10Sout~iami CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM THE C ITY OF PLEASANT LIV ING
TO:
FROM:
DATE:
SUBJECT:
The Honorable Mayor & Members of the City Commission
Steven Ale xander, City Manager
October 6, 2015 Agenda Item No.: /0
A Resolution authorizing the City Manager to negotiate and enter into a contract with
Maggolc, Inc . for the construction of the Twin Lakes Roadway & Drainage Improvements-
Area 1.
BACKGROUND: The Twin Lakes area has historically experienced flooding and is in need of drainage
improvements . According to the City of South Miami Stormwater Master Plan, developed
in 2012 , the Twin Lakes area is identified as a priority area . Furthermore, the City has
received complaints from residents in regards to flooding along these streets.
The scope includes the implementation of exfiltration systems with catch basins that are
interconnected to the exiting drainage system and to reduce the volume of runoff
(pollutants) generated by a storm event into the neighboring lake and canal. Roadway
resurfacing will also be included as part of the scope, due to the required repairs from the
drainage system installation .
There are two separate project areas, quoted separately as described below. This was
done to assure that the approved CIP funds are sufficient fo r the improvements.
Area 1-West Side of the Canal
• SW 62 Terrace and SW 63 Terrace, from SW 64 Court to SW 63 Court
• 5W 64 Court and SW 63 Court, from SW 62 Terrace to SW 64 Street
Area 2 -East Side of the Canal
• SW 63 Avenue and SW 62 Place, from SW 62 Terrace to SW 64 Street
• SW 62 Terrace, from SW 63 Avenue to SW 62 Court
• SW 63 Terrace , from SW 62 Place to SW 62 Court
• SW 62 Court, from SW 62 Terrace to SW 63 Terrace .
The City received five bids in response to a solicitation. Pursuant to review, it was
determined that Maggolc, Inc . is the most responsive and responsible bidder fo r this
proposal. Below are the proposals received for each area quoted:
Contractor Area 1 Area 2
Maggolc, Inc . $145,440.00 $162,630 .00
Florida Construction & $152,514.20 $175,775 .31 Engineering
Coramarca Corp. $157,622.40 $187,655 .20
HG Construction $177,3 11.00 $208,658 .00 Development & Invest.
RP Utility & Excavation Corp $228,043.14 $241,292.55
AMOUNT:
ACCOUNT:
A resolution for Area 2 was approved previously by the City Commission. We are now
proceeding with the award for Area 1.
The City has a total of $160,000 allocated in FY 16 for this project. Maggolc, Inc provided a
proposal in the amount of $145,440. A contingency amount of $14,550 will be included
over the proposal amount to address for unknown factors that may arise during the work.
Amount not to exceed $159,990
The expenditure shall be charged:
• $100,000 to Local Option Gas Trust Fund account number 112-1730-541-6210,
• $59,990 to the People's Transportation Plan Tax Fund account number 124-1730-
541-6490
which have balances of $235,000, and $1,508,000 respectively, before this request was
made.
ATTACHMENTS: Resolution
Bid Opening Report
Maggolc, Inc Bid
Contract
RFP & Exhibits
1
2
3
4
5
6
RESOLUTION NO.: _____ _
A Resolution authorizing the City Manager to negotiate and enter into a contract with
Maggolc, Inc for the construction of the Twin Lakes Roadway & Drainage Improvements
-Area 1.
7 WHEREAS, the Mayor and City Commission wish to provide roadway and drainage
8 improvements to the area known as Twin Lakes (between SW 64 Court and SW 63 Court, from
9 SW 62 Terrace to SW 64 Street), and
10
11 WHEREAS, pursuant to a competitive selection process in accordance with the City
12 Charter, it was determined that Maggolc, Inc submitted a bid in the amount of $145,440 that was
13 the most comprehensive and cost effective in its construction approach; and
14
15 WHEREAS, the City desires to provide a contingency of $14,550 over the bid amount for
16 unknown factors that may arise during the work; and
17
18 WHEREAS, the total expenditure, including the contingency amount, is not to exceed
19 $15~990;and
20
21 WHEREAS, the Mayor and City Commission desire to authorize the City Manager to
22 negotiate and enter into a contract with Maggolc, Inc for the construction of the Twin Lakes
23 Drainage & Roadway Improvements -Area 1 for a total amount not to exceed $159,990.
24
25 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY
26 OF SOUTH MIAMI, FLORIDA THAT:
27
28 Section 1: The City Manager is authorized to negotiate the price, terms and conditions
29 and to execute a contract with Maggolc, Inc for Twin Lakes Roadway & Drainage Improvements -
30 Area 1 for an amount not to exceed $145,440, and he is authorized to expend up to $14,550 for
31 unforeseen conditions. A copy of the approved form of contract is attached and the City Manager
32 may negotiate a lower price and more advantageous terms and conditions if approved by the City
33 Attorney.
34
35 Section 2: The expenditure shall be charged to the Local Option Gas Trust account
36 number 112-1730-541-6210 which has a balance of $235,000, and charged to the People's
37 Transportation Plan Tax Fund account number 124-1730-541-6490 which has a balance of
38 $1,508,000, before this request was made.
39
40 Section 3: If any section clause, sentence, or phrase of this resolution is for any reason
41 held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect
42 the validity of the remaining portions of this resolution.
43
44
45
46
47 Section 4. This resolution shall take effect immediately upon adoption.
48
49
50
51
52
PASSED AND ADOPTED this ___ day of ______ ., 2015.
53
54
55
56
57
58
59
60
ATIEST:
CITY CLERK
READ AND APPROVED AS TO FORM
LANGUAGE, LEGALITY AND EXECUTION
THEREOF
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Stoddard
Vice Mayor Harris
61 Commissioner Welsh
62 Commissioner Liebman
63 Commissioner Edmond
64 CITY ATIORNEY
BID OPENING REPORT
Bids were opened on: Friday, August 14,2015 after: 11:00am
For: RFP # PW 2015-19 -Citywide Drainage Improvement Projects
COMPANIES THAT SUBMITTED PROPOSALS--AMOUNT'
SW78 ST & TWIN LAKES
63AV AREA 1 AREA 2
1. CORAMARCA CORP .................................... t"5,~;;)~-'lS .t 15 7, i,,;);l.l{u lklIll, !o$.Xl
2. FLORIDA CONSTRUCTION & ENGINEERING .... tb Ill,S)/' '14 Ii 15~,51lj .:;u:J Jl nS/-n5.:::'/
3. HG CONSTRUCTION DEVELOPMENT & INVEST. $ID3 tnoOI:\ illl, ~II-00 1l~CJ/; , 6E'6. (X)
4. MAGGOLC INC ............................................ Ii. ~~ ,!c3L1 .OC) .tI1Y5 JY40.(X) i I bJ, fD3D. ()()
5. RP UTILITY & EXCAVATION CORP ..................... 1I.I.l3,4'is4.~ ib.;;uq I ()l/B.lll ~ :l.4I,:t<i.;).55'
THE ABOVE BIDS HAVE NOT BEEN CHECKED.
THE BIDS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED.
City Clerk: ~ Y\B(,.. ~M.
Prin Name ) ~/J I
Witness: ~ 6?JL JLJ<..
Witness:, ---,11~lcbt~~' ~-')C:-.. .LA:::;7u:j~ .. ,---_
Print Name Signature
.'
THE OTY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
CItywide D ......... e Improvement Projects
RFP M'W·20 I 5·19
Submittal Due 0_: AUlUst 14, 20 I 5 at I I AM
Solicitation Cover Letter
The City of South Miami, Flortda (hereinafter referred to .. "CSM") through iu chief executive officer (City
Manaaer) hereby soliclU sealed proposals responsive to the CIty's request (hereinafter referred to .. "Request
for Proposals" or "RFP'1. All references In this Solicitation (also referred to as an "Invltatlon for Proposals" or
"Invltatlon to B1d'1 to "City" shall be a reference to the City Manager, or the manager's designee, for the City of
South Miami unle .. otherwise speclflcally deftned.
The City Is hereby requesting ,ealed proposals In response to this RFP tlPW.2015·19 "Citywide Drain ...
Improvement ProJocto," The purpose of this Solicitation Is to contract for the services necessary for tho
completion of the project In accordance with the Scope of S.""c ... (ExhIbit I, AftGdlm.nt A, 8, C, • DJ and
ROIfIondentl Coot Gnd TedlnkGI Propos,,', ExhllJlt 5, or the plans andlor spedftcatlons, W any, (Exhl"lt I;
AttGmmenl8. DJ, des<rlbed In this Solldtatlon (hereinafter referred to as "the Project" or "Project'1
Interested persons who wish to respond to this Solkltatlon can obtain the complete Solicitation package at the
City Clerk's office Monday througll Friday from 9:00 A.M. to .. :00 P.M. or by accessing the following webpage:
http://www,louthmIamHl,lovl which Is the City of South Miami's web address for solicitation Information.
Proposals are subject to the Standard Terms and Conditions contained In the complete Solicitation Pac""""
Including all documents listed In the Solicitation.
The Proposal Packa&e shall consist of one (I) original unbound proposa~ three ( 3 ) addltfonal copies and one (I)
dlgttal (or comparable medium Inciudlng R .. h Drive, DVD or CD) copy all of which shall be delivered to the
OfIlce of the City Clerk located at South Miami City Hall, 6130 Sunset Drive, South MIami, Florida 331 .. 3. The
entire Proposal PacIkage ,hall be endosed In a sealed envelope or container and shall have the following Envelope
Information clearly printed or written on the exterior of the envelope or container In which the sealed proposal Is
delivered: "CItywide Draln... Improvement ProJecto," RFP IIPW·20 15·19 and the name of the
Respondent (person or entity responding to the Solicitation. Special envelopes such u those provided by UPS or
Federal Express will not be opened unle .. they contain the reqUired Envelope Information on the front or back of
the envelope. Sealed Proposals must be received by OffIce of the City Clerk. either by mail or hand delivery, no
. later than I hOO A.M, local time on AUlust I", 2015. Hand delivery must be made during normal business
days and hours of the office of City Clerk.
A publk opening will take place at II A.M. on the same date In the City Convnlsslon Chambers located at City
Hall, 6130 Sunset Drive. South Miami 331 .. 3. Any Proposal received after II A.M. local time on said date will not
be accepted under any circumstances. Any uncercalnty regarding the time a Proposal Is received will be resolved
against the person submitting the proposal and In favor of the Clerk's receipt stamp.
A Non-Mandatory Pre.Proposal Meeting will be conducted at City Hall In the Commission
Chamben located at 6130 Sunset Drive, South Miami, FI3310 on, AUIUIt 3, 2015 at 10:30 A,M. The
conference shall be held regardless of weather conditions. Proposals are subject to the terms. conditions and
provisions of this letter as well .. to those provisions. terms. condldons, affldavlu and documenu contained In this
Solkltatlon Package. The City reserves the right to award the Project to the person with the lowest, most
responsive, responsible Proposal, as determined by the City, subject to the right of the City, or the City
CommiSSion, to reject any and all proposals, and the right of the City to waive any Irregularity In the Proposals or
Solicitation procedure and subject also to the right of the City to award the Project, and execute a contract with.
Respondent or Respondents, other than to one who provided the lowest Proposal Price or, W the Scope of the
Work is divided Into distinct subdivisions. to award each subdivision to a separate Respondent.
Marla M. Menendez, CMC
City Clerk. City of South Miami
Proposal Submittal Checklist Form
CItywide Oraln .. _ Improvem_nt Projects
RFP tlPW·20 15·19
This checldlst Indicates the fonns and dOC\Jments required to be submitted for this solicitation and to be presented
by the deadline set for within the solidtadon . Fulfiliment of all solicitadon requirements listed Is mandatory for
consideration of response to the solldltatlon. Additional dOC\Jments may be required and , If so, they will be
Identified In an addendum to this Solicitation. The response wilinelude the following Items:
X
X
X
X
X
X
X
X
X
X
X
X
X
X
Att.l.chmcnts and Other Doculllcng descnbed below CI I
ICC ( to be Completed
IF MARKED WITH AN "X": Comple ted.
Schedule of Values EXH/SIT I. Actamment A II C
Indemnlflcadon and Insurance Documents EXH/S/T 2
Bid Form EXH/S/T 4
Respondents Cost & T echnlal Proposal, EXH/S/T 5
S~ed Contract Documents (AIi-lnduding Genenl Condidons
and Supplementary Conditions If attached) EXH/S/r" 7 II •
Performance and Payment Bonds (As a Condidon Award. Not
required with Submittal.) EXHIS/T 9 II 10
Respondents Qualification Statement
List of Proposed Subcontractors and Principal Suppliers
Non-Collusion Affidavit
Public Entity Crimes and Conflicts of Interest
Drug Free Workplace
Acknowiedgement of Conformance with OSHA Standards
Affidavit Concerning Federal & State Vendor Listings
Related Party Transaction Verification Form ./
Presentadon Team Declaration/Affidavit of Representation
Submit this checldlst along with your proposal Indicating the compledon and submission of each required forms
andlor documents.
END OF SECTION
II
RESPONDENT QUALIFICATION STATEMENT
Cltywld. Drain ... Improvement Projects
RFP #PW·20 15·19
The r ... ponse to this questionnaire shall be utilized a. part of the CITY'S overall Proposal Eva luation and
RESPONDENT selection .
I. Number of similar projects completed.
a) In the past S years
In the put S years On Schedule
b) In the past 10 years
In the past 10 years On Schedule
2. Ust the last three (3) completed similar projecu.
a) Project Name :
Owner Name :
Owner Addr ... :
Owner Telephone:
Orlgfnal Contract Completion Time
(Days):
Orlgfnal Contract Completion Date:
Actual Final Contract Compledon
Oate :
Orlgfnal Contract Price:
ActJJaI Anal Contract Price:
b) Project Name:
Owner Name:
Owner Address:
Owner Telephone:
Original Contract Completion Time
(Days):
Origin al Contract Completion Date:
Actual Anal Contract Completion
Date:
Original Contract Price:
Actual Final Contract Price
12
If>
c) Project Name:
Owner Name:
Owner Addre .. :
Owner Telephone:
Original Contract Completlon Time
(Days):
Original Contract Completlon Date :
Actual Final Contract Completion
Date:
Orlgtnal Contract Price:
Actual Anal Contnoct Price:
3. Current workload
4. The following Informatlon shall be attached to the proposal.
a) RESPONDENT s home office organization chart. V
b) RESPONDENTs proposed project organ izatio na l chart. v'
c) Resumes of proposed key project personnel. Including on·slte Superintendent. v'
5. List and describe any:
I]
a) Bankruptcy peddons flied by or aplnst the Respondent or any predecessor organlzadons,
Alt?AJf..,..
b) Any arbltndon or civil or criminal proceedings. or
p(1"'~
Suspension of contracts or debarring from Bidding or Responding by any public agency brought
c) aplnst the Respondent In the last five (5) years PO..cJ e..-
6. Government References:
list other Government Agendes or Quasl-governnnent Agencies for which you have done business within
the past five (5) years .
