thesemaybeaccomplishedbyawritten Field Order.Ifthe CONTRACTOR believes thatanychange or alteration authorized bythe CONSULTANT'S Field Order wouldentitlesthe CONTRACTOR to an increase in the Contract Price or extension of Contract Time,it must submit a written noticeofintenttodemandaChange Order withintwentyfour(24)hoursof the issuanceof the Field Order andsubmita written proposalforChange Order withinfour(4)days thereafter,otherwise the CONTRACTOR shall be deemed to have waived such claim. 10.3 Additional Work performed by the CONTRACTOR without authorization ofa written Change Order shallnot entitle ittoan increase in the Contract Price or an extension of the Contract Time,except in thecaseofanemergencyasprovidedinparagraph6.22and except asprovidedinparagraph 10.2. 10.4 TheCITYwill execute appropriate Change Orders preparedby the CONSULTANTcoveringchangesin the Work,to be performed asprovidedinparagraph4.4,and Work performed inanemergencyas providedinparagraph6.22andany other claimofthe CONTRACTOR forachangein the Contract Time or the Contract PricewhichisapprovedbytheCONSULTANT. 10.5 Itisthe CONTRACTOR'S responsibility to notifyitsSuretyofanychangesaffecting the generalScopeof the Work or changein the Contract Price or Contract Timeand the amount of the applicable bonds shall beadjustedaccordingly.The CONTRACTOR shallfurnish proof ofsuchan adjustment to the CITY before commencement of the Change Order Work.The Work shallbe stopped until the CONTRACTOR providessuch proof of adjustment intheBond amount andanysuchdelayshallbe charged to the CONTRACTOR. ARTICLE 11 -CHANGE OF CONTRACT PRICE. 11.1 The Contract Price constitutes thetotalcompensation payable to the CONTRACTOR forPerforming theWork.Allduties,responsibilitiesandobligations assigned to orundertakenby the CONTRACTOR shallbeatits expense without changing the Contract Price. 11.2 TheCITYmay,atanytime,without written noticeto the sureties,by written order designated or indicated to beaChange Order,makeanychangeinthe Work withinthegeneralscopeofthe Contract, including but not limited to changes to or in: 11.2.1 Specifications(includingdrawingsanddesigns); 11.2.2 Method or manner of performance of the Work. 11.2.3 CITY-furnishedfacilities,equipment,materials,services,or site;or 11.2.4 Acceleration in the performance of the Work. 11.3 Exceptasprovidedinthissection,or sectionsreferredtointhissection,no order,statement,orconduct oftheCITYshallbe treated asaChange Order or entitlethe CONTRACTOR to anequitable adjustmentunlessanduntil the changeinthe Work is specifically andexpresslyprovidedforinawritten Change Order,or as otherwise providedin another sectionof the Contract Documents. 11.4 WhenaChange Order isissuedbythe CONSULTANT and signed bythe CITY orissuedbythe CITY in writing,theCONTRACTOR shall performtheWorkeveniftheCONTRACTORdoesnotagreewith thedollaramountoftheChangeOrder.IfanyChange Order causesanincrease or decreaseinthe CONTRACTOR'Scostof,or thetimerequiredfor,theperformanceofanypartofthe Work underthis Contract,for which the CITYand the CONTRACTOR cannot reach atimely agreement,an equitable adjustmentbasedonthecostoftheWork shall bemadeandtheContract modified accordingly. 11.5 IftheCONTRACTORintendstoasserta claim foranequitableadjustment or contest theequitable adjustment madebythe CONSULTANT,it shall,within ten (10)calendar days afterreceiptofawritten Change Order,submittothe CITY and CONSULTANT awrittennotice including a statement setting forththegeneralnatureandmonetary extent ofsuch claim forequitableadjustment,timeextension requestedandsupportingdata.In determining thecostoftheChangeOrder,thecosts shall be limited to those listed in section 11.7 and 11.8. 100 11.6 No claim bythe CONTRACTOR foranequitableadjustmenthereunder shall beallowedifnot submitted inaccordancewiththis section orifassertedafter final paymentunderthis Contract. 11.7 Thevalueofany Work covered byaChangeOrderorofanyclaimforanincreaseordecreaseinthe Contract Priceshallbe determined in one of the followingways: 11.7.1 By negotiated lump sum. 11.7.2 Onthe basis of the reasonablecostand savings thatresultsfromthechangeinthe Work plusa mutually agreeduponfeetothe CONTRACTOR tocoveroverheadandprofitnotto exceed 15%.Ifthe CONTRACTOR disagrees withthe CONSULTANTS determinationofreasonable costs,the CONTRACT shall providealistof all costs together withbackupdocumentation 11.8 The term cost of the Work means the sum of all direct extra costs necessarily incurred andpaidby the CONTRACTOR in the proper performanceoftheChange Order.Exceptas otherwise maybeagreed to inwritingbyCITY,suchcosts shall beinamountsnohigherthan those prevailing in Miami-Dade County andshallincludeonly the followingitems: 11.8.1 Payroll costsforemployeesinthedirectemployof CONTRACTOR inthe performance of the Work describedin the Change Order underschedulesofjob classifications agreeduponbyCITY and CONTRACTOR.Payroll costsforemployees not employed full time onthe Work shallbe apportionedon the basisoftheirtimespentonthe Work.Payroll costs shall belimitedto: salariesandwages,plusthecosts of fringebenefits which shallincludesocialsecurity contributions,unemployment,exciseand payroll taxes,workers'compensation,healthand retirement benefits,sickleave,vacationandholidaypayapplicable thereto.Such employees shall include superintendents andforemenatthesite.The expenses ofperforming Work afterregular workinghours,onSundayor legal holidays shall beincludedintheaboveonlyifauthorizedby CITYandprovideditwas not inanyway,whether in whole orinpart the resultofthefault of the CONTRACTOR due to negligence of the CONTRACTOR or those actingbyor through himor duein whole orinpart to Defective Work of the CONTRACTOR. 11.8.2 Cost of all materialsand equipment furnishedand incorporated in the Work,including costs of transportation andstorage,andmanufacturers'field services requiredin connection therewith. The CONTRACTOR shall notifytheCITYof all cashdiscountsthatare available and offer the CITY the opportunity to deposit fundswith the CONTRACTOR for the payment for items that offer a discount.Cash discounts shall accrue to CONTRACTOR unless the CONTRACTOR fails to timely notify the CITY of the discountsorifthe OWNER depositsfundswith CONTRACTOR withwhich to make paymentsinwhichcasesthecash discounts shall accrue to the OWNER.All tradediscounts,rebates andrefunds,and all returnsfromsale of surplusmaterialsand equipment shallaccrue to OWNER,and CONTRACTOR shall makeprovisionsso that they maybe obtained. 