Name of AI"ncr-
Address:
Telephone No.:
Contact Person:
Type of Project:
Name of Asencr-
Address:
Telephone No.:
Contact Person :
Type of Project
Name of Apncy:
Address:
Telephone No.:
Contact Person:
Type of Project
14
MJG4GLClIE·
I!NGINEERING CONTRACTOR -UC: E-251302
11020 8W 55 ST., MIAMI, FL 33185
PHONE: 71&-2111·21148 FAX : 718-47U831
maggolc@yahoo.com
PROJECTS UNDER CONSTRUCTION (All as a Prime Contractor)
Current Workload
1-FOOT-Districtwide (ADA) Push Button-Pedestrian Safety Improvement (Owner FOOT-
District 6 -$981,885.00) (Executed 26 %) (Completion August 2015) (305-978-0090 -Marina
Gershanovich)
2-Drainage Improvements Project Multiple Sites # 20140165 (Miami Dade County
$350,000) (Executed 75%) (Completion September 30, 2015) (305-375-1918-Pedro
Maraan)
3-Sub-Basin 10 (SW 88 Ave) Paving & Drainage Improv. (Village of Palmetto Bay,
$922,633) (Executed 38%) (Completion November 2015) (Danny Casals 305-969-5011)
4-Sidewalk Improvements Multiple Sites (Miami Dade County $518,371) (Executed 21%)
(Completion May 30,2016) (305-297-O795-George Coppolechla)
Marlo G lez
Maggolc Inc. IPresldent
.WIGLGJJP.-
ENGINEERING CONTRACTOR -UC: E-2lIl302
11020 8W 115 ST., MIAMI, FL 331115
PHONE: 7110211·_ fAX : 71 .... 7208831
maggolc@vahoo.com
SIMILAR DRAINAGE PROJECTS PERFORMED BY MAGGOLC INC.
1· MIA Building 3050 Parking Lot Drainage & Aaphalt Improvement ($103,000) (Aviation Department Miami·
Dade County, Completed May 2011) (Greg Tal 305-8768444) (gtal@mlkegconst.com)
2· SW 19 Terrace Roadway and Drainage Improvements ($184,585) (City of Miami, Capital Improvements
Department , Completed October 2011) (Maurice Hardie 786-229 5463) (mhardle@mlamlgov.com)
3-SR 909 (Alton Road) at Weal 62 Street Drainage Improvament ($138,000) (Florida Department of
Transportation, Completed December 2011) (Roland Rodriguez 305-345 0696)
(rrodrlguez@plnnaclecel.com)
4· Suncreat Drlva & MOM Ranch Road Stonnwater Improvementa ($ 110,000) (Village of Pinecrest, Public
Works Dep., Completed December 2011) (Daniel Moretti 3OfHI69 6916) (moreHI@plnecrest·fl.gov)
5· Long Key State Park Roadway Improvements ($149,230) (Florida Department of Environmental Protection,
Completed February 2012) (Fred Hand 850488 6322) (Fred .Hand@dep.state.lI.us)
6-Ph .. e IV Drainage Improvement Project ($143,830) (Village of Palmelto Bay, Completed November 2012)
(Danny Casals 305-969 5091) (dcasals@palmeltobay·lI.gov)
7· Killian Park Road Stormwatar Improvement ($218,142) (Village of Pinecrest, Completed December 2012)
(Dan iel More1t1305-689 8918) (moreltl@plnecrest·fl.gov)
8· Progress Rd. Roadway and Drainage Improvements ($106,622) (City of South Miami, Completed January
2013) (Jorge Vera 305403 2072) Overa@southm lamlfl.gov)
9-NW 8th ST & NW 14 CT Roadway and Drainage Improvements ($425,895) (City of Miami, Completed May
2013) (Robert Fenton 786-263-2133) (rfenton@m lamlgov.com)
10-Friedland Manor Drainage Improvements ($408,587) (City of Florida City, Completed June 2013) (Sean
Compel 788.502-(770) (sean .compel@stantec.com)
11 -Biscayne laland Drainage Improvements ($736,659). (City of Miami, Completed March 2014) (Valentine
Onulgbo 788·447·9817) (vonulgbo@mlamlgov.com)
12· Beacom Project Area Improvement8·Phase I ($787,132) (City of Miami , Completed March 2014) (Robert
Fenton 786-263-2133) (rfenton@mlamlgov.com)
13-NW 11 ST from 27 Ave to 37 Ave. Area Roadway Improvement8. ($188,874) (City of Miami, Completed
October 2014) (Valentine Onulgbo 786447-9817) (vonulgbo@mlamlgov.com)
14-NW 18 PL Road and Drainage Improvament8 ($473,087.20) (City of Miami, Completed March 2015) (Robert
Fenton 786·263-2133) (rfenton@mlamlgov.com)
15-Lummus Park Landing ($222,812.91) (CKy of Miami, Completed May 2015) (DaVid Adato 305416 1899 I
786-3764391) (dedato@m lamlgov.com)
16-Beacom Project Area Improvement8-Phase" ($818,978.98) (C ity of Miami, Completed July 2015) (Robert
Fenton 786-263·2133) (rfenton@mlamlgov.com)
... CJ&~.
ENGINEERING CONTRACTOR -LlC: E-251302
11020 fJW 55 ST .. MIAMI, FL 33115
PHONE: 711-201-_ FAX: 78&<472 .. 31
maggolc@yahoo,com
CONTRACTS PERFORMED BY MAGGOLC INC.
1-Dralnagelmprovement for NW 22 CT from NW 107 ST to NW 112 ST, ($318,000) (Miami-Dade County Public
Worl<s Dept., Completed Dec. 2007). (Alberto Estevez 786-256 2627). (esteva@mlamldade.gov)
2-Varlou8 Perk Parking Lot R..trlplng & Wheal Stop Replace. ($24,1500) (Miam i-Dade Pari< and Recreation
Dept. Completed March 2008). (305-596 4460)
3-8eal Coat and R .. trtplng of Station 131 Logistics Parking Area. ($19,000) (Miami-Dade Fire Rescue Dept.
Completed July 2008). (786-331 4529)
4-Norman and Jean Reach ParklFoul ball Netting. ($28,000) (Mlaml·Dade Park and Recraatlon Dept.,
Completed June 2008). (305-5964460)
5.Qlymplc Park Concrete Sidewalk Construction. ($184,000) (Mlaml.[)ade Park and Recraatlon Dept.,
Completed July 2008). (Dan Crawford 305-596 4460) (dc93@mlamldade .gov)
6-Dolphln Archaeloglcal Site Concrete Sidewalk Construction., ($114,084) (Miami-Dade Park and Recreation
Dept., Completed July 2008). (Dan Crawford 305-596 4450) (dc93@mlamldade.gov)
7-Countywlde Repair of ExIsting Asphalt Pavement. (Milling & Resurfacing) ($949,990) (Florida Department
of Transportation , Dist. Six , Executed the year 2008 and renewed for to year 2009 and 2010, Completed June
2011). (Janice Corn 305-2566359) (Janlce .com@dot.state .n.us)
6-Countywlde Intaraactlona Improvtllllent, Roadway and Drainage. ($443,637) (Miami-Dade County Public
Wor1<s Dept., Completed Dec. 2008). (Joaquin Rabassa 305-299 9622) (jra@m lam ldade.gov)
9-West Perrine Park Concrete Slabs, Sldewalka and Poured In Place. ($34,000) (MiamI-Dade Pari< and
Recreation Dept., Completed January 2009). (305-596 4460)
10-West Little River Asphalt Driveways Ph .. e IV-B . ($68,000) (Miami-Dade County Office of Community and
Economic Development, Completed January 2009). (Marie Berrios 786-469 2112) (mberr@mlamldade.gov)
l1 -Brentwood Pool Park New Asphalt Walkways. ($34,000) (City of Miami Gardens, Completed April 2009).
(305-6228000) (jallen@mlamlgardens-fl.gov)
12-Country Club of Mi ami Parcel 1189 & 1188-E New Asphalt Walkways. ($178,000) (Miami-Dade Park and
Recreation Dept., Completed July 2009). (Dan Crawford 305-596 4460) (dc93@mlamldade.gov)
13-Country Club of Miami Grading, Sitework & Greens. ($107,000) (Miami-Dade Park and Recraatlon Dept.,
Completed August 2009). (305-5964460)
14-SR 907 (Alton Rd) at Alllaon Dr. for Drainage and Rstentlon Improvement •• ($134,000) (FOOT, Completed
December 2009) (Anthony Sabbag 305-256 6360) (anthony.sabbag@dot.state.n.us)
15-West Little River Asphalt Driveways Ph .. e IV·D. ($36,000) (Miami-Dade County Office of Community and
Econom ic Development, Completed December 2009). (Marie Berrios 786-469 2112) (mbarr@mlamldade .gov)
16-Dlstrict 2-SIdewalk RepaIr Project II ($75,300) (Public Works Dep. CHy of Miami, Completed March 2010)
(Fablola Dubuisson 30&4161755 & 305-801 7816) (fdubulsson@mlamlgov.com)
17-Blue Road Roundabout. R .. Bld ($145,000) (Public Works Dep. CHy of Coral Gables, Completed March
2010) (305-480 5018) (eplno@coralgablas.com)
18-Harbor Drive LIghtIng and ResurfacIng Improvement ($270,000) (Public Works Dep. Village of Key
Biscayne April 2010) (788-255 6765) (anunez@keybiscayne.fl.gov)
19-Dlatrlct 1-SIdewalk RepaIr Project II ($95,990) (Public Works Dep. City of Miami, Completed September
2010) (Fabiola Dubuisson 305-4181755 & 306-801 7816) (fdubulsson@miamigov.com)
2O-Golden Shore Park Pav .... SIdewalk ($23,895.00) (Public Works Dep. City of Sunny Isles Beach , November
2010) ( 305-947 0506) (gbatlsta@sibfl.net)
21·AD Barnes Park Aaphalt Walkways ($88,815.00) (MIami-Dade Park and Recreation Depl., Completed
December 2010) (305-755 7985) (rttolon@mlamidade.gov)
22-lnatallatlon of SIdewalks and Ramps along NE 12 Ave ($123,750.00) (Public Works Dep. City of North
Miami, Completed December 2010) (Gerardo Hernandez 305-893 8511) (ghemandez@northmlamlfl.gov)
23-lnteraectlon Raallgnment SW 139 Terr & SW 140 Dr. and East Guava Street One Way Street Converalon
($38,775) (Public Works Dep., Village of Palmelto Bay, Completed December 2010) (305-969 5011)
(dcasals@palmeltobay-fl.gov)
24-Dletrlct #3 CitywIde ADA SIdewalk Improvement., ($107,414) (Public Works Dep. CHy of Miami, Completed
February 2011) (Fablola Dubuisson 305 416 1755 & 305-801 7816) (fdubuisson@mlamigov.com)
25-Dletrlct #1 Citywide ADA SIdewalk Improvement., ($155,523) (Public Works Dep. City of Miami, Completed
May 2011) (Fablola Dubuisson 305 416 1755 & 305-801 7816) (fdubulsson@mlamigov.com)
28-MIA BuildIng 3060 Parking Lot Drainage & Aaphaltlmprovamant ($103,000) (Aviation Department Mlaml-
Dede County, Completed May 2011) (Grag Tal 305-878 8444) (gtal@mikagconsl.com)
27-MIA· NW 87 Ave & NW 38 Street In ..... ectlon Improvament. ($86,000), (concrete WOrka) (Aviation
Department Miami Dade County, Compiete July 2011) (John Peterson 305-8228000) (jpet@mikagconsl.com)
28-DIstrict #4 Citywide ADA SIdewalk Improvement., ($149,397) (Public Works Dep. CHy of Miami, Completed
October 2011) (Fabiola Dubuisson 30&4161755 & 305-8017816) (fdubulsson@mlamlgov.com)
29-Tamlaml Canal Miccosukee Linear Park, Tamlaml Trail and SW 122 Ave. ($87,703) (Miami Dade Park &
Recreation Department, Completed October 2011) (Ruben Teurbe Tolan 788-588 8360) (rttolon@mlamldade.gov)
30-SW 19 Terrace Roadway and Drainage Improvement. ($184,585) (City of Miami, Capital Improvements
Department, Completed October 2011) (Maurice Hardie 788-229 5463) (mhardle@miamigov.com)
31-SR 909 (Alton Road) et Wast 52 Street DraInage Improvement ($138,000) (Florida Department of
Transportation, Completed December 2011) (Roland Rodriguez 305-345 0696)
(rrodrlguez@plnnaclecel.com)
32-Suncrast Drive & Moaa Ranch Road Storrnweter Improvement. ($ 110,000) (Village of Pinecrest, Public
Works Dep., Completed December 2011) (Daniel MoreIt1305-669 6916) (morettl@plnecrest-fl .gov)
33-Long Key Stata Park Roadway Improvemente ($149,230) (Florida Department of Environmental Protection,
Completed February 2012) (Frad Hand 850-466 6322) (Fred.Hand@dep.state.fl .us)
34-DI8trict 112 Citywide ADA Sidewalk Improvements, ($105,303) (Public Works Dep . CRy of Miami, Completed
February 2012) (Fablola Dubuisson 305-4161755 & 305-801 7816) (fdubulsson@mlamlgov.com)
35-SW 84 Street Corridor Improvement, ($80,000) (Public Works Dep. City of South Miami, Completed
February 2012) (Keith A. Ng 305-4032072) (kng@southmlamlfl .gov)
38-Long Key Stete Park Campground Entrance Modification ($49,480) (Florida Department of Environmental
Prolectlon, Completed July 2012) (Fred Hand 850-468 6322) (Fred .Hand@dep.state.fI.us)
37-FOOT LAP Roadway Improvements Project ($117,371) (Public Works Dep. CRy of Sweetwater, Completed
July 2012) (Eric Gomez 305-553 5457) (egomez.egsc@att.net)
38-SR 941SW 88 STI Kendall Dr. et SW 142 Ave ($134,843) (Florida Department of Transportation, Completed
October 2012) (Roland Rodriguez 305-345 0696) (rrodrlguez@plnnaclecel.com)
39-Phaae IV Drainage Improvement Project ($143,830) (Village of Palmetto Bay, Completed November 2012)
(Danny Casals 305-969 5091) (dcasals@palmettobay-ft.gov)
40-Killian Park Road Stormwater Improvement ($218,142) (Village of Pinecrest, Completed December 2012)
(Daniel Moretti 305-669 6916) (morettl@plnecrest-fl.gov)
41-Progl'888 Rd. Roadway and Drainage Improvements ($105,522) (CRy of South Miami, Completed January
2013) (Jorge Vera 305-403 2072) Overa@southmlamlfl .gov)
42-ARRA Munlclpalltl .. Group B: City of Miami Gardena Bus Shelters ($894,000) (Miami Dade Transit,
Completed March 2013) (Javier Salmon 786-473 4710) (jsalmon@mlamidade.gov)