11.8.3 Paymentsmadeby CONTRACTOR to the Subcontractors for Work performed by Subcontractors.If required byCITY,CONTRACTOR shallobtain competitive bidsfrom Subcontractors acceptable to himandshalldeliversuchbids to CITY who will then determine, with the advice of the CONSULTANT,whichBidswillbe accepted.No subcontract shallbea cost plus contract unlessapprovedinwritingbytheCITY.Ifa Subcontract provides that the Subcontractor is to be paid onthebasisof Cost of Work plusafee,the cost ofthe Work shall be determined in accordance this section 11.8 and in such case the word "Subcontractor"shall be substituted for the word "CONTRACTOR". 11.8.4 Rentalsof all construction equipment andmachinery,except handtools,andtheparts thereof whether rentedfrom CONTRACTOR orothersinaccordancewithrentalagreements approvedbyCITYwiththeadviceof CONSULTANT,andthecostsoftransportation,loading, unloading,installation,dismantlingandremoval thereof -allinaccordancewith terms ofsaid rentalagreements.The rentalofanysuchequipment,machineryorparts shall ceasewhenthe use thereof isnolongernecessaryfor the Work. 11.8.5 Sales,useor similar taxesrelatedtothe Work,andforwhich CONTRACTOR is liable,imposed byany governmental authority. 11.8.6 Paymentsandfeesforpermitsandlicenses.Costsforpermitsandlicensesmustbeshownasa separate item. 11.8.7 The cost ofutilities,fuelandsanitary facilities atthesite. 11.8.8 Minorexpensessuchas telegrams,long distance telephone calls,telephone serviceatthesite, expressage andsimilar petty cash items in connection with the Work. 101 11.8.9 Costofpremiumsfor additional Bonds and insurance requiredsolelybecauseof changes inthe Work,not to exceedtwo percent (2%)oftheincreaseinthe Cost oftheWork. 11.9 Theterm Cost ofthe Work shall NOT include anyofthe following: 11.9.1 Payroll costsandother compensation of CONTRACTOR'S officers,executives,principals (of partnershipandsole proprietorships),general managers,engineers,architects,estimators,lawyers, agents,expediters,timekeepers,clerksand other personnelemployedbyCQNTRACTOR whether atthesiteorinits principal orabranch office forgeneral administration ofthe Work andnot specifically included intheschedulereferredtoin Subparagraph 11.5. 11.9.2 ExpensesofCONTRACTOR'S principal andbranch offices other thanitsofficeat the site. 11.9.3 Anypartof CONTRACTOR'S capital expenses,including intereston CONTRACTOR'S capital employed fortheWorkandcharges against CONTRACTORfordelinquent payments. 11.9.4 Costofpremiumsfor all bondsandfor all insurance policies whether ornotCONTRACTORis requiredbytheContractDocumentstopurchaseand maintain thesame(exceptasotherwise providedinSubparagraph 11.8.9). 11.9.5 Costsdue to the negligence ofCONTRACTOR,anySubcontractor,oranyonedirectly or indirectlyemployedbyanyofthemorforwhoseactsanyofthemmaybe liable,including butnot limited to,thecorrectionofdefectivework,disposal of materials or equipment wrongly supplied andmaking good anydamage to property. 11.9.6 Other overhead or generalexpensecostsofanykindandthecostsofanyitemnot specifically andexpresslyincludedinParagraph 11.8. 11.10 TheCONTRACTOR'SfeewhichshallbeallowedtoCONTRACTORforitsoverheadandprofitshallbe determined as follows: 11.10.1 Amutuallyacceptablefirmfixedprice;or ifnonecanbeagreedupon. 11.10.2 A mutually acceptablefixedpercentage(nottoexceed 15%). 11.11 Theamountofcredit to beallowedbyCONTRACTORtoOWNERforanysuchchangewhichresultsin a net decrease in cost will be the amount of the actual net decrease in costs calculated in the same mannerasprovidedin 11.8.When bothadditionsandcreditsareinvolvedinanyonechange,the net shallbe computed to include overhead and profit,identifiedseparately,forbothadditionsandcredit, providedhowever,the CONTRACTOR shallnotbeentitledtoclaimlostprofitsforany Work not performed. ARTICLE 12 -TIME FOR COMPLETION.LIQUIDATED DAMAGES AND CHANGE OF THE CONTRACT TIME. 12.1 Timeisof the essence to this contract andthedateof beginning andthetimeforcompletionofthe Work areessential conditions ofthe Contract.Therefore,the Work shallbe commenced on the date specified in the Notice to Proceed and completed within the timespecifiedfor completion of the work. 12.2 The CONTRACTOR shall proceed with the Work atsuchrateof progress to ensure full completion within the Contract Time.Itisexpressly understood andagreed,byand between the CONTRACTOR andtheOWNER,that the Contract Timeforthecompletionofthe Work describedhereinisa reasonabletime,takinginto consideration theaverageclimaticand economic conditionsand other factors prevailingin the localityofthe Work.No extension oftimeshallbe granted dueconditions that the Contractor knewof or shouldhaveknownofbeforebiddingonthe project or due to inclement weather, except as provided in section 12.7. 12.3 If the CONTRACTOR shall fail to complete the Work within the Contract Time,or extension oftime granted by the CITY,then the CONTRACTOR shallpay to theOWNER the amount ofliquidated damagesasspecifiedin the Contract Documents foreachcalendarday after the scheduled date for completion as adjusted by written Change Orders that extended the completion date. 12.3.1 Theseamountsarenotpenaltiesbutare liquidated damagesincurredbytheOWNERforits inability toobtain full useoftheProject.Liquidated damagesareherebyfixedandagreedupon between the parties,recognizing the impossibility ofpreciselyascertainingtheamountofdamages that will besustainedasa consequence ofsuchdelay,andbothpartiesdesiring to obviateany question or disputeconcerning the amountofsaiddamagesand the cost andeffectof the failure of CONTRACTOR tocompletethe Contract ontime.The above-stated liquidateddamagesshall apply separately to eachphaseof the Project forwhichatimefor completion isgiven. 12.3.2 CITY is authorized todeducttheliquidateddamagesfrommoniesduetoCONTRACTORforthe Work under this Contract. 102 12.4 The Contract Timemayonlybechangedbya written Change Order.Anyclaimforan extension inthe CONTRACT TIME shall be based on written notice delivered to the CITY and CONSULTANT within five(5)businessdaysof the occurrence oftheevent giving risetotheclaimandstating the generalnature of the claimincludingsupporting data.All claimsfor adjustment inthe Contract Timeshallbeevaluated and recommended by the CONSULTANT,with final approvalbythe CITY'S representative.Anychange in the Contract Timeresultingfromanysuch claim shallbe incorporated ina written Change Order. 12.5 All time limits stated in the Contract Documents are of the essence of the Contract. 12.6 Noclaimfordelayshallbeallowedbecauseoffailure to furnishDrawings before theexpiration of fourteen (14)calendardaysafterdemandhasbeenmadeinwritingtotheCONSULTANTforsuch Drawings.Furthermore,there shallbenomonetary compensation forsuchdelayandthe CONTRACTOR'S sole remedy shallbean extension oftimefor the period ofdelay. 12.7 Extensionsto the Contract Timefordelayscausedby the effectsof inclement weather shall not be granted unless the weather wasunusualforSouthFloridaandcouldnothavebeenanticipated,the abnormal weather is documented by records from the national weather serviceand the abnormal weather is documented to have had a substantial affected on the construction schedule. 12.8 NoDamagesfor Delay:The CONTRACTOR agrees that heshallnothaveanyclaimfordamagesdue to delayunless the delay exceeds 6 months,whether individually or cumulatively,and then the damagesshall belimited to increased cost of materials that were unanticipated and that would not have been incurred butfor the delay.Other thanas set forthabove,theonlyremedyforanydelayshallbelimited to an extension oftimeas provided forinSection 12.4 whichshallbe the soleandexclusive remedy forsuch resulting delay.Other thanas set forth above,CONTRACTOR shall not be entitled toan increase in the Contract Price or payment or compensation ofanykindfrom OWNER for direct,indirect,consequential, impact 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 hindrance be reasonable or unreasonable,foreseeable or unforeseeable,or avoidable or unavoidable. 12.9 The CONTRACTOR waivesallclaims that arenot presented to theCityinwritingon or before the 21st dayfollowing the date of the event upon which the claimisbased. 12.10 Dispute Resolution:Ifany dispute concerning a question offactarises under the Contract,other than termination fordefault or convenience,the CONTRACTOR and the city department responsible for the administration of the Contract 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 CONSULTANT shallruleon the disputed issueandsenda 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 manufacturer or the CONTRACTOR directly,allmaterialsandequipmentfurnishedand Work performed for patent Defective Work fora period of one (I)yearfrom the dateof Final Acceptance asindicatedin the CONSULTANT Letter of Recommendation of Acceptance or from the date whenthedefectwasfirst observable,whichever islater.Thesame guarantee and unconditional warranty shallbe extend forfive (5)yearsfrom the date of Final Acceptance asindicatedin the CONSULTANT Letter of Recommendation of Acceptance for latent Defective Work.TheCITYwillgivenoticeof observed defects with reasonable promptness.In the event that the CONTRACTOR should fail to commence to correct suchDefective Work withinten (10)calendardays after having received written noticeofthe defect,or should the CONTRACTOR commence the corrective work,but fail to prosecute the corrective work continuously anddiligentlyandin accordance with the Contract Documents,applicable law,rulesand regulations,the CITYmaydeclarean event ofdefault,terminate the Contract inwhole or in part andcause the Defective Work to beremoved or corrected and to complete the Work at the CONTRACTOR'Sexpense,andtheCITYshallchargethe CONTRACTOR thecost thereby incurred. The Performance Bondshallremaininfullforceandeffect through the guarantee period. 13.2 The specific warranty periods listedin the Contract Documents,if different from the period of time listed inSection 13.1,shall take precedence over Section 13.1. 13.3 CONTRACTOR shallactasagent,onalimitedbasisfortheOWNER,at the CITY'S option,solelyfor the follow-up concerning warranty complianceforallitems under manufacturer's Warranty/Guarantee andfor the purpose ofcompletingallformsfor Warranty/Guarantee coverage under this Contract. 103 13.4 Incaseofdefaultby the CONTRACTOR,theCityofSouth Miami may procure thearticlesorservices from other sources andholdtheCONTRACTORresponsibleforanyexcesscostsoccasioned or incurred thereby. 13.5 The CITY maywithholdacceptanceof,orrejectitemswhicharefounduponexamination,not to meet the specification requirements.Uponwrittennotificationofrejection,items shall be removed withinfive (5)businessdaysby the CONTRACTORathisownexpenseandredeliveredathisexpense.Rejected goodsleftlongerthanthirty(30)calendar days shallberegardedasabandonedandtheCityshallhave the righttodisposeofthemasitsownpropertyandtheCONTRACTORthereby waives any claim to the goodortocompensationofanykind.Rejection forNon-conforming Work orfailure to meetdelivery schedulesmay result inthe Contract beingfoundindefault. ARTICLE 14 -PAYMENTS AND COMPLETION. Payments to Contractor 14.1 The Contractor shallnotbeentitledtoanymoneyforanywork performed before the issuanceofa Notice to Proceed ontheformdescribedinthe Contract Documentsand the issuanceby the Cityofa "purchase order",or any other document,does not andshallnot authorize the commencement of the Work.Atleastten (10)calendardaysbeforeeachprogresspayment falls due(but not more oftenthan onceamonth),the CONTRACTOR shallsubmit to the CONSULTANTapartialpayment estimate filled out andsignedby the CONTRACTOR covering the Work performedduringtheperiod covered by the partialpayment estimate and supported bysuchdataastheCONSULTANTmayreasonably require.All progress payment applications after the first progress paymentshallbe accompanied bypartial releases of lien executed byall persons,firmsand corporations who have furnished labor,services or materials incorporated into the work during the periodof time forwhich the previous progress payment wasmade, releasingsuchclaimsandlienrights,ifany,of those persons.Ifpaymentisrequestedon the basisof materialsand equipment not incorporated inthe Work butdeliveredandsuitably stored at or nearsite, the partial payment estimateshallalsobeaccompaniedbysuch supporting data,satisfactory to the CITY, whichestablishes the OWNER'Stitle to thematerialandequipmentaswellascertificatesofinsurance providing coverage for 100%of the valueofsaidmaterialand equipment coveringthematerialand equipment from allcasualtiesaswellas theft,vandalism,fireandflood.The CONTRACTOR shallreplace atits expense any stored materialspaidforwhichare either damaged or stolen before installation.The CONSULTANTwillwithinten (10)calendardaysafterreceiptofeachpartialpaymentestimate,either certifyinginwritingitsapprovalofpaymentand present thepartialpaymentestimate to the OWNER,or return thepartialpayment estimate to the CONTRACTOR,indicatinginwritinghis reasons forrefusing to approvepayment.In the latter case,the CONTRACTOR maymake the necessary corrections and resubmitthepartialpaymentestimate.TheOWNER,will withinthirty(30)calendardaysof presentation to itofany approved partialpaymentestimate,pay the CONTRACTOR aprogress payment on the basis of the approvedpartialpaymentestimate.The OWNER shallretain ten (10%)percent of the amountof eachpaymentuntil Final Completion and Acceptance ofall Work covered bythe Contract Documents. Any interest earned on the retainageshallaccrue to the benefitof the OWNER. 