43-1-1951 Julia Tuttle from SR 5/ Biscayne Blvd to SR 9071 Alton Rd -Bike Path I Trail ($121,520) (Florida
Department of Transportation, Completed March 2013) (Roland Rodriguez 305-345 0696)
(rrodrlguez@pinnaclecel.com)
44-NW 8th ST & NW 14 CT Roadway and Drainage Improvements ($425,895) (City of Miami, Completed May
2013) (Robert Fenton 786-263-2133) (rfenton@mlamlgov.com)
45-Friedland Manor Drainage Improvements ($406,887) (City of Florida City, Completed June 2013) (Sean
Compel786-502~770) (sean.compal@stantec.com)
46-SR 9 (NW 27 Ave), From NW 79 ST to NW 84 ST Roadway Improvements ($119,000) (Florida Department
of Transportation, Completed July 2013) (Roland Rodriguez 305-345 0696) (rrodrlguez@plnnaclecel.com)
47-Sidewalk Improvements along SR A1AJ Collins Ave@SR8251 NW 83 ST. ($205,621) (Florida Department
of Transportation, Completed October 2013) (Roland Rodriguez 305-345 0696) (rrodrlguez@plnnaclecel.com)
48-Doral Trolley Route 3 Infrastructure Improvements. ($114,210) (City of Doral, Completed November 2013)
(Rudy de la Torre 786-236-5912) (rudy.delatorre@cltyofdoral.com)
49-Doral Trolley Infrastructure Improvements Citywide. ($217,349) (City of Doral, Compleled December 2013)
(Rudy de la Torre 786-236-5912) (rudy.delatorre@CRyofdoral.com)
50-Wild Lime Park Parking Expansion and Concrete Walkway. ($201,442) (Miami Dade Park & Recreation
Department, Completed January 2014) (Leroy Garcia 786-210-5937) (garclal@mlamldade.gov)
51-Biscayne Island Drainage Improvements ($735,659). (City of Miami, Completed March 2014) (Valentine
Onulgbo 786447-9817) (vonulgbo@mlamlgov.com)
52-B.acom Project Area Improvements-Phaae I ($767,132) (City of Miami, Completed March 2014) (Robert
Fenton 786-263-2133) (rfenton@mlamlgov.com)
53-Sunset Drive Downtown Median. (84,883) (City of South Miami, Completed October 2014) (Ricardo Ayala
305-403-2072) (rayala@Southmlamifl.gov)
54-NW 11 ST from 27 Ave to 37 Ave. Area Roadway Improvements. ($188,874) (City of Miami, Completed
October 2014) (Valentine Onulgbo 786-447-9817) (vonuigbo@mlamlgov.com)
55-Dlstrlctwlde Minor Asphalt Repair. ($250,000) (FDOT, District 6, Completed December 2014) (John Garzla
305-640-7177) (John.garzla@dot.state.fl.us)
56-Multiple Parks -ADA Improvementa ($336,741.68) (Miami Dade Park & Recreation Department, Completed
January 2015) (Leopoldo Aybar 786-201-2422) (aybar@mlamldade.gov)
57-NW 18 PL Road and Drainage Improvements ($473,087.20) (City of Miami, Completed March 2015) (Robert
Fenton 786-263-2133) (rfenton@mlamlgov.com)
58-Lummus Park Landing ($222,612.91) (City of Miami, Completed May 2015) (David Adato 305-418 1899 I
786-3764391) (dadato@mlamlgov.com)
59-Beacom Project Area Improvements-Phase II ($818,978.96) (City of Miami, Completed July 2015) (Robert
Fenton 786-263-2133) (rfenton@mlamlgov.com)
..... e8
ENGIN EE RIN G CO NTRACTOR -lIC: E·2!l1302
11020 SW 558T., MIAM I, FL 331M
PHO NE: 78&-21I 1.2Mt FAX: 7800472-8831
maggofc@vahoo.com
OFFICE ORGANIZATION CHART
Marlo Gonzalez, DD
President
General Superintendent
OIpLeon EamUdo!.eon
Office Manager A~ting Manager
JaaaRaiz
Field ConstrilCtlon ManaSer
Miguel Valdivia Relmy Esqalvel JoraeF'lnol
Concrete Crew Concrete & Asphalt Dralnap & Utilities
Forman Crew Forman Crew Fonnan
ENOINEERlNG _1102
11020 8W MIT. IIIUIIII, FL 131M
PHONE: _"*' FAX: 7N-4~1
m.qgolGOythQ9,cgm
PROJECT ORGANIZATION CHART
RESUME:
MARIO GONZALEZ
rwiGGLGmF.-
Engl_rlng Contractor -Lie. E-251302
11020 SW" 8T .. IlIomI, fLail"
Phon.: 7160211·_ Fu: 716-472 ... 31
magpolc@yahoo,com
Superlntendenti Project Manaaer of Magole Ine.
Gonzalez is a Roadway Coll51Iuction and Civil Bnginoer with over 24 years of progressive experience in the
fields of highway and railway design, construction, maintenance, and operntions.
EDUCATION:
Instituto Superior Polit6cnico (Higher Polytechnic Institute) "Mio Antonio Mella", Santiago de Cuba, Cuba.
Degree: INGENIERO VIAL (Roadway Con.truellon Engineer), July 1988 . Thi. is equivalent to a Bachelor
of Science in Civil Engineering (BSCE) from a regionally accredited institution of higher education in the United
States.
Universidad Central de Venezuela, Caracas , Venezuela .
Degree: INGENIERO CIVIL (Civil Engineer), July 1997 .
CERTIFICATIONS:
-TROXLER EIecll'onics Lab -Nuclear Gauge Safety Training, (2001 & 2004)
FOOT -MUTCDlMaintenance ofTraflic, Intermediate Level (2014)
ASPHALT PAVING TECHNICIAN -Levell (2004)
EARTHWORK CONSTRUCTION INSPECTION -Levell (2005)
ACI, Concrete Field Testing Technician-Grade I. (2005)
FDOT Concrete Field Inapector Specifications . (2005)
LICENSES :
-General Engineering Contractor
-General Building Contractor
-Registered and Certificate State of Flori de Undergraund Utilitiea Contractor.
-Registered 0e0eraI Contractor State of Floride
WORK EXPERIENCE:
MAGGOLC INC., Miami, Florida, USA. (June 2005 to Present).
Gonzalez is tho owner and president of Maggolc Inc., this i. an Engineering Contractor Company . Specialized in
Drainage Systems, Pavement and Concrete.
Work Executed:
-Beacom Project Area Drainage and Road Improvementl-Pha .. D (City of Miami) 2015
-NW 18 PL Drmnse and Road Improvementl (City of Miami) 2015
-Multiple Puka-ADA Improvementl (Miami Dad. Pad: & Reo Dep.) 2015
-Dlltrldwlde MInor Alpbalt RepaIr (FOOT) 2014
-NW 11 ST frum NW 27 Ave to 37 Ave Area Roadwaylmprov. (City of Miami) 2014
-Snaset Drive DO'"'town Median (City of South Miami) 2014
-Dorm Ave DraInage Improvement. (City of South Miami) 2014
-Beacom Project Area Improvementl-Phase I (City of Miami ) 2013
-WUd Lime Park Parking EIJIan.lon and Concrete Walkway (Miami Dado Park & Reo Dep .) 2013
-Blteayoe bland DraInagelmprovementl (City of Miami) 2013
-Sidewalk Improvementl alone SR AlAI COlllnl Ave@SR826(FD0T)2013
-SR 9 (NW 27 Ave) @NW79STRoadwaylmprovementl(FOOT)2013
-FrIedland Manor DraInage Improvementl (City of Flori de City) 2013
-NW 8 ST & NW 14 CTRoadway & DraInalleImprovementl (City of Miami) 2013
-1-1951 JnUa Tuttle BIke Path! Trall (FDOT) 2013
-ARRA MunidpaUlies Group B: City ofMlaml GardeDI BUI Shdten (Miami Dade Transit) 2013
-Prvareu Rd Roadway & Drainage Improvements (City of South Miami) 2012
-KlWan ParkRd Stormwater Improvements (Village ofPlnecrest) 2012
-Pha.e IV Drainage Improvement .. (Village ofPalmctto Bay) 2012
-SR 941 KendaU Dr at SW 141 Ave Roadway Improv. (FOOT) 2012
-FDOT LAP Roadway Improvements. (City of Sweetwater) 2012
-SW 64 Street Corridor Improv. (City of South Miami) 2012
-Dllerle! 111 Citywide ADA Sidewalk Improvements. (City of Miami) 2012
-Long Key State Park -ROIurra.e Campgronnd Road (plorida Dep. of Envirorunentai Protection) 2012.
-Suncreat Dr. & MOIl Ran.h Rd. Stormwater Improvements (Village ofPlnecrest) 2011.
-SR 909 (Alton Road) at Welt 51 Street Drainage Improvement. (FOOT Oishict 6) 2011
-SW 19 Terra .. Roadway & Dralna.e Improvements (CIP , City of Miami) 2011.
-TamlamJ Canal Mi«o.ukee LInear Park (Miami-Dade County, Park & Recreation Dep.) 20 II.
-Dlltrld 114 CItywide ADA Sidewalk Improvement. (City of Miami) 2011
-MIA NW 36 Street & 67 Ave Inteneedon Improvement (.ontrete) (Aviation Department M-D County)
2011
-MIA BuDding 3050 Parking Lot Improvements (Aviation Department M-D County) 2011
-DI.trld #1 CItywide ADA Sidewalk Improvementa (City of Miami) 2011
-DIItrI.t #3 Citywide ADA Sidewalk Improvemeota (City of Miami) 2011
-lnteneedOD RealIgnment SW 139 Terr. & SW 140 Dr. and Ellt Guava ST One Way Street ConveRlon.
(Village ofPalmctto Bay) 2010
-1n.taUadon ofSldewaikl and Ramp. along NE 11 Ave. (City of North Miami) 2010.
-AD Bame. Park AlphaitWalkway •.• (M-D County Park & Recreation) 2010 .
-Gulden Shore Park Pavon Sidewaikl. (City of Sunny Isles). 20 I 0
-Dlltrld I, Sidewaikl Repair. (City of Miami). 2010
-Crandon Park ADA Parking Spa.e Strlplog and Signo. (M-D County Park & Recreation) 2010.
-Dl.trlct II, Sidewaikl Repair. (City of Miami). 2010
-Harbor Drive Llahdng and Re.urraclng Improv. (Village of Key Biscayne) 2010
-Blne Road Roundabouts and Drainage. (City of Coml Gables) 2010
-Drainage Retendon Improvement. of State Rd. 907 (Alton Rd.) at A1U.on Drive. Ml\IIog and Alphalt
Returracing. (PDOT, Dishict 6) 2009
-Conntry Club of MIami Park Concrete and Alphalt Walkway (M iami-Dade County, Park & Recreation
Dep.)2009.
-Brendwood Park Alphalt Walkway. (City of Miami GardeDI) 2009 .
-Wett LitHe River Improve Alphalt Driveway •. (Miami-Dade County Office of Community and Economic
Development) 2008.
-WOIt Perrine Park Concrete Slab. and Poured Safety surr .... (M-D C Park and Recreation) 2008
-Alphalt P.vement Repair. Florida Department of Transportation (District 6). 2008-2009, 2009-2010 and
2010-2011.
-Improve Interlecdon. Countywide Project, include MII\Ing and Alphalt ROIurr.clng. (Sidewa1k, Handicap
Ramps, Curb & Gutters, Pav.,., New Pavemen~ Drainage, Soddlog (M-D County Publlo Work Dep.) 2008
-Seal Coat and Re.trlplng of Stadon 13 and LogIIdCl P.rklng Area. (MD County Fire Rescue Department)
2008
-Dolpbln Archaeologic.1 Site Sidewalk Con,lrucdon. (M-D County Park and Recreation) 2008.
-Olympic P.rk Sidewaikl CoDltrucdon. (M-D County Park and Rccreadon) 2007
-Norman & Je.n Reach Park Foul Ball NetIlog. (M-D County Park and Recreation) 2007
-Drainage Improvement Project for NW 11 Court from NW 107 ST to NW III ST. (M-D County Public
Work Dep.). 2006 , ele
Othm Places where Gnpmlez was working:
SRS ENGINEERING, INC., Miami, Florida, USA. (Auguot 2006 to July 2007).
Construction Field Inspector of Drainage and Roadway Restoration. (Public Work Department, Miami-Dade
County Projects).
-AUapbatta Pbale I.
-Hardwood Village Pbale II.
BERMELLO, AJAMIL & PARTNERS, INC., Miami, Florida, USA. (May 2005 to July 2006).
Quality Control (QC) Conslnlction Inspector (DOT Projects): (Earthwork, Concrete and Asphalt).
-Okeechobee Road. (W 12 Ave to Palmetto Expwy)
-Miami Garden Drive. (NW 2 Ave to NW 17 Ave.)
-Biscayne Blvd. (NW 96 8T to NW 104 ST)
-{Jolden Oate Pkwy (Naples)
-Florida's Turnpike (Griffin Rd to Sunrise Blvd).
-A-I-A (Key West).
MARLIN ENGINEERING INC ., Miami, Florida, USA. (October 2000 -May 2005).
February 2004 to May 2005.
Construction Field Inspector of Drainage and Roadway (FEMA-DERM, Miami-Dade County Projects).
Activities Included :
Verify of storm drainage structures in accordance with the approved shop drawing., insta1lation of drainage and
pollution control structun>., drainage pipe inverts, joints, seals, French Drain Systems, solid pipe placement and
bedding material. Check the Contractor's compliance with.11 Maintenance of Traffic.
Reconstruction of Pavemeol, Roadway Milling and Resurfacing ; reconstruction of Curl> and Gutter and
SidewaIks; Site Restoration, including Grading of Swales, Sod PllIcement, etc.
Requirements :
-Ensure the quality of the construction work, .. per the Public Works Department
Manual, FOOT Standards, and Project Contract Documents.
-Ensure the full restoration of the project, including site cleanliness, swale grading, and sod placement
-Keep records of daily activities, daily production, site testing, and progress of the work.
-Resolve complaints by residents resulting from construction activities.
March 2001 to February 2004 : Prolect F.nglneer
Project Engin_ for the design, roadway restoration, and storm drainage systems improvement, including
independent sites and community. (DERM/FEMA Program administered by the Division of Recovery and
Mitigation-DORM) in Miami-Dade County and City of Miami Storm Drainage Improvement Program).
Working closely with Microststion and AutoCAD software.
October 2000 to March 2001 and October 2002 to February 2003 : Roadway Inspes:lor.