14.2 The CONTRACTOR,beforeitshallreceive final payment,shall deliver to the CITY a Contractor's Final Payment Affidavitas set forth in the Florida Construction Lien Statute aswellasfinal releases oflien executed byall persons whohave performed or furnishedlabor,services or materials,directly or indirectly,whichwas incorporated intothe Work.Ifanypersonrefusestoprovidesucharelease or providesa conditional release,the CITYshallhave the right to issuea joint checkmadepayable to the CONTRACTOR andsuch person. Contractor's Warranty ofTitle 14.3 The CONTRACTOR warrants and guarantees that titletoall Work,materialsand equipment covered by anApplication for Payment whether the Work,material or equipment is incorporated in the Project or not,shallhave passed to the OWNER prior to the makingof the Application for Payment,freeandclear ofallliens,claims,security interest and encumbrances (hereafter in these General Conditions referred to as "Liens");and that noWork,materialsorequipment,coveredbyan Application for Payment,will have beenacquiredby the CONTRACTOR or byany other personperformingthe Work atthesiteor furnishingmaterialsand equipment forthe Project,under or pursuant to an agreement under whichan interest therein or encumbrance thereon isretainedbytheseller or otherwise imposedby the CONTRACTOR or such other person. 104 Approval of Payment 14.4 The CONSULTANT'S approval ofanypaymentrequestedinan Application for Payment shall constitute a representationby him tothe CITY,basedonthe CONSULTANT'S onsite observations ofthe Work in progressasanexperienced professional andon his reviewofthe Application forPaymentandsupporting data,thatthe Work hasprogressedtothepointindicatedinthe Application for Payment;that,to the besthis knowledge,information and belief,the quality ofthe Work isinaccordancewiththe Contract Documents(subjecttoanevaluationofthe Work asa functioning Projectuponsubstantialcompletionas definedinArticle I,totheresultsofany subsequent testscalledforinthe Contract Documentsandany qualifications statedinhis approval);andthatthe CONTRACTOR isentitledtopaymentoftheamount approved.However,by approving,anysuchpaymentthe CONSULTANT shall nottherebybedeemed to have represented thathemadeexhaustiveorcontinuouson-siteobservationstocheckthequality or the quantityofthe Work,or that hehasreviewedthemeans,methods,techniques,sequencesand proceduresofconstructionorthathehadmadeany examination toascertainhoworforwhatpurpose the CONTRACTOR hasusedthemoneyspaidortobepaidtohimonaccountofthe Contract Price,or that title to anyWork,materials,orequipmenthaspassedtotheOWNERfreeandclearofanyliens. 14.5 The CONTRACTOR shallmakethefollowingcertificationoneach request forpayment: "Iherebycertify that the laborandmaterialslistedonthis request forpaymenthavebeenusedin the construction ofthis Work and that allmaterialsincludedinthis request for payment and not yet incorporated intothe construction arenowonthesiteor stored atanapprovedlocation,andpayment receivedfromthelast request forpaymenthasbeenusedtomakepaymentstoallhis Subcontractors andsuppliers,except fortheamountslistedbelowbesidethenamesofthepersonswho performed work or suppliedmaterials". In the event that the CONTRACTOR withholdspaymentfroma Subcontractor or Supplier,the same amount ofmoneyshallbewithheldfromtheCONTRACTOR'S payment untiltheissueisresolvedby written agreement between them andthenajointcheckshallbemadepayableto the person in question andthe CONTRACTOR in accordance with the settlement agreement,otherwise themoneyshallbe heldby the OWNER untila judgment is entered infavorof the CONTRACTOR or the person,inwhich casethe money shallbepaidaccordingwithsaidjudgment.Nothing contained hereinshallindicatean intent to benefit any third persons whoare not signatoriestothe Contract. 14.6 The CONSULTANT mayrefusetoapprove the whole or any part ofanypayment if,initsopinion,itis unable to makesuch representations to the OWNER as required thisSection 14.Itmayalsorefuse to approve anypayment,or itmayvoidany prior paymentapplicationcertificationbecauseof subsequently discoveredevidence or theresultsof subsequent inspection or tests to such extent asmaybenecessary inits opinion to protect the OWNER fromlossbecause: 14.6.1 ofDefective Work,or completed Work hasbeendamagedrequiring correction or replacement, 14.6.2 the Work forwhichpaymentis requested cannotbeverified, 14.6.3 claimsofLienshavebeen filed or received,or there is reasonable evidenceindicating the probable filing or receipt thereof, 14.6.4 the Contract Price has been reduced because of modifications, 14.6.5 the CITYhas correct Defective Work or completed the Work in accordance withArticle 13. 14.6.6 ofunsatisfactory prosecution ofthe Work,including failure to clean upasrequiredbyparagraphs 6.29 and 6.30, 14.6.7 of persistent failure to cooperate with other contractors on the Projectand persistent failureto carry out the Work in accordance with the Contract Documents, 14.6.8 ofliquidateddamagespayablebythe CONTRACTOR,or 14.6.9 ofany other violationof,orfailuretocomplywithprovisionsofthe Contract Documents. 14.7 Priorto Final AcceptancetheOWNER,withthe approval ofthe CONSULTANT,mayuseanycompleted or substantially completed portions ofthe Work providedsuchusedoesnot interfere with the CONTRACTOR'S completion ofthe Work.Suchuseshallnot constitute anacceptanceofsuch portions of the Work. 14.8 The CITY shallhavetherightto enter thepremisesforthepurposeofdoing Work notcoveredbythe Contract Documents.Thisprovision shall notbeconstruedas relieving theCONTRACTORofthesole responsibility forthecareandprotectionoftheWork,orthe restoration ofanydamaged Work except suchasmaybecausedbyagents or employeesoftheOWNER. 105 14.9 Upon completion and acceptance ofthe Work theCONSULTANTshallissueaCertificate attached to the Final Application forPaymentthattheWorkhasbeenacceptedbyitunderthe conditions of the ContractDocuments.Theentire balance found tobeduethe CONTRACTOR,including theretained percentages,butexceptsuchsumsas may be lawfully retainedbytheOWNER,shall bepaidto the CONTRACTOR withinthirty(30)calendar days of completion and acceptance oftheWork. 14.10 Upon The awarded CONTRACTOR will be strongly encouraged to register asan ePayables Vendorwith theOwner.The Bank of America ePayables Solution isanautomatedcard payment processthat shifts accounts payable disbursementstocorporate purchasing cards.ePayables,streamlinetheprocessof making paymentstoyour organization going forward,theCity will providethe CONTRACTOR witha creditcardaccountnumbertokeepon file.Thiscardhasuniquesecurityfeatures,with$0of available funds until an invoice isapprovedfor payment.Afteran invoice has received properandcomplete approval,an electronic remittance advicewillbe sent viae-mail,or fax,whichnotifies the CONTRACTOR that the funds have been transferred in to the account linked to the card for the amount listedonthe invoice and/orremittance email.Please refertothe ePayables Questions&AnswersForm containedinthis RFP orcontactthe OWNER'S Finance department at (305)663-6343withanyquestions. Acceptance of Final PaymentasRelease 14.11 TheAcceptancebytheCONTRACTORof Final Payment shall beand shall operate asarelease to the OWNER andawaiverof all claims and all liability totheCONTRACTORotherthan claims previously filed andunresolved.Thewaivershallincludeallthingsdone or furnishedin connection with the Work andforeveryactandneglectoftheOWNERandothersrelatingto or arising out ofthisWork.Any payment,however,final or otherwise,shall notreleasetheCONTRACTOR or its suretiesfrom any obligationsunderthe Contract DocumentsorthePerformanceBondandPaymentBonds. 