Surveying, inspecting and drawing sketches for roadway restoration projects in Q.N.I.P, Public Work
Department of Miami-Dade County. Inspecting and supervising construction of asphalt patching, milling and
resurfacing operations .
!NGINHRING CONTRACTOR -UC: E41tau
11020 8W lilT. MIMII. FL lIItll
PHONE: 711-211'-FAX: 71804_
rrwggolcOyaboo·com
MAGGOLC GOVERMENT REFERENCE LISTING
1) Company Nlme: Miami Dade County Public Works Department.
Addrsll:111 NW 1"'ST 14 Floor. Miami, Fl33128
Contact Person: Joaquin Rabassa Telephone" 306-299 9822, 306-989 4943
2) Company Name: Miami Dade Park & Recreation Department.
Add,..I:275 NW 2nd Street, 4'" Floor, Miami, Fl33128
Contact Person: Ruben Teurbe Tolon I leroy Garcia Telephone # 3057665466
3) Company Nlme: OffIce of Community & Economic Development M-D County
Add,..I:701 tfoN 111 CT 14 Floor Miami, Fl33136
Contact Person: Marfo Berrios Telephone # 786 469 2112
4) Complny Nlrne: Florfda Department ofTransportation I Pinnacle Consulting
Addrs .. :1n3 NE 205 Street North Miami Beach, Fl33179
Contact Person: Roland Rodrfguez Telephone t# 305 640 7186
5) Company Nlme: City of Miami Gardens
Addresl: 1050 tfoN 163 Dr Miami Gardens, Fl33169
Contact Person: Oadel Larrea Telephone tf. 305-622 8000 Ext. 3107
6) Company Nlme: City of Miami
Add,..I:444 SW 2nd Ave, 8 Floor, Miami FL 33130
Contact Person: Fablola Oubuls80n Telephone" 305 4161755
7) Company Neme: City of North Miami
Add,..l:n6 NE 125 Street, North Miami, FL 33161
Contact Person: Gerardo Hemandez Telephone # 305 895 9831
8) Company Nlme: Village of Key Bisceyne
Add,..e:88 West Mcintyre Street, Suite 220 Key Blsceyne, FL 33149
Contact Person: Armando Nunez Tellphone" 305 365 7574
9) Company Neme: City of Coral Gables
Addreal:2800 SW 72 Ave Miami, FL 33155
Contact Person: Emesto Plno Telephone tf. 305 926 2784
10) Company Name: City of Miami-Capital Improvement Program
AdcI ..... :444 SW 2nd Ave, 8th Floor, Miami, FL 33130
Contact Parson: Maurice Hardie Talephone # 786-229 5463
11) Company Name: Stantec
Addl1l$8: 901 Ponce de Leon Blvd Suite 900 Coral Gables, FL 33134
Contact Person: Sean Compel Telephone # 305-445 2900 Ext. 2230, 786-502 ono
12)Company Name: Village of Pinecrest
Add ..... : 10800 Red Road, Pinecrest, FL 33156
Contact Person: Daniel F. Moretti Telephone #305-669 6916
13)Company Name: City of Florida City
Add ..... : 404 Wast Palm Dr. Rorlda City. FL 33034
Contact Person: Richard Slauts Telephone #305 247 8221/3057721157
14)Company Name: City of South Miami
Add ..... : 6130 Sunset DrIve South Miami 33143
Contact Person: Rlcerdo Ayala Telephone # 305-403 2063
15)Company Name: City of Miami -Capital Improvement Program
Add ..... :444 SW 2nd Ave, 8th Roor, Miami, FL 33130
Contact Person: Robert Fenton Telephone # 786-263-2133
LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS
CItywide DnaJ ..... Improvement Projeca
RFP IH'W-20IS-19
Respondent .hall Un all propo.ed .ubcontractors. If .ubcontractors ar. allowed by the term. of thl. SoIidtatlon to
be D.ed on thl. are awarded the Contract.
landscape
r--------+.~~~~~~~7r.~hn~3=~~nm~_'~.
~~~=ln~I~~=d=T=U=rl-VV-O=~=-~~~~~l-----~~~~~~tljl~~~~~:!~~tf ZI-~~
Electrtal
Irrlptlon
~~~,,~~~---~~~~~~rn~~-7~
I--~'Pk'~~~~;;tn~~~ho:~~~'\ _..,..~.
Graphic.
r--------Trs~~--~~~~~~~~~m8 ~,4
Fitie'
ExcavatJon
BuIIdIIlI
Structures
Plumbilll
Pllndlll
T •• tlnllaboratory
Soil Fumlptor
Sill"
Other:
within five (5) bu.ln ... days after BId Openl ...
END OF SECTION
IS
NON COLLUSION AFFIDAVIT
STATE OF FLORIDA )
)
COUNTY OF MIAMI-DADE )
_-'A1r'-"t-'a"'-'n'-"-'o"'--'G?u .... £....!"-'~== ... e~zc""'-____ being flrst duly swom. depose. and .tate. th.t
(I) .J;IrlShelThey 1.1 .... th. ---::--'-t2""-'W=:'~<-=>""':-_:--:-__________ _
(Owner. Partner. Offlcer. Repre.entatlve or Agent) of
i J ~ ~ k .:r:-~ the Re.pondent that has submitted the .~.;; pijfQai;-
(2) .J;!slShelThey lsi .... fully Informed conc.rnlng the preparadon and contenta of the attached Proposal
.nd of all perdnent drcumstances concemlng ,uch Proposal;
(3) Such Proposal I. senulne and I. not. co"uslve or sh.m Proposal;
(<4) Neither the said Respondent nor any of Its officers. partners, owne.... asents, ... presentatives.
employees or parde. In Interest, Indudlng this .ffI.nt, h.ve In any way coiluded. conspired. connived
or agreed. directly or Indl ... ctly. with any other Respondent, flrm, or person to submit. co"uslve or
.ham Proposal In connection with the Work for which the attached Proposal has been submitted; or
to refrain from Bidding or proposing In connection with such Work; or have In any manner. directly
or Indirectly. sought by agreement or co"uslon. or communlcadon. or conference with any
Respondent, flrm. or person to fix any overhead. profit, or cost olemenu of the Proposal or of any
other Respondent, or to flx any overhead. profit, or cost elementa of the Proposal Price or the
Proposal Price of any other Respondent, or to secure through .ny co"uslon. conspiracy. connivance.
or unl.wful agreement any .dvancase against (Recipient). or any person Interested In the proposed
Work;
(5) The price or prices quoted In the attached Proposal .... fair and proper .nd are not tainted by any
co"uslon. conspiracy. connivance. or unlawful agreement on the part of the Respondent or any other
of Its agents, representadves. owners, employees or parde. of Interest, In al g this .fflant.
and delivered in the presence of.
Signatu ...
tJ~HQ 6!N",J,~,'~
Print Name and Tltl.
elt3/'$' Date ~ "II
ACKNOWLEDGEMENT
STATE OF FLORIDA )
)
COUNTY OF MIAMI-DADE )
On this the 1.3 d.y of 4v reV Jr . 20 I ~. before me, the undersigned Notary Public of the State
of Florid .. personally appeared (Name(s) of Indlvldu.l(s) who appeared before
NOTARY PUBLIC :
SEAL OF OFFICE:
'!-Personally known to me, or
Personalldentlflcatlon:
Type of Identification Produced
Old take an oath. or
Old Not take an oath.
17
PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST
Pursuant to the provisions of Paragraph (2) (a) of Section 287 .133. Florida State Statutes -"A person or affiliate
who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a
Proposal or bid on a Contract to provide any goods or services to a public entity. may not submit a Bid or
proposal for l Contract with a public entity for the construction of repalr of a public building or public work. may
not submit bids or proposals on leases or real property to a public entity. may not b. awarded to perform Work
as a RESPONDENT. Sub-contractor. supplier. Sui>-consultant, or Consultant under a Contract wldl any public
entity. and may not transact business with any public entity In excess of the threshold amount Category Two of
Section 287.017. Florida Statutes. for thirty six (36) mondls from the date of being placed on the convicted vendor
list".
The award of any contract hereunder Is subject to the provisions of Chapter 112, Florida State Statutes.
Respondents must dlsdos. wldl their Proposals. the name of any officer. director. partner. associate or agent who
Is also an officer or employee of the City of South MIami or Its agencies.
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a).
FLORIDA STATUTES. ON PUBLIC ENTITY CRIMES
lHlS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFfiCIAL AUTHORIZED TO ADMINISTER OATHS.
I. This sworn .woment Is .ubmltted to &;& tTE ~t d.~t>
[prln name of the public entity)
bY-44'!f.:!.~-:;--L~~~~4'-/!!-~~~~-:....!~~~---
whose business address is I{O~ ~ Sf <Pi
LJ.. ' ~ •.. '-. tF:L "j.. <> I' ,f'
and (If applicable) Its Federal EmPlOyer Identlflca6 0n Number (FEIN) Is ZC-:);) IE s:-fZS(1f the
entity has no FEIN. Indude die Social Security Number of the IndMdual signing dlls swom statement -.)
2. I understand that a "public entity a lme" as deflned In Paragraph 287.133 (I)(c). florida StaM ....
means a violation of any state or federal law by • pef'1On wldl respect to and directly related to the
transaction of buslne .. with any public entity or with an agency or political subdMslon of any other state
or of the United States. Indudlng. but not limited to • any bid, proposal or contract for goods or services
to be provided to any public entity or an agency or political subdMslon of any other state or of die
United States and Involving antitrust, fraud . theft, bribery. collusion . racketeering. conspiracy. or material
misrepresentation.
3. I understand that "convicted" or "conviction " as deflned In Paragraph 287.133 (I) (b). fku:Ida
Statutes. means a finding of guilt or a conviction of a public entity crime. with or without an adjudication
of guilt, In any federal or state trial court of record relating to charges brought by Indictment or
Information after July I. 1989. as a result of a Jury verd iCt, non·Jury trial. or entry of a plea of guilty or
nolo contendere.
4. I understand that an "affiliate" as deflned In Paragraph 287.133 (I) (a). FJorida Statutes. means:
(a) A predecessor or successor of a pef'1On convicted of a public entity cri me; or
(b) An entity under the control of any natural person who Is active In the management of the entity
and who has been convicted of a public entity crime. The term "affiliate" Includes those officers .
18
dlrecto .... executives. partn.rs. shareholders •• mploy .... membe .... and agenu who are actlv. In
the management of an affiliate. The ownership by one person of shares consdtutlng a controlling
Interest In any person. or a poolln, of equipment or Income annona persons when not for fair
market valu. under an ann's length agreement, shall be a prima facie case that one penon
controls another person. A penon who knowingly .nters Into a joint venture with a penon
who has been conYlcted of a publiC entity crime In Florida during the pretedlna 36 months shall
be considered an affiliate.
5. I understand that a "person" as deftned In ParaaraPh 287.133 (I) (.). Florida SmuW. means any
natural person or entity organized und.r the lawa of any .tate or of the United States with the lepl
power to enter Into a binding contract and which bids or proposal or applies to bid or proposal on
contraw for the provision of goods or services let by a public entity. or which otherwls. transacts or
applies to transact business with a public endty. The term "person" Inciudes those officers. directors.
execudves. partners. shareholders. employees. members. and agenu who are acdve In man.,.",.nt of an
entity.
6. Based on Information and belief. the statement which 1 have marked below Is true In reladon to the
entity submltdng this sworn statement. [Indlcat. which statement appll.s.)
~ Neither the entity submltdn, this sworn statement, nor any of its officers. directors. executives.
partners. shareholders. employees. members. or agents who are acdve In the management of the .ntity.
nor any affiliate of the entity has been charged with and convicted of a public endty crime subsequent to
July I. 1989.
__ The endty submitting this sworn statement, or one or more of its offlcers. directors. executives.
partners. shareholders. employees. members. or agents who are acdve In the management of the endty.
or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July
1.1989.
__ The entity submitting this sworn statement, or one or more of its officers. directors, executives,
partne .... shareholde .... employees. members. or agenu who are acdve In the management of the endty.
or an affiliate of the endty has been charged with and convicted of a public entity crime subsequent of July
I. 1989. However. there has been a subsequent proceeding before a Hearing OffIcer of the State of
Florida. Division of Administrative Hearings and the Final Order entered by the Hearing OffIcer
d.tennln.d that it was not In the public Interest to place the entity submitting this sworn statement on
the convicted vendor list. [attach a copy of the ftnal order.)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBUC ENTITY
INDENTlFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY. 0 THAT THIS FORM IS VALID
THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS . I UNDERSTAND THAT I AM
REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERIN INT A CT IN EXCESS OF THE
THRESHOLD AMOUNT PROVIDED IN SECTlON 287.017. CATEGORY TWO OF ANY
CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.
Sworn to and subscribed before me this _-=/ __ ~=-_ day of _~'-""-'l~,"""LL ___ ----' 20 If;
Personally known --'~ ________ _
OR Produced Id.n
(Type of Identlflca n)""'"
Fonn PUR 7068 (Rev.06J 11192)
"
Notary Public -State of_~6L-':";L.; __ _
My commission exPlres :r~ / if / 'I, lttJl'j
(PrInted. typed or stamped commlssl Tned
name of notary public)
DRUG FREE WORKPLACE
Whenever two or more Bids or Proposals which are equal wtth respect to price. quality and service are received
by me State or by any political subdivisions for the procurement of conmodltles or contractual se!"rices. a Bid or
Proposal received from a business that certifies that It has Implemented a drug-free wori<place program shall be
given preference in the award procell. Established procedures for processing tie Bids or Proposals shall be
followed If none of me tied vendors have a drug-Iree workplace program. In order to have a drug-free workplace
program , a business shaJl:
I) Publish a statement notlfy1ng employees mat me unlawful manufacture, dl.trlbutlon, dlspen.lng,
possession, or use of a controlled substance is prohibited in the workplace and specifying the
actions that shall be taken aplnst employees for violations of such prohibition.
2) Inform employee. about the dangers of drug abuse in the workplace, the business' policy of
maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee
assistance programs. and the penalties that may be Imposed upon employees for drug abuse
violations.
3) Give each employee engaged in providing me commodities or contractual .e!"rices that are under
Bid a copy of the .tatement specified In Subsection (I).
4) In the statement specified in Subsection (I), notify the employees, that, as a condition of working
of me commodities or contractual services that are under Bid, he employee shall abide by me
terms of the statement and shall notify the employee of any conviction of, or plea of guilty or
nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United
State. or any state, for a violation occurring In the workplace no later man five (5) business days
after such conviction.
5) Impose a sanction on, or reqUire the satisfactory partldpatlon In a drug abuse assistance or
rehabilitation program. If such is available in me employee's community, by any employee who is
so convicted.
6) Make a good . 0 ontinue to maintain a drug-free workplace through implementation
of this sectlo .
AJ the person authorlzed to • I certify that this firm complies fully with the above requirements.
Print Nanna: -"~.I4...L..J,-,:,,'---e;: 'f-'''''=--''--=''::>'''''-=---
Date: _-lg4Lt....j1w,"'.J.+1..J,.'_LI--_____ _ ( 7
20
ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS
TO THE CITY OF SOUTH MIAMI
We, 11':1 q go k ~., (Name of CONTRACTOR), hereby atknowledge and agree that as CONT'R1c~e Cltywldo Drllnogo Improvemont Projecto project as speciHed have the sole responsibility
for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State
and local safety and health regulations. and agree to Indemnify and hold harmless the City of South Miami and
T,Y, LJon • Civil Wprlg (Consultant) .,.rnst any and all liability, claim., damages. loss •• and expenses they may
Inc due the fall f Sub-contnctor's names .
• Cl V7' ___ ~=-....c..;I01...1:~~ •
to comply with .uch act or re
CONTRACTOR
11
AFFIDAVIT CONCERNING
FEDERAL AND STATE VENDOR LISTINGS
The person, or entlty, who Is responding to the Otis sollcltadon, hereInafter referred to as "Respondent", must
certlfy that the Respondent's name Doe. Not appear on the State of Rorld .. Department of Management Servtces.
"CONVICTED, SUSPENDED. DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR
LISTINGS".
If the Respondent's name Does appear on one or all the "Ustlngs" summarized below, Respondents must "Check
If Applies" next to the applicable "Usdn&" The "Usdngs" can be accessed through the following link to the Florida
Department of Management Services website:
bttp;l!www dms .myflorJda com/bUSiness operatiooslstate pyrchasjnr!vendor Informatiookooyjcwd susp
ended discriminatory comolaints vendor lists
, I ' ..DEC~TION UNDER PENALTY OF PERJURY
I, M4 -rt 0 Ott1N~pafter referred to as the "Declarant") state, under Jl:'!nalty of perjury,
that the following statements are true and correct! I ~ ~ I. J ,~ _ ~ /I
(I) I represent the Respondent whose name Is d£A:-..l..:.ve.. ~/!Ino (.;toN ~e-V
(2) I have the following ralatlonshlp with the Responden • (0 er Of Respondent Is a
sole proprietor), President Of ,Respondent Is a corporadon) Po (If Respondent Is a partnership), General
Partner (If Respondent Is a Umlted Partnership) or Man'llng Member>(1f Respondent Is a limited liability
Company).
(3) I have reviewed the Florida Department of Management Services web.lte at the following URL address:
http://www.dms .myflorlda.com!bullness_operadonsistateJ>urchasln.vendor _Informadon/convlcted_suspended_di
saimlnatory_complalnts_ vendor_list.
(04) I have entered an ''x'' or a check mark beside each IIsdnglcotegory set forth below If the Respondent's
name appears In the list found on the Florida Department of Management Services website for thac caceaory or
IIsdng. If I dId not encer a mark besIde a IIsdng/category Ic means thac I am Ittesdng to the fact that the
Respondenc's name does noc appear on the IIsdng for thac category In the Aorida Departmenc of Management
ServIces website as of the date of thl. affidavit.
Check If
Applicable
Convicted Vendor Ust
Suspended Vendor Usc
DiscrIminatory Vendor Ust
Federal Excluded PartIes List
Vendor Complaint List
FURTHER DECLARANT SAYETH NOT. vJe V
By: --±:t:#.
ACKNOWLEDGEME
STATE OF FLORIDA )
COUNTY OF MIAMI·DADE )
On ~t.:i day 9f Ilv fldf'T , 20..L.S.., before me, the undersigned authority, personally
appeared /1.-/" (fJ1) IU ~ o? who Is personally know to me or who provided the
following IdeniicatJo~ -and who took an oath or affirmed a that he/she/they executed the
foregoing AIIIdavlt as the Declarant ~ "
WITNESS my hand and official seal.
NOTARY PUBLIC:
SEAL 'Ii ,......, "''''''00 CAlllW!IOO
;.: ", MY COMMISSION. F_
., EXl'tRES ~ I., 201.
401 'II-G~J'
RELATED PARTY TRANSACTION VERIFICATION FORM
I /.jay/o 60()vet!e. 'J1ndividuallyand on behalf of J1Q~le ~
\,Arm·1hav. Nome ofRepresenlalNe Comporry/Vendor/Enrlly read the City of South ("citO's Cod. of Ethics,
Section SA·I of the City's Code of Ordinance. and I hereby certify. under penalty of perjury thatto the best of my
knowledge. Information and belief:
(I) n.lther I nor the Firm have any conflict of Interest (as defined In section SA· I) with reprd to the contrllct or
bu.lness that I. andlor the Arm. am(are) about to perform for. or to transact with. the
City. and
(2) neither I nor any employee •• offlcers. directors of the Firm. nor anyone who has a flnanclal Interest greater
than 5" In the Firm. has any reladve(s). as deflned In section SA·I. who Is an employee of the City or who I.(are)
an appointed or elected offlclal of the City. or who is(are) a member of any public body created by the City
Commission ..... a board or committee of the City. [while the ethics code still applie •• lf the person executing this
form I. doing so on behalf of a flnn who.e stock Is publiCly trllded. the statement In thl •• ecdon (2) shall be ba.ed
solely on the • .,atory's personal knowledge and he/.he I. not reqUired to make an Independent Invesdptlon as to
the relationship of employee. or those who have a flnancial interest in the Firm.); and
(3) neither I nor the Arm. nor anyone who has a flnanc1allnterest greater than 5" In the Arm. nor any member of
those persons' Immediate family 0 ..... pouse. parents. children. brothers and .Isters) has transacted or entered
Into any contract(.) with the City or has a flnanclal Intere.t, direct or IndireCt, In any bu.lness being transacted
with J'n or with any person or .,ency acting for the city. other than a. follows:
_(us. '(W necessary. use a seponte sheet to supply additional Information thlt will not fit on this line; however. you
must make reference. on the above line. to the additional sheet and the additional sheet must be .lgned under
oath). [while the ethics code still applies. If the person executing this form I. doing so on behalf of a flrm whose
stock I. publidy traded. the statement In this section (3) .hall be based .olely on the .Ignatory·. personal
knowledge and he/she Is not required to make an Independent Invesdptlon as to the relationship of those who
have a flnandal Interest In the Ann.); and
(4) no elected andlor appointed official or e"'4"oyee of the City of South Miami. or any of their Immediate family
members (I.e .• spouse. parents. children. brothers and ,'sters) has a flnanclal Interest, directly or Indirectly. In the
contrllct between you andlor your Finn and the City oth,!" than the following Individuals whose Interest Is set
forth following their use a separate names:,_-;-;:'7o)O<';I/~ .A"'--,:---;----,::;--;c--:-:--;---:----
(if necessary. use a seponte sheet to supply additlonal'lnformatlon that will not fit on this line; however. you must
make reference. on the above line. to the additional sheet and the additional sheet must be signed under oath).
The names of all City employees and that of all elected and/or appointed city offlclals or board members. who
own. directly or Indirectly. In Interest of five percent (5") or more of the total assets of cap1taI stock In the flnn
are as follows:
(W necessary. u.e a so arate sheet to supply additional Information that w1l1 not fit on this line; however. you must
make reference. on the above line. to the additional sheet and the additional sheet must be signed under oath).
[while the ethics code still applies. W the penon executing this form Is doing so on behalf of a flnn whose stock Is
publicly traded. the statement In this secdon (4) shall be based solely on the slgnatory'. personal knowledge and
he/she Is not required to make an Independent Investlption as to the flnanclal Interest In the Ann of city
employees. appointed officials or the Immediate family members of elected andlor appointed official or employe .. )
(5) I and the Arm further agree not to us. or attempt to use any knowledge. property or resource which may
come to us through our position of trust, or through our performance of our duties under the terms of the
contract with the City. to secure a special privilege. beneflt, or exemption for ourselves. or others. We agree that
we may not dlsdose or use Information. not available to members of the general public, for our personal pin or
benefit or for the personal pin or benefit of any other person or business endty. outside of the normal pin or
benefit anticipated through the performance of the contract.
(6) I and the Ann hereby .cknowledge that we have not contracted or transacted any business with the City or
any per.on or agency acting for the City. and that we have not appeared In representadon of Iny third party
before any boardj,0mmlSSlon or..,cy of the City within the past two years other than as
follows: ,v A-(If
necessary. use;separate sheet to supply addldonallnformadon that will not fit on this line; however. you must
make reference. on the above line. to the additional sheet and the additional ,heet must be ,,,,,ed under oath).
X:IPurchasinglVendor R.gistradonll2.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx
(7) Neither I nor any employees, officers, or directors of the Firm. nor any of their Immediate family 0 .•.. as a
spouse. son. daughter. parent, brother or sister) is related by blood or marriage to: 0) any member of the City
Commission; II) any dty employee; or (ill) any member of any board or "",ncy of the City other than as follows:
-"-'x,~u.._,,,..._-::-_~-:----,,-_____ ,(if necessary. use a separate sheet to supply additional
Informa on that will not fit on this line; however. you must make reference. on the above line, to the addldonal
sheet and the additional sheet must be signed under oath). [while the ethics code sdll applies, If the person
execudng this form Is doing so on behalf of a flrm whose stock Is publicly traded. the statement In this secdon (7)
shall be based sol.ly on the signatory's personal knowledge and he/she Is not ""Iulred to make an Independent
Investigation as to the relationship by blood or marriage of employees. officers. or directors of the Firm, or of any
of their Immediate family to any appointed or elected officials of the City. or to their Immediate family members].
(8) No Other Arm, nor any oflk:ers or directors of that Other Arm or anyone who has a flnanclal Interest greater
than 5% In that Other Firm. nor any member of those persons' Immediate family (I.e. spouse. parents. children.
brothers and Sisters) nor any of my Immediate family members (hereinafter referred to as "Related Pardes" has
responded to a solicitation by the City In whkh I or the Arm that I represent or anyone who has a flnanclal
interest greater than 5% In the FIrm, or any member of those persons' Immediate family (I.e. spouse. parents.
children. br thers and sisters) have also responded, other than the following:
_-L'4--4'-__ --;-__ --;---;-~__:_:_-;--.,._.-_:::___,_;,,_____.:__;:___;_----(If
necessary. use a separate sheet to supply additional Information that will not fit on this line; however. you must
make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath).
[while the ethics code stili applies, If the person execudng this form Is doing so on behalf of. flrm whose stock Is
publicly traded. the statement In this secdon (8) shall be based solely on the signatory's personal knowledge and
he/she Is not required to make an Independent Invesdgadon Into the Other Arm. or the Arm he/she represents. as
to thelr officers, directors or anyone having. ftnanclal Interest In those Arms or any of their any member of thole
persons' Immediate family.]
(9) I and the Firm agree that we are obligated to supplement this Veriflcatlon Form and Inform the City of any
change In circumstances that would change our answers to this document. Speclflcally. after the opening of any
responses to a solicitation, I and the Firm have an obligation to supplement this Verlflcatlon Form with the name of
all Related Parties who have also responded to the same solicitation and to disclose the relationship of those
pardes to me and the Firm.
(10) A violation of the Oty's Ethks Code. the giving of any false Infoomatlon or the failure to supplement this
Verification Form. may subject me or the Arm to Immediate termination of any agreement with the City. and the
Imposition of maxi flne andlor any penaltles allowed by law. Addldonally. violations may be considered by
and subject to e MlamI·Dade County Commission on Ethics. Under penalty of perjury. I declare that I
have made • to Investigate the matters to which I am attesdng hereinabove and that the statements
rue and correct to the best of my knowledge. Information and belief.
Print Name & Titl",·"_~ ...... L..lJt.......\,,.L.:.:"'::!...!:==t:...==-;
Date: --"-~f-';',-,-tJL.J/'-LI-"C,----I I
Sec. IA·I •• Conflict of Interest and code of ethics onlinance.
(a) Detlpatlon.
This section shall be designated and known as the 'City of South Miami Conflict of Interest and Code of Ethics
Ordinance.' Thl. section shall be applicable to all city personnel as defined below. and .hall also con.titute a
.tandard of etll ical conduct and behavior for all autonomous personnel. quasl·judiciai p .... onnel. advisory
personnel and departmentoI personnel . The provi.lon. of thl •• ection .hall be applied In a cumulative manner. By
way of example, and not as a IImltotlon, subsection. (c) and (d) may be applied to tile same contract or transaCtion .
(b) DeflnlrJonJ. For the purposes of this section tile followi"ll definitions shall be effective:
(I) The term 'comml.sion members' .hall refer to tile mayor and til. members of the city commi.sion.
(2) The term "autonomous personnel' .hall ref ... to tile members of autonomous authorities. boards and .,.,ncles,
.uch as the city community nodevolopment .,.,ncy and tile health fldllties authority.
(3) The term "quasl-juelidal personnel" shall refer to tile members of tI1e planning board, the environmental review
and preservation board, the code enforcement board and such otller Individuals, boards and
.,.,ncies of the city as perform quasi-judicial functions .
(4) The term "advl.ory personnel' .hall refer to tI1e members of those city advisory boards and agencle, whose
sole or primary responsibility I. to recommend legI.lation or give advice to the city commission.
(5) The term "departmontal personnel" ,hall refer to the city clerk. the city manager, department head" the city
attorney, and all .. ,Istants to the city clerk. city m...,.. and city attorney, however tided.
(6) The term 'employees" shall refer to all other per,onnel employed by the City.
(7) The term "compensation" ,hall refer to any money, &fit. flvor, tiling of value or financial benefit conferred, or
to be conferred. In return for services rendered or to be rendered.
(8) The term "controlling financiallntorost" shall refer to ownership. directly or Indirectly, of ten percent or more
of the outstanding capital stock In any corporation or a direct or Indirect Interest of ten percent or more In a firm,
partner.hlp, or otller business entity at tho time of transacting business with the city.
(9) The term "Immediate flmlly" shall refer to tho spouse, parenti. children, brotlle .. and sisters of the person
Involved.
(10) The term "transact any business" .hall refer to the purchase or sale by the city ofspedflc goods or semoes
for consideration and to submitting a bid, a proposal In response to a Solicitation, a statement of qualifications In
response to a request by the city, or enten"ll into contract negotiations for tile provision
on any goods or services, whichever first occurs.
(c) Prohl/,/''on on tronroctln, IousIne. wftIo tho city.
No person Included In the terms defined In paragraphs (b)(I) through (6) and In J>IfI&"lph (b)(9) shall enter Into
any contract or transact any business In which that person or a member of the Immediate flmily has a ftnancial
Interest, direct or Indirect with tI1e city or any person or agency acting for the City, and any such contract,
agreement or busln .. s e"l!agement entered In violation of tills subsection shall render tile transaction voldabie.
Willful violation of this subsection shall constitute malfeasance In olftce and shall affect forfeiture of olftce or
position . Nothing in this subsection shall prohibit or make illegal:
(I) The payment of tax.s, special assessments or fees for services provided by the city government;
(2) The purchase of bonds, anticipadon notes or other secund •• tIIat may be issued by the city tIIrough
underwriters or directly from dme to dm ..