14.12 The CONSULTANT mayvoidany certification of Substantial Completionor Final Completionofthe Work asmaybenecessaryinhisopinion to protect the OWNER fromlossifhe determines,becauseof subsequentlydiscoveredevidence or theresultsof subsequent inspectionor tests,that: 14.12.1 the Work isdefective,or that the completed Work hasbeendamageddue to thefaultofthe CONTRACTOR or any individual orentityoperatingunderorthroughitrequiring correction or replacement to the extent that the project isnolongerSubstantially Completed,or in the caseof Final Completion certification,isnolonger Finally Competed. 14.12.2 the Work necessary to becompletedforthepurposeof certifying the work asbeing Substantially Completed or Finally Completed cannot beverified, 14.12.3 claims or Lienshavebeenfiled or received,or there is reasonable evidence indicating the probable filing or receipt thereof that,ifvalidandpaid,wouldreduce the amount owing to the CONTRACTOR BY 20%inthecaseofSubstantial Completion and5%in the caseof Final Completion. 14.12.4 there isDefective Work the valueofwhich,if deducted from the contract pricewould reduce the amount owing to the CONTRACTOR BY20%in the caseofSubstantial Completion and5% in the caseofFinal Completion. 14.13 If the CONSULTANTde-certifiesany portion of the Work that wascertified ("Initial Certification")by theCONSULTANT,the CONTRACTOR shallrepayto the CityofSouth Miami anymoneypaidasa result ofsaidInitial Certification beingissuedwhichshallbepaidonlywhen the decertified work isre certified. ARTICLE 15 -SUSPENSION OF WORK AND TERMINATION. 15.1 TheCITYmay,atanytimeand without cause,suspendthe Work or any portion thereof foraperiodof not more thanninety(90)calendar daysbynoticeinwriting to the CONTRACTOR and the CONSULTANT,which shall fix the date on which Work shall be resumed.The CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time,or both,directly attributable to anysuspensionandifaclaimistimelymadeandifitisallowedunder the terms ofArticles II or Article 12. CityMay Terminate 15.2 Ifthe CONTRACTOR isadjudgedbankrupt or insolvent,or ifhemakesageneralassignmentfor the benefitofits creditors,or ifa trustee orreceiverisappointedfor the CONTRACTOR or foranyits 106 property,orifhe files a petition totake advantage of any debtor's act,orto reorganize under bankruptcy or similar laws,orifhe repeatedly fails to supply sufficient skilled workmenor suitable materials or equipment,orifhe repeatedly fails tomake prompt payments to Subcontractors or for labor,materials or equipment orhe disregards laws,ordinances,rules,regulations or orders of any public body having jurisdiction,orifhe disregards the authority ofthe CONSULTANT,orifhe otherwise violates any provision of,the Contract Documents,thenthe CITY may,without prejudice to any other right or remedy and after giving theCONTRACTOR and theSuretyseven (7)calendar days writtennotice, terminatetheservicesofthe CONTRACTOR andtakepossessionoftheProjectandof all materials, equipment,tools,construction equipment and machinery thereon owned bythe CONTRACTOR,and finish theWorkbywhatevermethoditmaydeem expedient.In such case theCONTRACTOR shall not beentitledto receive any further payment until the Work is finished.Ifthe unpaid balance ofthe Contract Price exceeds the directandindirectcostsofcompletingtheProject,including compensation for additional professional services,suchexcess shall be paid totheCONTRACTOR.If such costs exceed such unpaid balance,theCONTRACTORortheSuretyonthe Performance Bond shall paythe differencetothe OWNER.Suchcostsincurredbythe OWNER shall bedeterminedbythe CONSULTANT and incorporated inaChange Order. If after termination of the CONTRACTOR underthis Section,itis determined bya court of competent jurisdiction foranyreasonthatthe CONTRACTOR wasnotin default,the rights and obligations ofthe OWNER and the CONTRACTOR shallbe the sameasif the termination had been issued pursuant to Section 15.5 15.3 Where the CONTRACTOR'S serviceshavebeensoterminatedbytheCITYsaidtermination shall not affectany rights ofthe OWNER against the CONTRACTOR then existing orwhichmaythereafter accrue.Anyretentionorpaymentofmoneysbythe OWNER duethe CONTRACTOR shall not release the CONTRACTOR from liability. 15.4 Uponseven(7)calendar days writtennoticetothe CONTRACTOR andthe CONSULTANT,the CITY may,withoutcauseandwithout prejudice toanyotherrightorremedy,electtoterminatetheContract for the convenience of the OWNER.Insuchcase,the CONTRACTOR shallbepaidforall Work executed andacceptedbytheCITYasofthedateofthetermination,minusanydeductionfor damage or Defective Work.Nopayment shall bemadeforprofitfor Work whichhasnotbeenperformed. 15.4A TheCITYreservestherightinthe event the CONTRACTOR cannotprovideanitem(s)orservice(s)ina timelymannerasrequested,toobtain the goodand/orservicesfromothersourcesanddeductingthe cost from the Contract Price without violating the intent of the Contract. Removal of Equipment 15.5 In the case of termination of this Contract before completion foranycause whatever,the CONTRACTOR,ifnotifiedtodosobytheCITY,shall promptlyremoveanypartor all ofits equipment andsuppliesfromthe property ofthe OWNER.Should the CONTRACTOR not remove such equipment andsupplies,theCITY shall havetherightto remove them atthe expense ofthe CONTRACTOR and the CONTRACTOR agreesthat the OWNER shall not be liable forlossordamage to such equipment orsupplies.Equipmentandsuppliesshall not be construed to includesuchitemsfor which the CONTRACTOR hasbeenpaidin whole orinpart. Contractor MayStop Work or Terminate 15.6 If,through noactorfaultof the CONTRACTOR,the Work issuspendedforaperiodof more than ninety(90)calendardaysby the CITYorby order of other publicauthority,or under an order of court or the CONSULTANT fails to actonanyApplicationforPaymentwithin thirty (30)calendardaysafterit is submitted,orthe OWNER fails topaythe CONTRACTOR anysumapprovedbythe CONSULTANT, within thirty (30)calendardaysofitsapproval,and presentation,then the CONTRACTOR may,upon twenty (20)calendardays written notice to the CITYand the CONSULTANT,terminate the Contract. TheCITYmay remedy the delayorneglectwithinthe twenty (20)calendardaytimeframe.Iftimely remedied by the CITY the Contract shall not be considered terminated.Inlieu of terminating the Contract,if the CONSULTANT has failed toactonanApplicationforPaymentor the OWNER has failed to makeany payment asaforesaid,the CONTRACTOR mayuponten (10)calendardays'notice to the CITYandthe CONSULTANT stop the Work untilithasbeen paid all amountsthendue. 