WoIYor of prohibition. The requirements of this subseCtIon may be waived for a pardcular transaction only by four
affirmative votes of tile city commission alter public hear1ng upon ftndl"ll that
(I) An open-to-all sealed competitive proposal has been submitted by a city person .. deftned in paragraphs (b)(2),
(3) and (4):
(2) The proposal has been submleted by a person or firm offen"ll services within tile scope of tile practice of
architecture, professional englneerl"" or registered land surveying. IS deftned by tile laws of tI1e state and
pursuant to tI1e provisions of tile Consultants' Competitive Negotiation Act, and when the proposal has been
submitted by • city person defined in paragraphs (b)(2), (3) and (4):
(3) The property or services to be Involved In til. propoted transaction are unique and the city cannot avaliltse~
of such property or services without entennga transaction which would vloiate this subsection but for waiver of
Its requirements: and
(4) That the proposed transaction will be In the best interest of tile city.
This subsection shali be applicable only to prospective transactions, and tile city commission may in no case ratJfy a
transaction entered In violation of this subsection.
Pr<wisIons cumulative. Thi. subsection shall be taken to be cumulative and shall not be construed to amend or repeal
any otl1er law pertaining to the same subject matter .
25
(d) Further pn>hIIHUon on trGnracUn, bullnen wlth the dly.
No person Included In the terms defined In paraaraphs (b)( I) through (6) and In para,vaph (b)(9) shall enter Inco
any contract or ~nsact any business through a ftnn, corporation. partnership or business entity In which that
person or any member of the Immediate filmlly has a controllln, ftnanclallnteres~ direct or Indirect, with the city
or any person or aaency actin, for the city. and any such con~~ aveement or business engaaement entered In
Violation of this ,ubsectlon shall render the transaetlon voidable. The remaining proVisions of subsecdon (c) will
also be applicable co this .ubsecdon as though Incorponted by recltadon.
Additionally. no person Included In the term defined In para,vaph (b)(I) shall vote on or pardclpate In any way In
any matter presented to the city commission If that person has any of the follOwing reladonshlps with any of the
persons or ,nddes which would be or might be directly or Indirectly affected by any aetlon of the city commission:
(I) Officer. director. partner. of counsel. consultan~ employee. flduclary or beneficiary; or
(2) Stockholder. bondholder. debtor. or creditor. If In any Instance the transaetlon or matter would affect the
person deftned In f>lI"i&I'aph (b)(I) In a manner dlsdnct from the manner In whkh It would affect the public
generally. Any penon Included In the term deft ned In paragraph (b)( I) who has any of the speclfted relationships
or who would or mlgh~ directly or Indirectly. realize a proflt by the action of the dty commission shall not vote on
or partklpate In any way In the matter.
(E) G/(b.
(I )Def/n/tJon. The term "gift" shall refer co the transfer of anythln, of economic value. whether In the form of
money. service. loan, travel, entertainment, hospitality, Item or promise, or In any other form. withOUt
adequate and lawful conslderadon.
(2)Exc."tlon~ The proVIsions of pa'"lP'aph (e)(l) ,hall not apply to:
.. Polldcal contribudons specifically authorized by state law;
b. Gifts (rom reladve, or members of one', household. unle .. the person is a conduit on behalf of a third party to
the delivery of a gift that Is prohibited under paragraph(3);
c. Awards for professional or civic achievement;
d. Material such as books, repo~ periodicals or pamphlets whkh are solely Informational or of an adverdsln,
nature.
(3) ProIHbilJons. A person described In paragraphs (b)( I) through (6) shall neither solldt nor demand any gift. It Is
also unlawful for any person or entity to offer. give or agree to give to any person Included In the terms defined In
paraaraphs (b)(I) through (6). or for any person Included In the terms defined In paragraphs (b)(I) through (6) to
accept or agree to accept from another person or endcy, any gfft for or because of:
a. An offtclal public aetlon talcen. or co be taken. or which could be talcen. or an omission or failure to talce a publk
actJon;
b. A legal duty performed or to be performed, or whkh could be performed. or an omission or filliure to perform
a legal duty;
c. A legal duty violated or co be Violated. or which could be Violated by any person Included In the term deftned In
paraaraph (b)(I); or
d. Attendance or absence from a publk meedn, at which official aetlon Is to be talcen.
(4) Disclosure. Any person Included In the term defined In paragraphs (b)( I) through (6) shall dlsdose any ~ or
serie. of gifts (rom anyone person or entity. haVln, a value In excess of $25.00. The disclosure shall be made by
flilng a copy of the disclosure form required by chapter I 12. Florida Statute •• for "local
officers" with the city clerk Simultaneously with the flilng of the form with the clerk of the county and with the
Rorida Secretary of State.
(I) CompuflOry dlKfosu,.. by employe" of firm. do/n, bullnen with the dtJ'.
Should any person Included In the terms defined In paraaraphs (b)(l) through (6) be employed by a corporation.
ftnn, partnership or business entity In which that person or the Immediate family does not have a controlling
flnanclallntere~ and should the corporation. Arm, partnership or business entity have substantial business
commitments co or from the city or any city aaency. or be subject to direct regulation by the city or a city agency.
then the person shall ftle • sworn statement disclosing such employment and interest with the clerk of the city.
(I) Explolf4t/on of oflldal position pn>hlblted.
No penon Included In the terms defined In paraaraphs (b )(1) through (6) shall corruptly use or attempt to use an
official posldon to secure special prIVIleges or exemptions for that person or others.
(h) Prohibition on use of confidential InfonnotIon.
No person Included In the terms defined In pa'"lP'lphs (b)(I) through (6) shall accept employment or engage In
any business or professional activity whkh one might
reuonably expect would require or Induce one to disclose confldentlallnformatlon acquired by reason of an
official position. nor shall that person In filet ever disclose confldendallnformatlon garnered or gained through an
z.
official posltlon with the dty, nor shall thst person ever use such Informadon, directly or Indirectly, for personal
pin or benefit.
(I) Conf/lctJn, e"".Ioyment pro/III>lted.
No person Included In the tenns defined In paragraphs (b)(I) through (6) shall accept other employment which
would Impair Independence of judgment In the perfonnance 01 any public dud.s,
0) ,.,..""bltion on oublde emp/orment.
(I) No person Included In the tonna defined In pangap/1s (b)(6) ,hall receive any compensation forseN/cos as an
officer or employee of the city from any .ource other than the city, except as may be pennltted as follows:
a. Generally prnhlblred. No full-dme city employee shall accept outside employment, either Incidental, occasional or
otherwise, where city time, equipment or material Is to be used or where such employment or any part thereof Is
to be performed on city dme.
b. When permitted, A full -dme city employee may acCept Incidental or occasional outside employment so long as
such employment Is not contrary, detrimental or adverse to the Interest of the city or any 01 Its departments and
the approval reqUired In subpangap/1 c. Is obtained.
c. ApproYOI of department head required. Any outside employment by any full-time city employee must flrst be
approved In wrldng by the employee's department head who shall malntaln a complete record of such
employment.
d. Penalty. Any person convicted of vIoladng any provision of this subsection shall be punished as provided In
section I-II of the Code of Miami-Dad. County and, In additlon shall be subject to dismissal by the appointing
authority. The city may also a.sess apinst a violator a fine not to exceed $500.00 and the costs of Investigation
Incurred by the city.
(2) All full-dme city employ .. s enga&ed In any ouulde employment for any person, flrm, corporadon or endty
other than the city, or any of Its agendes or Instrumentalltles, shall file, under oath, an annual report Indicating the
source of the outside employment, the nature of the work being done and any amount of money or other
conslderadon received by the employee from the outside employment. City employee reports shall be filed with
the dty clerk. The reports shall be available at a reasonable time and place lor Inspection by the public. The city
manager may reqUire monthly reports from Individual employees or groups of employees for good cause. ,
(k) ,.,..""blted In_entl.
No person Included In the terms defined In paragraphs (b)(I) through (6) or a member 01 the Immediate family
.hall ha .. personal Investments In any enterprise which will create a substandal conflict between private Interests
and the public Interest.
(I) C_In .".,...,ranc •• and poymont prahll>/ted.
(I) No person Included In the terms defined In paragraphs (b)(I), (5) and (6) shaJlappear before any city board or
aaoncy and make a presentation on behalf of a third person with respect to any matter,lIcense, contraCt,
certlflcate, ruling, decision, opinion, rato schedule, franchise, or other benefit sought by the third person. Nor shall
the person receive any compensadon or &1ft, directly or Indirectly, for services rendered to a third person, who
has applied for or Is seeldn, sorne benefit from the dty or a dty agency, In conneedon with the panlculor benefit
sought by the third person. Nor ,hall the person appear In any court or before any administrative tribunal as
counselor legal advisor to a party who seeI<s lepl relief from the city or a city agency through the suit In question.
(2) No person Included In the tenna defined In paragraphs (b)(2), (3) and (4) shall appear before the city
commission or agency on which the person .erves, either directly or through an associate, and make a
presentation on behalf of a third person with respect to any matter, license, contraCt, certificate, rulin~ decl.ion,
opinion, rate schedule, franchise. or other benefit sought by the third person. Nor shall such person receive any
compensation or &1ft, directly or Indirectly, for .ervlces rendered to a third party who has applied for or I. seeldng
.ome benefit from the city comml.slon or agency on which the person serves In connection with the pardcular
benefit sought by the third party. Nor shall the person appear In any court or before any administrative tribunal as
counselor lefaladvlsor to a third party who seeks legal relief from the city commission or agency on which such
person serves through the .uit In question.
(m) Act/OIlS pro/Ill>Ited ""en flnandal Inl~ InllOlwd.
No person Induded In the lenn. deflned In paragraph. (b) (I) through (6) shall partldpat.ln any official acdon
directly or Indirectly affectinS a buSiness In which that person or Iny member of the Immediate family has a
flnanclal Interest. A flnanclal Interest Is defined In this subsection to Indude, but not be limited to, any direct or
Indirect Interest In any Investment, equity, or debt.
(n) Acqulrlnr flnandal IntontltJ.
No person Included In the tonns defined In paragraph. (b)(I) through (6) .hall acquire a flnandal Interest In a
project. business entity or property at a time when the person believes or has reason to bell .... that the flnandal
Interest may be directly affected by official actions or by offidal actions by the city or city agency of which the
person Is an official, officer or employee.
(0) Recommend/n, profeal_I .. _I.
No person Included In the terms defined In paravaphs (b)(I) through (of) may recommend the sentces of any
lawyer or law firm, architect or architectural firm, public relations firm, or any other person or firm, professional
or otherwise, to uslst In any transaction InvoMn, the city or any of Its asencles, provided that a recommendation
may properly be made when required to be made by the dudes of
offIce and In advance at a public meeting attended by other city officials, offtcers or employees .
(p) COIItJnu/n, ..,.,.IIcetJOII otter cfty ",Mel.
(I) No person Induded In the terms defined In parasraPhs (b)(I), (5) and (6) shali , for a period of two year. after
his or her clcy .erYlce or employment hu ceued, lobby any dty official [u defined In parasnp/ls
(b)(I) through (6)] In connection with any ludldal or other proceeding. application, Solicitation, RfQ, bid , request
for ruling or other detennlnatJon. contract. dafm, controversy, charge, accusadon. arrest or other particular
sublect matter In which the city or one of Its asencles Is a party or hu any Interest whatever, whether direct or
Indirect. Nothing contained In th is subsection shall prohibit any Individual from submltdn, a roudne administrative
request or application to a dty department or apncy durin, the two-year period after hi. or her .ervlce has
ceued.
(1) The provis ions of the subsection shall not apply to persons who become employed by IOvemmentai enddes,
50 I (c)(3) non-proftt entities or educationallnstltudons or endtles, and who lobby on behalf of those endtles In
their offIcIal capadtles.
(3) The proviSions of this .ubsectlon shall apply to all persons described In ParasraPh (P)( I) whose city service or
employment ceased alter the effioctIve date of the ordinance from which this section derives.
( .. ) No person described In parasnp/l (P)(I) whose city service or employment ceued within two years prior to
the effective date of this ordinance .hall for a period of two years alter his or her service or employment enter
Into alobbyln, contract to lobby any city offtclalln connection with any subject described In ParasraPh (P)(I) In
which the city or one of Its asenclos Is a party or hu Iny direct and substandallnterest: Ind In which he or .he
parddpated directly or Indirectly through decision, approval , disapproval, recommendation, the renderin, of
advice, Investipdon, or otherwise, during his or her city service or employment. A person participated "direcdy"
where he or she wu substantially Involved In the pardcular subject matter throush decision. Ipproval, disapproval,
recommendation, the rendering of advice. Investigation, or otherwise. during his or her city service or
employment. A person parddpated 'ndlrectly" where he or she knowingly participated In any way In the particular
subject matter through deciSion, approval, disapproval, recommendation, the rendering of advice, Investlptlon, or
otherwise, during his or her city service or employment. All persons covered by this parasraPh shall execute an
affidavit on a form Ipproved by the city attorney prior to lobbyln, any city offtdal attestin, that the
requirements of this subsection do not preclude the person from lobbyins city offiCials.
(5) Any person who violates this subsection shall be subject to the penalties provided In sectlon SA-2(P).
(q) City attomey to render opinion. 011 ....,_
Whenever any person Included In the terms defined In parasraPhs (b)(l) through (6) and parasrap/I (b)(9) Is in
doubt u to the proper Intet 1M etatlon or application of this conflict of Interest and code of ethics ordinance, or
whenever any person who renders services to the city Is In doubt u to the applicability of the ordinance that
person, may submit to the city attorney. full written statement of the facts and questions. The city attorney shall
then render an opinion to such person and shall publish these opinions without use of the name of the person
advised unless the person permits the use of I name .
(Ord. No. 6-99-I 680, § 2, 3-2-99)
&lltor's note-Ord. No. 6-99-1680, § I, adopted 3-2-99, repealed §§ SA-I and SA-21n their endrety and replaced
them with new §§
SA-I and SA-2. Former §§ SA-I and SA-2 pertalned to declaradon of policy and definitions, respectively, and
derived from Ord. No. 634, §§ I (lA-I), I (IA-2) adopted)an.II , 1969.
END OF SECTION
PRESENTATION TEAM
DEClARATION/AFFIDVAlT OF REPRESENTATION
This affidavit Is not required for compliance with the CIty's Solicitation; however, It may be used to avoid
the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14-
2206 (c)(9), any person who appears as a representative for an Individual or firm for an oral presentation
before a City certification, evaluation, selection, technical review or similar committee, shall list on an
affidavit provided by the City staff, all Individuals who may make a presentation. The affidavit shall be
filed by staff with the Clerk's office at the time the committee's proposal Is submitted to the City
Manager. For the purpose of this subsection only, the listed members of the presentation team, with
the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any
registration fees . No person shall appear before any committee on behalf of an anyone unless he or she
has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she Is
registered with the City Clerk's office as a lobbyist and has paid all applicable 10bbYls: reg~tratlon fees .