107 Indemnification of Independent Consultant. 15.7 TheCONTRACTORandthe CITY hereby acknowledges thatifthe CONSULTANT isanindependent contractoroftheOWNER,the CONSULTANT maybereluctanttoruleonanydisputesconcerningthe ContractDocumentsorontheperformanceoftheCONTRACTORortheOWNERpursuant to the termsofthe Contract Documents.Therefore,theOWNER,atthe CONSULTANT'S request,agreesto provide the CONSULTANT withawritten indemnification and hold harmless agreementto indemnify andholdtheCONSULTANTharmlessastoanydecisioninthisregardbeforetheCONSULTANTmakes an interpretation,de-certifiesapayment application,decertifiesSubstantialCompletion,decertifies Final Completion,certifiesaneventofdefault,orapprovesanyactionwhichrequirestheapprovalof the CONSULTANT. ARTICLE 16-MISCELLANEOUS. 16.1 Whenever anyprovisionofthe Contract Documentsrequiresthe giving ofwrittennoticeitshallbe deemed to have been validlygivenifdeliveredin person to the individual or to a member of the firm or to anofficer of the corporation for whom itis intended,or ifdeliveredat or sent by registered or certifiedmail,postage prepaid,to the lastknownbusiness address. 16.2 The Contract Documents shallremain the property of the OWNER.The CONTRACTOR and the CONSULTANTshallhavetheright to keepone record set ofthe Contract Documentsuponcompletion of the Project. 16.3 The duties andobligationsimposedby these GeneralConditions,Special ConditionsandSupplementary Conditions,ifany,and the rightsand remedies available hereunder,and,inparticularbut without limitation,the warranties,guarantees andobligationsimposedupon CONTRACTOR by the Contract Documents and the rightsand remedies available to the OWNER and CONSULTANT thereunder,shall beinaddition to,andshall not be construed inanywayasalimitationof,anyrightsand remedies available bylaw,byspecial guarantee or by other provisionsof the Contract Documents. 16.4 Should the OWNER or the CONTRACTOR sufferinjury or damage to itspersonor property becauseof any error,omission,or actof the other or ofanyof their employees or agents or others for whose acts theyare legally liable,claimshallbemadeinwriting to the other partywithintwenty one (21)calendar daysof the first observance ofsuchinjury or damage. ARTICLE 17 •WAIVER OF JURY TRIAL. 17.1 OWNERand CONTRACTOR knowingly,irrevocablyvoluntarilyandintentionallywaiveanyright either mayhave to atrialbyjuryin State or Federal Court proceedings in respect to anyaction,proceeding, lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work thereunder. ARTICLE 18 -ATTORNEYS FEES JURISDICTION /VENUE /GOVERNING LAW. 18.1 The Contract shallbe construed inaccordancewithandgovernedbythelawoftheStateof Florida. 18.2 Thepartiessubmittothejurisdiaionofany court ofcompetent jurisdiction in Florida regardingany claim oractionarising out oforrelating to the Contract or Contract Documents.Venueofanyactionto enforce the Contract shallbeinMiami-Dade County,Florida. 18.3 Exceptasmaybe otherwise providedinthe Contract Documents,all claims,counterclaims,disputesand other mattersinquestionbetweentheOWNERandtheCONTRACTOR arising outof or relatingto this Contract or the breach thereof,shallbedecidedina court of competent jurisdictionwithin the State of Florida. ARTICLE 19 -PROJECT RECORDS. 19.1 The CITY shallhaveright to inspectandcopyduringregularbusinesshoursatOWNER'Sexpense,the booksand records and accounts of CONTRACTOR whichrelateinanyway to the Project,andtoany claim for additional compensationmadeby CONTRACTOR,andtoconductanauditofthe financial and accounting recordsofCONTRACTOR which relatetotheProject.CONTRACTOR shallretainand make available to CITY all such books and records and accounts,financial or otherwise,which relate to theProjectandtoany claim foraperiodofthree(3)years following final completion ofthe Project. DuringtheProjectandthe three (3)yearperiod following final completionoftheProject, 108 CONTRACTOR shall provide CITY accesstoitsbooksandrecordsupon five (5)business day'swritten notice. 19.2 CONTRACTORand all ofits subcontractors arerequiredtocomplywiththepublicrecordslaw (s.l 19.0701)while providing services on behalf ofthe OWNER andthe CONTRACTOR,undersuch conditions,shall incorporate this paragraph in all ofits subcontracts forthis Project.CONTRACTOR anditssubcontractorsare specifically requiredto:(a)Keep and maintain public recordsthat ordinarily and necessarily would be required bythe public agency inorderto perform the service;(b)Provide the public withaccessto public recordsonthesametermsand conditions thatthe public agency would provide therecordsandatacostthatdoesnotexceedthecost provided inthischapterorasotherwise provided by law;(c)Ensure that public recordsthatareexemptor confidential andexempt from public recordsdisclosurerequirementsarenot disclosed exceptasauthorizedby law;and(d)Meet all requirementsfor retaining public recordsandtransfer,atnocost,tothe public agency all public records in possession ofthecontractorupon termination ofthecontractanddestroyany duplicate public records thatareexemptor confidential andexemptfrom public records disclosure requirements.All records stored electronically mustbeprovidedtothe public agency inaformatthatis compatible withthe information technology systems of the publicagency. 19.3 If CONTRACCTOR orits subcontractor doesnotcomplywithapublicrecordsrequest,theCITYshall havetherighttoenforcethis contract provision by specific performanceandthepersonwhoviolatesthis provision shall be liable toOWNERforitscostsof enforcing this provision,including attorneyfees incurredinallproceedings,whether administrativeor civil court andinallappellateproceedings. ARTICLE 20 -SEVERABILITY. 20.1 Ifanyprovisionofthe Contract or the application thereof toanypersonorsituationshalltoany extent, beheldinvalid or unenforceable,the remainder of the Contract,and the applicationofsuchprovisions to personsorsituations other thanthoseastowhichit shall havebeenheld invalid orunenforceable shall notbeaffectedthereby,andshallcontinuein full forceandeffect,andbeenforcedto the fullest extent permitted bylaw. ARTICLE 21 -INDEPENDENT CONTRACTOR. 