Pursuant to '92 .525(2}, Florida Statutes, the underslgned,t/a I'TCJ (9~~h-:r;;;;oWlng
declaration under penalty of perjury:
Listed below are all Individuals who may make a presentation on behalf of the entity that the affiant
represents . Please note; No person shall appear before any committee on behalf of anyone unless he
or she has been listed as part of the firm'. presentation team pursuant to thl. paralraph or unless he
or she Is rellstered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration
fees.
~
Jltlr'r't7 60«) ~t-y'
For the purpose of this Affidavit of Representation only, the listed members of the presentation team,
with the exception of any person otherwise required to register as a lobbyist, shall not be required to
pay any registration fees. The Affidavit of Representation shall be filed with the City Clerk's office at the
time the committee's proposal Is submitted to the City as part ofthe procurement process.
Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated
In It are t and specifically that the persons listed above are the members of the presentation team of
th tiled below
VU !'I"!.I'.,...~dayof IItl p J ,20 ($'"
o {Repr en~l v.z.k 1p~.sI'U-it
Print Name and TItle '1 I Print name of entity beln
l'
EXHIBIT #1
Scope of Services" Schedule of Values/Summary of Quantities
Attachment A:
Project: SW 78 Street" SW 63 Avenue
I. Scope of Work:
Scope of work involves performing road. drainage and sidewalk Improvements within
the City of South Miami. Work shall comply with applicable standards. including but not
limited to the FOOT and the Miami Dade County Public Works standards. Work
covered under this contract shall also include and is not limited to maintenance of
traffic. drainage. sidewalk, milling. clearing and grubbing. asphalt placement, and striping.
The construction is to be performed per specifications and the construction documents
of SW 78'" Street Roadway and Drainage Improvements. prepared by T.Y. lin
International/Hj Ross. This includes. but Is not limited to. the furnishing of all labor.
material. tools. equipment, machinery. disposal of all materials. superintendence and
services necessary for the completion of the construction of the project.
The awarded vendor must obtain any permits required. The City will waive all City
permit fees. Permits that may be required by other agencies will be the responsibility of
the awarded vendor. Including applicable fees.
Work activity is limited to the hours from 7:00 a.m. through 6:00 p.m .• on weekdays
from Monday through Friday.
II. Site Locations:
I. SW 78'" Street
a. West of SW 63'" Avenue towards the South Miami Dog Park.
b. East of SW 63'" Avenue along SW 78'" Street for approximately 50 LF
2. SW 63'" Ayenue. from SW 78'" Street, North to the limit of the FOOT right of
way on US I.
III. Plans and Specifications:
Plans prepared by T.Y. Lin International. tided "EXHIBIT I, Attachment B -"SW 7r>
Street Roadway and Drainage Improvements" are a part of this RFP by way of
reference.
IV. Project Duration" Liquidated Damages:
The current estimate to complete construction of the project is 60 calendar days
substantial completion. Thermoplastic paint shall be installed 30 calendar days after
substantial completion. 90 total calendar days to final completion from Issuance
of Notice to Proceed.
31
liquidated Damages shall be paid by the Contractor at the rate of $1,500.00 dollars
per day, plus any monies paid by the Owner to the Consultant, If any, for additional
engineering and Inspection services, If any, associated with such delay.
V. Project Funding:
This project Is funded through City Funds.
VI. Schedule of Values:
Respondents shall complete and submit with their proposal, the attached Schedule of
Values.
VII. Warranty:
If equipment Is being provided, the standard manufacturer's warranty Information must
be provided In writing for all equipment being proposed, Including Installation by an
authorized dealer before final payment Is made .
NOTE: Respondents shall quote both Projects; Refer to Exhibit 5,
"RerfXJndents Cost" Technical Proposal." -"SW 78 Street. 6] Ayenue," and
"Twin Lakes," In accordance with Exhibit I "Scope of Services," Attachment
A, B, C, D. The City, at Its discretion, may award both projects to a single
contractor or, each project to separate contractors.
A Performance and Payment Bond Is required for the full amount of the project
END OF SECTION
EXHIBIT #1
Attachment A:
"Schedule of Values"
Project -SW 78 Street Be SW 63 Avenue
Respondents Shall Complete and Submit With Their Proposal
34
SW78StrMt-
Sci" llule of V .....
Ii ag..;}D Lc-1: l-f C •
I N~BER IIZYITEM PAY ITEIl DESCRIPTION
102-1
1,o.1 a '-
21()..:
, 285-'
327-70-1
IIfOr1cInaBae(81
I~ Baoe ~ 11 (12" Umeroc:k lBR 100 t!fExistinp Sst Pavement (,. AY!!8II!l
Asoh cone FrtdIon Course TndIIc B (FC:8.5) (1.5" 40 r-r-
"" .u I.~-' I~it'~ 4-1Nck 44522-2S1dawaIk Concrete: 6" TNck
~ ----_. -
1;t 700-1-11 • F&J, Lesa lnan 1" <::it'
700-1-12
14 700-1-60
"J'tu> ... n_ecttve Paverr
ll"
UNn'1 PLAN <'II
28
ro
2
3 _--..
0.106
UNn'PRICE
b D!?,
~
-i'!1-
COST
-Z.i 85;;-o w
r __ "
,
nop!astic. S
nop!as!!c. 51 !!!!I!!! -.• 0.058 -Z';O,
!!!!I!!! c.,IwI
::ti"Orii
iOiO'i' :;-eas; •• n=
II'TNInCeT ....
!!Iy PolIce 0
1£ Lr 111
. Sold 24-IF 30
Material RDund 111" SlCD IF 33
IF 54
EA 1
3600.00
Be ~34,-
"TIle oIkIuIy PoIoo __ """'" """ 10 In -. _ caill I wII be __ '" OIIPIY Iar. r1ghI "'_ pormI. during _ PoIoo wi __ !he MOT plan __ r In oIkIuIy poIc:e
_ wi be ~ If !he ca ill"" _ ... _ ... 110 """'" .. __ 1ar1No 1'ftIlaCI-!he caill .... ___ !he __ and lola .-liar thIa """"!he prapaoaI. If!he ....-'" """'"
..quINd 10 loa ... 1he prupoood ....-'" houto.1he JIll .... _ be _"' ... CIIy.
35 L -~
SW78_-
Sched .... DlV""--Par1dng Area
The Ci1l' wlldeSIre II> ""'"', as a separate Itsm, the proposal II> stripe Ihroe par1<lng spaoes, as dopided In the 1Ik_ below, H et d a-c c.,c :.L k c.,.
PAY ITEM
711-1-142-1
711-10611-1
711-16131
542·70
PAY ITEM DESCRIPTION UNIT SKETCH UNIT PRICE QUANTITY
LF fiT ~ _ Blue Sold SO
SId -0111 ... Surfaces WhItB SOld e-N'" 0,022
111QYAL
Thermo_ Whlto Sldp, SO
/
r Guards Concrete] Wheel 5
DOG
PARK
GM 0.01
EA 3
~:;.~5Z
+20.39
Y ·17.9' '-( !
I
I,
~--, )<
! f -t ; _. -L __ :_.-_';
+23"35
20.3' R
,
;;
--..J.' -"
.'!'. ,:-
?;
6" 'w,
s:
'-,~',
~ "'-+58.39 "-l~ 'fP':o.'F O .3'~L 8/
. ..:": \. . \::'45{;39'.-\'=D'WH~ ~~ .
.,. ,.,.,,\.... {, ~., . .' -. p , \,;} ~~ ., .' . ) ('o~ ~::~ R. Z ~ ". . , . " . V> ;,~ V:~'~1'~ 6" vif1g;.g~2'::1:~sr.I'!h-Y/ .;
'''6:';al;u £" \.. +37.01 f" ~ ~),;;;~ '\j> ):-~.
~ ,':. 7.1' R . 'V-' ~. ___ • :...;;....-.'
:_-:' 'S'.' "j ._; •• -' ... -...........
>e.
36
COST
.
::a.~4_ .....
c
~
J?
EXHIBIT #1
Attachment B:
Project -SW 78 Street & SW 63 Avenue
Plans prepared by T.Y. Lin International/HJ Ross
"SW 78'h Street Roadway and Drainage Improvements"
37
EXHIBIT #1
Scope of Service ... Schedule of Values/Summary of Quantities
Attachment C: Project -Twin Lakes
I. Scope of Work:
Scope of work Involves drainage Improvements within the City of South Miami. Work
shall comply with applicable standards, Including but not limited to the FOOT and the
Miami Dade County Public Works standards. Work covered under this contract shall
also Include and Is not limited to maintenance of traffic. drainage. milling. clearing and
grubbing. and asphalt placement.
The construction Is to be performed per specifications and the construction documents
of Twin I.okes Orolnage Improvements . prepared by Civil Works. This Includes . but is not
limited to. the furnishing of all labor. material. tools. equipment. machinery. disposal of
all materials. superintendence and services necessary for the completion of the
construction of the project.
The City will Include additional resurfacing beyond what Is In the plans in the
Intersection of SW 63"' Avenue and SW 64"' Court
The awarded vendor must obtain any permits required. The City will waive all City
permit fees. Permits that may be required by other agencies will be the responsibility of
the awarded vendor. Including applicable fees .
Work activ ity Is limited to the hours from 7:00 a.m. through 6:00 p.m .• on weekdays
from Monday through Friday.
II. Site Locations:
There are two separate project areas to be considered and quoted separately as
described below:
Area I
Area 2
• SW 62"" Terrace and SW 63"' Terrace. from SW 64"' Court to SW 63"'
Court
• SW 64"' Court and SW 63"' Court. from SW 62"" Terrace to SW 64"' Street
• SW 63"' Avenue and SW 62"" Place. from SW 62'" Terrace to SW 64"' Street
• SW 62"" Terrace. from SW 63"' Avenue to SW 62"" Court
• SW 63"' Terrace. from SW 62'" Place to SW 62"" Court
• SW 62"" Court. from SW 62"" Terrace to SW 63"' Terrace.
SD
III. Plans and Specifications
Plans prepared by Civil Works Inc. tided "Twin Lakes Drainage Improvements" Exhibit I,
Attachment D, are a part of this RFP by way of reference.
IV . Project Duration &, Liquidated Damqes
The current estimate to complete construction of the project Is 60 calendar days
substantial completion for each work area. Thermoplastic paint shall be installed 30
calendar days after substantial completion. 90 total calendar days to final
completion from Issuance of Notice to Proceed. Uquldated Damages shall be
paid by the Contractor at the rate of $2,000.00 dollars per day, plus any monies paid
by the Owner to the Consultant, If any. for additional engineering and Inspection
services. If any, associated with such delay.
V. Project Funding:
Th is project is funded through C ity Funds .
VI. Schedule of Values:
Respondenu shall complete and submit with their proposal, the attached Schedule of
Values.
VII. Warranty:
If eqU ipment Is being provided , the standard manufacturer's warranty Informatlon must
be provided In writing for all eqU ipment be ing proposed, Including Installation by an
authorized dealer before final payment Is made.
NOTE: Respondents shall quote both Projects; Refer to £Xhlblt 5,
"Re.,ondents Cort" TechnIcal Proposal!' -"SW 78 Strut &, 63 Avenue." and
"Twin Lakes." In accordance with exhibit I "Scope of Services," Attachment
A, B, C, D. The City, at Its discretion, may award both projectl to a single
contractor or, each project to separate contractors.
A Performance and Payment Bond Is required for the full amount of the project
END OF SECTION
51
EXHIBIT #1
Attachment C:
"Schedule of Values"
Project -Twin Lakes
Respondents Shall Complete and Submit With Their Proposal
52
Item Desaiption Unit C-5
Manhole EA 1
Inlet EA 0
18" fIJ Exfiltration Trench LF 33
18" fIJ Solid Pipe LF 0
15" fIJ Solid Pipe LF 0
12" Solid Cone. Pipe LF 10
Concrete Collars EA 2
Mi lling (1 inch ave.) SY 406
Resurfacing Type S-I (1 in) TN 22.3
Asphalt Apron 1 inch· TN 0 .2
Driveway Restoration (Asphalt) TN 0
Off-Duty Police Officer*" HR
Base Rework ~10% of M&R) SY
Twin Lakes Drai nage
Schedule of Values
Area 1
/1. .:rd'~
~ C-7 ~ C-9 C-10
1 0 0 1 1
0 2 2 0 0
0 0 0 142 143
40 166 132 125 126
0 0 0 0 0
10 0 0 0 0
2 0 0 0 0
113 310 89 284 278
6.2 17.1 4.9 15.6 15.2
0 .0 0.8 0.5 0.0 0 .0
0 o 1.05 0 0
Contractor to verify the pay item notes in the plans, Sheet C-4 .
*Une item 339-1 Asphalt Apron shall include the cost for asphalt and limerock base.
C-11 C-12 C-13 Q Unti Price Total
1 1 0 6 33m 1~.BdC.
0 0 0 4 .:J at' I f9.. (}tff).
0 0 0 318 IDkJ 3S~ 29 34 0 652 tDfJ d4.
0 0 0 0
10 10 0 40 fPS ;2,1 .~ 2 2 0 8 :~ !l
81 117 0 1676 • ~
4 .5 6.4 0.0 92 / Ii' 1~~_
0.0 0.0 0.0 1 /. /80.
0 0 0 1 /, ,I2n II
80 $45.00 I. 168 10
Total: ,
**The off-<luty Police officer hours item is an estimate. Selected contractor Wiu be required to apply for a right of way permit, during
wh ich Police wiD evaluate the MOT plan and assess if an off-<luty police officer wiU be required. If the contractor belives that more than
80 hours are required for this project, the contractor shall ad ujst the quantities and total cost for this item in the proposal. If the number
of hours required is less than the proposed number of hours, the difference shall be aedited to the City.
~
r"
<IIi!
~ r-po
po-
r-'
~
d •
5.3
Twin lakes Drainage
Schedule of Values
Area 2
tvf (;f;.C1-~ ~ .J.-'1,. ~
Item Description Unit C-14 C-15 C-16 C-17 C-18 C-19 C-20 C-21 C-22 Q Unti Price Total
Manhole EA 0 1 0 0 1 0 0 2 0 4 3 3m 1/3 ;t1lU,
Inlet EA 2 0 0 2 0 0 1 1 2 8 3 Gt7t' ~~.
18" I1J ExfiItration Trench LF 0 0 0 0 33 0 0 92 163 288 1 Z{) 130j .,>e
18" 11.1 SoUd Pi!lll LF 148 37 0 34 0 0 40 179 69 507 ~ r; 1 1~. 'U '/P
15"11J Solid Pipe LF 0 5 0 0 0 0 0 0 0 5 "i 7 ...i!tl2. ..