21.1 The CONTRACTOR isan independent CONTRACTOR under the Contract.Servicesprovidedby the CONTRACTOR shallbebyemployeesofthe CONTRACTOR andsubjecttosupervisionbythe CONTRACTOR,and not asofficers,employees,or agentsofthe OWNER.Personnel policies,tax responsibilities,socialsecurityandhealthinsurance,employeebenefits,purchasingpoliciesand other similaradministrative procedures,applicable to services rendered underthe Contract shallbe those of the CONTRACTOR. ARTICLE 22 -ASSIGNMENT. 22.1 The CONTRACTOR shall not transfer or assignanyofitsrights or duties,obligationsandresponsibilities arising under the terms,conditions andprovisionsofthis Contract without prior written consent of the CityManager.TheCITYwillnotunreasonablywithholdand/ordelayits consent to the assignmentof the CONTRACTOR'S rights.TheCITYmay,initssoleand absolute discretion,refuse to allow the CONTRACTOR to assignitsduties,obligationsandresponsibilities.Inanyevent,the CITYshall not consent to suchassignmentunless CONTRACTOR remainsjointlyandseverallyliableforanybreachof the Agreement by the assignee,the assigneemeetsalloftheCITY's requirements to the CITY'ssole satisfactionand the assignee executes allof the Contract Documents that were required to be executed by the CONTRACTOR IN WITNESS WHEREOF,the parties hereto have executed the General Conditions to acknowledge their inclusion as part of the Contract Documents on this 08 day of June ^20 15, CONTRACTOR: Signature: Print Signatory's Name:Lcftf^ Title of Signatory:^PresTdent 109 Read and Legality, Signature: Maria Menendez CityClerk OWNER:CITY OF SOUTH MIAMI 110 i Alexander "City Manager J»-#*-<J EXHIBIT 6 Supplementary Conditions "Concession Stand Remodeling at Palmer Park" RFP#PR20I5-I0 Consultant:In accordance with ARTICLE I of the General Conditions CONSULTANT is defined as the person identified asthe CONSULTANT in the Supplementary Conditions orif none,then CITY's designated representative as identified in the Supplementary Conditions.The CONSULTANT'S,if any, andthe City's Designated Representative's name,address,telephonenumberand facsimile numberareas follows: Consultant:R.E.Chisholm Architects 7254 SW 48th Street Miami,FL 33155 Ph:305/661-2070 Fax:305/661-6090 B.Termination or SubstitutionofConsultant:Nothinghereinshallprevent the CITYfromterminatingthe servicesoftheCONSULTANTorfromsubstituting another "person"toactastheCONSULTANT. CPlansfor Construction:Thesuccessful CONTRACTOR willbe furnished one (I)sets of Contract Documentswithoutcharge.Any additional copiesrequired will be furnished totheCONTRACTORata cost to the CONTRACTOR equal to the reproduction cost. D.TheScopeof Services issetforthinthe RFP andinthedocumentsetforthintheattached EXHIBIT I. E.Contractor shall complywiththeinsuranceand indemnification requirementsissetforthinthe RFP and in the document set forth in the attached EXHIBIT 2 F.The Work shallbe completed in45 working days unlessa shorter timeis set forthinthe Contract and insucheventthe Contract shall take precedent notwithstanding anyprovisionintheGeneralConditions to the Contract that maybe to the contrary.. IN WITNESS WHEREOF,theparties hereto have executed theSupplementaryConditions to acknowledge their inclusion as part ofthe Contract on this w day of_June ^t 20 15 , ATTEST! CONTRACTOR: Signature: PrintSignatory'sName:Luis GL._ Title of Signatory:"President OWNER:CITY OF S< mi Signal Steven CityManager /g-*jr-/s if EXHIBIT 7 City of South MiamiBid Protest Procedures RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (FORMAL :-fe 'PROCEDURE) The following procedures shall be used for resolution of protested solicitations and awards, Toward "bfcf,is well Ss/all oif its^d^riyaiddns/shill m&ft iar^ortise to :a ^rieftatibn,including requestsfor proposal?,requestsforaletter of interestand requests for qualifications. .-:"••.-'<•"'.';'''yy.•^•'•.--_y[•>'*«• (a),Notfcte Of M#t To Protest Any actual or prospective^bfdd^.who p^eeives itself to j{fee a^rfe^formal spligitaition or Wfcp ?ntend|%?tont&t & object to any bid specifieations or any bid solicitation sh^ll fife a written notice of xyv intent to thfe Oty Clerk!*office $prior to i^&p&^M^foY ^|ettrrrgrof bids^XA ritai^e^^potest &eohsid^ed/fited wbeR^^^oed by ^e C^aerfets office •fi^^mail pr,it hand delivered,when^startiped with the C^Cl^k-s^ieipt stamp conMhing die date and time of receipt ofa notice of foment ^^e k P^^ii Any #*!**•jffgSB^re^^j&mp"'feag^ii^il^'biidfife^"S«te>"$£&&&&x;^^to^^award of acontract and |?h^5 Kr]jb ^rdtejftrtfifei^rdrshill file aWi^ittettftotifee ofi@i^^|r^tovfil«--*.|jEri^ti^|fc Vd^gLJOitt."*"t ,..--,€fer£$office ^tiip tftrse calendar days after .^^C|&^^^> which the r^A nc^ice^f intehttofilea pi^jtfit T•= j£j^rtsftfer^t Ited wfoeq r^^gibY jfi£CTrt^^lei##Office by e-rnaif orv if Hftd delivered^When stamped ^»f|the City Cterk^k receipt stamp containing the date and frrae jbf receipt Pftrtest @f s -^FjjrfiL 'i'3^'vb\.. A protested^iHist^oli^tldite fcr jcftgrii mu$r;beih writing (Ti*ot«s^< liii^W^'^ft^#.^e^ottt^'#feitei1ifrtS lite a protest TberPf^siLei^fey §S§0^filed ^n |he friot&t Letter and the r^^^lng '$&$$1,050 :#?JprtK t.' -fjfc^In order for^ lo fee feonsTd^id tifpej^&!$e$y by hand d^e^:i^e da£fe stamp of the ^erk&office rousfrappe&j^Prspffil*^f!|o'^ofthre fVotek Letter and tfce.-,"-' ;_date stampJ||s^ai5o appear pxt ^c60 ^^S^^USsi for the payinent of the $ing^ 7;M&£i\%$tyjmttfc tnacfe .to-..v^sf^;^^iribnq^'^^"Ife-issued by the Clerks «BM§':^ 1^^^email,,the)Protest1 Letter shall not be conside^d^to fe timely Reived untilgndurtfether^afrt^fifing fe0 of $IJ)00 K^eteliVed hf^Cil^Cfe^|s%e and,;If payment -i$in cash>a receipt j$:»$$^d wiidS tfee;;c(^f.of die x^jpt .oftT^WWoft -pr jf papieiit is by check,a cppyof the c^^^^^^'jb^-tite Cierik-w^tihi date Sjiamp of ^fOeiffeTs £$<&$te^r^;tfefe.^^^1^Yfee Pfct&t Utwar ihaJI «ate ^ particularity the specific facts and law uponwhichtheprotest is based,it sihall describe and Attach all pertinent documents and evidence relevant;.and material to the prptest and it shall be accompanied by any required filing.Tbe basis for review ofthe protest ; shall be the documentsand other evidencedescribed in and attached'to the Protect Letter and no facts,grounds,documentation,orother evidence not specifteally \m described in and;a«ached $o tjfe Pwte&Lfe&er a;t the tfrfie of to filing shall be permitted or c^ns^red in support of ttte protest (c)CQfiip^tton of tfofteu ^^tiWe y$\fe a<Wed tbibg ab&te time tftruts for sserviee by malt The last day1 of jt^e pei%d so computed shall be included unless it is aSaturday, Sunday;or legal h^tida^in Which event the period shall run until the next day which is not*Sat^r<fexi Siiiiday,ot legal holiday (d)Ch^eriges*The ^ftteij protef^thiay nor challengeifche Native weigp of the evaluation criteria q^any f^mo^i3sia<f for assigifpg points Ifi toak^g an award.determin$k>n>nor*. sfrislt it $j$^^h%|te';d^y trtft Bfwr«wkfeh |s;5 orteof ^criteriafor^ecSinfa^bidderwhoseoffe^rhiy'nottSeithe lowest bid price,: ffi Author^^rescitep protests,T&>Purc^infHWage^after cpnsultatrf nwith the City. Amtrt$y^hMjs^aWritten ^catertdaf da)$after ret&ipt of ;%yaBd latest Le&er^Said r^^rhendatiqnshall be^nt to.*e C%Manager wijth a copy sfeftt ;to thf |^ptestirr|pa*?f£ffe-^City Manager may ;:|h^igrjsubmtt a r^ornnj^rtd^gn t&tbe:City Ccfmni^iori forapproval fr drsappj^oviffo|^fe pr:bt^: resofc^tKg protest without submigsiait to the JGfcy Comntfssion,orTe^ctall proposais^^ (fj j&figf of pf^^U^ft ri^lifft of %ti^ely>pi?op_. Letter fii;^piifeuartt to the requiee^er^l df this s^*^£*he Ci^half net^A^t fortB^.yith the s6jfcitattoh;9r;wtt^or ^ecSSiio of fee Contract tii^l,^| pt>$t§st is resolved t^r^C^Manager;or i\$'&fty ^nmrssion as provjdef lit subsktibn (e)$bov^;uftjesithe City 1$£i%er rtfekes:aWfcte&dfetermihafibn tflat Ae SQJicitatfori pf|«^^q^nu^^^out^ay iix.orderly ayoid,potenjij'harm to #e:h%%iifety or,wg?%fe <rf !$fe ^blic/t>r sp prt^t substantial Interests of _the C^or"to preve^yoBt^athledc teams from effectively :WissT^blaytefeisiEasdiN;•'.•^X^^IV v>'.''missii^a playing seasdil.SL^tf: END OF DOCUMENT 113 6/23(2015 Detail by Entity Name Florida Limited Liability Company LEED CONSTRUCTION GROUP,LLC Filing Information Document Number FEI/EIN Number Date Filed Effective Date State Status Last Event Event Date Filed Event Effective Date Principal Address 624 DESOTO DRIVE MIAMI SPRINGS,FL 33166 Mailing Address DetailbyEntity Name L10000017875 271969899 02/16/2010 02/16/2010 FL ACTIVE LC AMENDMENT 07/03/2014 NONE 624 DESOTO DRIVE MIAMI SPRINGS,FL 33166 Registered Agent Name &Address GIL,EDUARDO F 624 DESOTO DRIVE MIAMI SPRINGS,FL 33166 Authorized Personte)Detail Name &Address Title MGR GIL,EDUARDO F 624 DESOTO DRIVE MIAMI SPRINGS,FL 33166 Annual Reports Report Year 2013 2014 Filed Date 04/13/2013 04/06/2014 hty://$earchsur»yz^1/2 6(23/2015 2015 Document Images 04/21/2015 04/21/2015-ANNUAL REPORT 07/03/2014 -LC Amendment 04/06/2014 -ANNUAL REPORT 04/13/2013 -ANNUAL REPORT 04/10/2012 -ANNUAL REPORT 04/07/2011 -ANNUAL REPORT 02/16/2010 -Florida Limited Liability Detailby Entity Name ViewimageinPDF format Viewimagein POF format ViewimageinPDF format ViewimageinPDF format Viewimagein PDF format Viewimagein PDF format Viewimagein PDF format Mtpy/searchsunblzxrg/li^ry/C 2(2 2015 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT*P06000010003 Entity Name:LEGOCONSTRUCTIONCO. Current Principal Place of Business: 280 SOUTHWEST 20TH ROAD SUITE 606 MIAMI,a 33129 Current Mailing Address: 280 SOUTHWEST 20TH ROAD SUITE 506 MIAMI,FL 33129 US FEI Number.20-4245999 Name and Address of Current Registered Agent: SPIEGEL &UTRERA,PA 1840SW22NDST. 4TH FLOOR MIAMI,FL 3314S US FILED Feb 24,2015 Secretary of State CC2020407251 Certificate of Status Desired:Yes The above namedentitysubmits this statement forthepurposeofchangingIts registered oflfce orregistered agent,or bath.(Athe Slate of Florida. SIGNATURE: Electronic SignatureofRegisteredAgent Date Officer/Director Detail: me PSTD Title V Name GARCIA,LUIS Name GARCIA,LUIS Address 260 SOUTHWEST 20TH ROAD SUITE 506 Address 280 SOUTHWEST 20TH ROAD SUITE 506 City-State-Zip:MIAMI FL33129 Clty-State-ZIp:MIAMI PL33129 oath;thatismanofficer ordtmctorofttio corporation ori/wreceiver ortrustee empowered to execute this report**nquirod ty Chapter *07%Fforkto Statutes;and/tot mytamo appem stbova.or on en attachmentwtthaUotherUke>ompowtnd. SIGNATURE:LUIS GARCIA PRESIDENT 02/24/2015 ElectronicSignatureofSigning Officer/Director Deteil Date Member Name Bid Number Bid Name 4Document(s)foundforthisbid 848 Notified;13 Planholderfsl found. CityofSouthMiami RFP-PR2Q15-10-0-2015/SK ConcessionStandRemodelingatPalmerPark Supplier Name Address 1 City State Zip Phone Attributes BOFAMCONSTRUCTIONCOMPANY,INC 697 N.MIAMIAVE,LOFT#3 MIAMI FL 33136 7542450102 CAS CONTRACTORS,ILC 3155 NW 82ND AVE DORAL FL 33122 3052625151 CMD Group 30 Technology Parkway South,Suite 100 Norcross GA 30092 8009018687 Construction Journal,Ltd.400 SW 7th Street Stuart FL 34994 8007855165 Hartzeil Painting 2301 nw 33rd court Pompano Beach FL 33069 9546580515 Link Systems LLC 5870 Hummingbird Court Titusvllle FL 32780 4074010031 1.Small Business OAC Action Construction.com 12540 sw 130 st Miami FL 33186 3052566655 Overholt Construction 18635 SW 105 Ave Miami FL 33157 3052349677 R.E.Chisholm Architects.Inc.4921 SW 74th Ct Miami FL 33155 3056612070 .1.Hispanic Owned RJ.Behar &Company,Inc.6861 SW 196th Avenue Pembroke Pines FL 33332 9546807771 1.Hispanic Owned 2.Small Business Regosa Engineering Services,Inc 1050 SE 5th Street Suite 9 HIALEAH FL 33010 7862622964 • Sol-ARCH 4917 SW 74 Court Miami FL 33155 3057400723 1.Hispanic Owned 2.Woman Owned Stafford-Smith Inc.AB MIAMI DAILY BUSINESS REVIEW Published DailyexceptSaturday,Sunday and LegalHolidays Miami,Miami-DadeCounty,Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Beforetheundersigned authority personallyappeared O.V.FERBEYRE,whoonoath says thatheorshe is the VICEPRESIDENT.LegalNoticesofthe Miami Daily Business Review f/k/a Miami Review,adaily (except Saturday,Sunday •andLegalHolidays)newspaper,published atMiamiinMiami-Dade County,Florida;thatthe attached copy of advertisement, befng aLegal Advertisement of Notice inthematterof CITY OF SOUTH MIAMI RFP U PR2015-Q9 in the XXXX Court, was published insaid newspaper inthe issues of 05/12/2015 Affiant further says thai thesaid Miami Daily Business Review isa newspaper publishedatMiamiinsaid Miami-Dade County,Florida andthatthesaid newspaper lias heretofore been continuously published insaid Miami-Dade County, Florida,eachday(except Saturday,Sundayand Legal Holidays) andhasbeenenteredassecondclass mail matter atthepost officein Miami insaid Miami-Dade County,Florida,for a .period ofoneyearnextprecedingthe first publication ofthe attachedcopyof advertisement;and affiant further saysthatheor shehas neither paid nor promised any person,firm orcorporation any discount,rebate,comnjissiornar refund for the purpose ofsecuring tfjis'advertjfielfJent for publication in the said newspape; Sworntoandsubscribed befgfe methis 12 dayofMAy-^^^^-^.A.D.2015 (407)39^0153 MERCEDES ZALDIVAR MY COMMISSION #FF029736 EXPIRES June 20.2017 FforidaNotafyServico.com ^h4iStty-is;rSerej^i^ jC&mfryiity^Dey^ £ou^ hhtereste'&per^ l>from*p)6S&^liH^fffwvw.rsputh^ Iia&d^^:Xy^yyidXX.XtyX.Xy *•;XkXX iSe^iecl;TO£^^ irMfiwHand^efiy [teM&ri-fes^ |ftal£&36:Sun^ :A:*Npi^ JHlil^rKlri^GpmmTs^ .Sjg^^iain^ s^rb&held^gardt^ NOTICEOTBIDDEBSmROSRECTIVE^ [xhi s;-i proji eict;$jiiHl^fe<^^ ^MJ^HDSda^^ iwJirfcComfo^ Ji^p^rtme^ S&defim^t^ ^m^ridifdtj •S^^et^^O^jer:iji-3^5^fRtle^JlbfV^e^ •f$te|tM^di^-pSy'wi^^^ fincf^ M&emjpiio^ $^i&njftpj#o.!^ iffiai^jbb;^traWng^:^§ir^ lire&ed^ jl^inttieji^e^^ I.-1?? is/iM