12" Solid Cone. Pipe LF 0 0 0 10 10 0 0 0 0 20 ? I~'
Concrete Collars EA 0 1 0 2 2 0 0 0 0 5 .':k:' / 5Zt/ •..
MiUing (1 inch ave.) SY 562 1026 0 388 718 0 461 475 235 3865 • , ..... ~fIO.. ..
Resurfacing Type 5-1 (1 in) TN 30.9 56.4 0.0 21.3 39.5 0.0 25.4 26.1 12.9 213 14. ."VHIJl,~ •...
IAsIlhaitADron 1 inch· TN 0.4 0 .0 0.0 0.8 0.0 0.0 0.5 0.4 0.5 3 1 ~4..t;7J. ~
Restoration (Asphalt) TN 0 .61 0 0 0 0 0 0 0 0 1 J, ..
Remove Drainage Structure EA 0 1 0 1 0 0 0 0 0 2 41. ,
Off-Outv Police Officer'"' HR 80 $45.00 $3,600.00
Base ReworK (10% of M&R) SY 387 to 3.gyo~
_ Total : Ub~~' b. •
Contractor to verify the pay item notes in the plans, Sheet C-4.
*Une item 339-1 Asphalt Apron shall indude the cost for asphalt and lirnerock base.
*"The off~uty Police officer hours item is an estimate. Selected contractor will be required to apply for a right of way pennit, during
which Police wi D evaluate the MOT plan and assess if an off-duty police officer will be required. If the contractor belives that more than
80 hours are required for this project. the contractor shatl adujst the quantities and total cost for this item in the proposal. If the number
of hours required is less than the proposed number of hours, the difference shall be crecfrted to the City.
AlI ff---
-
s4-
EXHIBIT #1
Attachment 0: Project -Twin Lakes
Plans prepared by Civil Works, Inc.
Twin Lakes Roadway and Drainage Improvements"
56
TWIN LAKES DRAINAGE IMPROVEMENTS
CITY OF SOUTH MIAMI
4795 SW 75 AVE MIAMI, FLORIDA 33155
LIST OF SHEETS: ! ~ PESCR1PlJON
C-l COVER SHEET
C-2 GENERAL NOTES
C-3 DRAINAGE MAP
C-4 DRAINAGE STRUCTURE TABLE
C-5-22 PLAN SHEETS
,~
C-23 DRAINAGE DETAILS
ALID.'f8 OLI. 811
• • BUOU 'JO[J :orG ~ ......... BZWO
",_a. __ _
PROJECT LOCA TlON ,
!
" .J ,
I
1
• ~;
~,
~;
~
---
LOCATION SKETCH
PREPARED BY;
CWI Civil Works, Inc.
~ ENGINEER Of Rt:COR!): t 'ND. fIf!! .. f PUBLIC WORKS
CONSUL lING ENGINEERS
8491 N.W. 17 ST. Soi1e 108
~ P.£.: ~ .~EM~~~=l):5~
g .... ',YJ'J'f «)J.-~ f"'" (XtI) 6M-lJOS Wiaml • Cora! S
~ ,.."..,.,.f' "'''''''
00R.t.L.. n.. 33126
(305) 591-4323
CA 07526
)t1ng". Orlando
,\,,\\11 11 111, I PERMIT SET
............. ~~ .. ~;:~~~L~II", 06/01/15
$ ~ .. 'c.s.Nsf" "'I .:-'>oJ.'-";--'. -=:. =... .~~St.2 : •• ""-~ ~:~,,~ ... • ..\'-" • u;-~-{)... S1:~\~ Of' /UJ:
.,.1>0" ~.-~::
"'" ;;. ... ~lO?-\<?/0$
I,,} $S·········· <:,.~~ .. "f, SIONt'-" , ..... '
""I1U"\\"
G
-
f-
l-
I-
f-
I-
\C_§\ j \\\ \~ \ --' J . ~ \ .. -' ~ s.w. \62nd TWIn Lakes Canal 1\ ; " \ oil. __ . TERRACE-'i i '
.. ~ --~--;--'-i---,--I"~. '. I ?' ~ 15 I g ~'~H---SW~2nd ---. -
I : : : I \ L <.0 ~ i [6 ~, .: : Q: 50 lot: ! i : i I ~\Y f: ---~r,', t ! .,' TERRACE = F ='
. ': U) , .J, eet
SW. 62nd TERRACE· 1 g .! \ \. ~~ !': 5221, 6231 I 6221
6441 :. 6431 I 641' 1 6401 j 538~ ~ 6351 \ 6331 i. 6200 ~.~. :;; 1.'-.>~~ '-.:':':~ _ .. --.-..!'. -. ~,.L" t·~ '\. I I
, : , . • ' I ' I b----<"'-.------.-".,,:!-----( ~,~ ~ "SZ I : ~ ~, (5-4) i ! L (5.6);' : __ _ .-1 . .?-, ./~: '-"---7""= -. -$ . -...: ---'-~<.;J->::Y;"'~_.?'( "A .... ·J ", -, "., '...-fj',"", .... \ 111 J ("";, . ,---I /' I'~' rr ~ --,.., I, ,~.'" :L .. , . .L""~ __ ... '--_. .. --.. -.-. "1'''' ~-... ,..., f.' ~ ... ' I/, : =-. . I ~. -' "_ ' : ~ .__ _ :,;;. ~ l-I 1 0 : : ~ I ..\0 ~e~, \ i·'" ;:;;
O 1 ~1t... . \ " -, / •. ", -£:>\'7 "': ;---t ... -~'::'~"-'"l!!., i" 1 I I_-....~, ~ to a: "'N ", I: _ ~ ~ L,'! lll-;i -t.......... T/l \, 'F~ , --------J!JT ¥--~ "'-" ,~ , "-('.I J ~ ~ 'i 'fo (5-31.): ; QV ; : 1 Q. <D" !.: <.D 1 ill <!) • i: .-' r-
ill " -.. ,-. . , .'.n 0 '. f-W.'~: 6440: 6420! 6400: 6380' 6340 ! 6320 k"~'--o-J to I __ ~ __ ~.'~-_f---~--5i'-~--r:II;:: ~ ill: ~ I.id::;
• I ~ Fe" " I c: z t 'It" ;:) 'J '1'"", r. r--' ' ',~ -ill l-,'... --' .. 1 0 I" ..c::, I:' a: ' 'I 1';) I If) I 1oU! 0 ;;'1, 1'.-";, --a... 0 I ,:~ 1, --". __ J...... ~ -\' 'I <0
01,1 ' 1 i I ~\ N U >wl':1 r--. I J"-:-_ () ...,,""
"' I' ,~ :::>. ---'. ---,--------.----.: .. ----;....---L_~,'" I w 1 I .A" " '. ~ ~ N . "-I I"'" M ('J 1;,1: , 0 I I I ' , 1-I' 1'--........ ill I _ I: I <.D :;,.-L 'T'I: 0
<.D "";1: , I , ~ TERRA' E ;,I!I i, I(~ .', ': ~'~......... ~ t J)!' 0 s.w. 63rd' C 1;:';-' ------1 I ~ <. ---------: w '&:;; ., tEl
-'1 ";,',\1
J 6441 I 6421 i 6401 : 6381 ',6341 6321 ;: Y; "'0 ----'I~1---'1 I" ;-1 ./ C I CO I , I;':' I ' " , !.... '"0 ..-, ,-'
1[1 I ",', ~C') ,{-: otl~---I5'-H'L:t-
, ,~ : , ..>:;. , ~ :' ...i.. . ./.p. I I en CD (Jj 0 I ! en I '"0 rn '. • 0 i~;:::
gIl ;:. <J L ':_.2.. V-.\::;.,c.{~'~ "7 ," ___ ~.. '.~ ,_ .. :) ",,~ \. _ '..:p, .. Y. I'-':ri \ 0 I ~ ~ {. ~:ri 'c;:6 LJ :;0' ~ ~ I CD g3ct' @-l~:'
:;; L) '_', .~~ _.. .. .. r.' yl I ~ I C") W ~. v~' ,C\I ~'"' '". w I w ~ I .J ." ~_'''''T ~-:;:;:,."L :..:::c=10' .', r,." +---....... "'.. -._!P ---r, ~ ~ . t-. ,~ ," -'T''''''' i' ---: ""T \ \ t),r" ---I : :! ~ VI : . ,
I I 1, I I ' , , ... I 0';" -5-J8 .// ",'tJ 6440' 6420 6400 i 6380 I 6340 : 6320 ll! ~:::l I r g I~ j);;;:::l ' '" .;..:., c..._~
.= I ~ 1?? .c' . I , i U <.D • n.;, I ~ <.0 o.D rr-'. --_I', ~ -.',.1 -. I '.A '> WPI I ill" ' ~, ,. ~ ·--·"-C .. ~-r-i' -... '\;,;;J' o:;::t, I Ii....... V I :::=0: I 1 --_' I 1 "K,) ;;., .,' \, "-"-. J , . : 1 I !ii I.~ , ~ . --:) --_.-L_. ----.: l ! -I
_-\"-' 'r~ "'----.---~-----__ -----I -------{\I~r+' CIJ-., -s: I-L,11St '-I-'-" I • ';' !: 1 1 'I 1 v r" '-, r'-.: : 3:\ \ !i I '
or' -! " 0 U i ~ J lID 0 ''''"' i (I)' --. 'i ~ . 6230 I 6210 to '\ i': • <0 I.. ~ ~ i·l : "I'.. r') I g; : • ~ ::2 ' I, ':> i ! ' 1:2. : ID <0 'I:-;J <0 o.D: 1 ~o S.W. 63rd I,~ ::=-: L • I I '111. -.. f ,i ~~. : '
: \~~ 0)) " \ ! ,i :,~ \ 1I ~;, " i 1 _ i ' ljERRACi= J ki=, -:i" ----~ ----c'-'> ___ --~:-.:---" 1/ , __ l'------
f
3
rr-
sw. 64~ _STREET (l:!.A!'lDEE D!'ll~ . __ _ Sw. 64th STREET _ Q:-IARDEE ~~~i9r,'~~I~"'", . _ r-~ ( 1 r=-~ r-~,-?0G ".', I I I I I ® ·NOTU5£0 I I tJ;;, '~S~
::" :, -" of: Lu::
I I N ":-~ -. S,p..i€. "t":.~::
-.... _ ' ~~O···. f:L f\\? .... 0_~ /-fiii."f; PUBLlC WORKs ;, .. ,~.s-..... ::! ••.•• ~~ .. ..: \~~/ ",,!' .. §.t.!~,. CW. Civil Works Inc. '''II~SION~::' .. ,,' "X,.O< ~ __ "'_I-"'I_'", c-...~ fJ\cm.... 1
!:'9'_":..W.,aT>_,. ORAfNAGEMAP
C-3
STRUCTURE
STRUCTURE TYPE INVERT ELEVATIONS BOTTOM SHEET NO. STA. OFFSET RIM ElEV. I REMARKS/STRUCT. SIZE NAME N 5 E W ELEV.
5-1 MANHOLE C-5 12+55.14 21.56' R I 7.80 EX. 4.37+ EX.4.37± 1.73 I (-)0.27 3.5'x38
5-2 MANHOLE C-6 1S+0S.64 5.93' R 7.90 EX. 3.34+ EX.3.34± 2.90 0.90 3.S'x3.5'
5-3 INLET C-7 31+18.33 12.69' R 7.53 1.40 2.90 (-)0.60 4' ROUND
5-4 INLET C-7 32+13.35 18.32' L 7.75 i 1.40 (-)0_60 3.5' ROUND --
5-5 INLET C-8 34+79.11 11.32' R 7.73 1.62 1.73 (-)1.77 SK1MMER EASTSIDE 5' ROUND
5-6 INLET C-8 35+05.98 15.76' L 7.62 1.62 (-)0.38 3.5' ROUND
5-7 MANHOlE C-9 22+00.00 S.OO'R 8.25 ----_. 1.73 -1.73 (-)1.77 S~IMMER EAST SIDE 3.5'>8.5'
5-. MANHOLE C+I0 24+15.00 5.00'R I 8.15 1.73 1.73 HL77 SKIMMER EAST AND WESTSIDE 3.5'X4.S'
5-9 MANHOLE C-11 42+55.00 21.01' l 7.96 EX.4.55+ EX.4.55± 1.73 (-)1.77 SKIMMER WEST SIDE 3.S'X3.5'
5-10 MANHOlE C-12 36+36.03 12.30'L-! 7.80 EX. 3.87+ EX. 3.8?± 1.73 (-)0.27 3.5'x3.5'
5-11 INLET C-14 52+03.42 12.79' R I 7.73 3.23 1.23 3.5' ROUND
5-12 INLET C-14 51+88.26 11.91" I 7.83 1.83 3.23 (-)0.07 3.5'X4.0'
5-13 MANHOlE C-15 53+48.80 S.62'R 7.76 EX.4.06± 1.83 (-)0.17 REMOVE EXIST. MH, SKIMMER NORTH SIDE 3.5'X3.5'
5-1. INLET C-17 72+07.47 l1.89'l I 8.23 3.23 1.23 3.5' ROUND -~
5-15 INLET C-17 72+31.07 13.86' R 7.95 EX.5.05± EX.S.40+ 2.95 0.95 REMOVE EXIST. MANHOLE 3.5"XS.0'
5-16 MANHOLE C-18 100+13.93 4.OO'R 8.12 EX.3.75± EX.3.7s± 2.15 (-)1.35 SKIMMER EAST SIDE 3.5'X3.S'
5-17 Nor USED
5-1' INLET C-20 82+16.82 2L13'l 8.20 2.00 0_00 3.5' ROUND
5-19 MANHOLE C-21 90+60.00 4.7S'R 8.60 2.00 2.00 0.00 4.0' ROUND
5-20 MANHOLE C-21 91+81.48 5.00'R 8.47 2.00 2.00 3.10 (-)1.50 SKIMMER NORTH SIDE 3.5'X3.5'
5-21 INLET C-21 91+81.48 IS.SO'R 8.27 3_39 1.39 3.5' ROUND
5-22 INLET C·22 93+46.63 0.32' R 8.3S 2.00 2_90 (-)1.50 SKIMMER SOUTH SIDE 4' ROUND , 5-23 INLET C-22 102+16.41 15.94' R 8.19 2_90 2.15 (-)1.35 SKIMMER WEST SIDE 5' ROUND
i
PAY ITEM NOTES: I -
Item No. Item Description Unit, Quantitv 4-43-70-.3 tNa..LIOES COST OF PIPE. BAlLAST ROCK, 443-7(h3 18-0 Exfiltration Trench LF I 606 flLltR f"ASRfC. AND "TRENCH RES"TORA1ION. , --.4fl-17~118 18" 0 said Pi e .4--2000 LFi--"i59 --430-175 IHClIJOES THE COST OF TRENOf RESroru. TlON. ~ 15" i3 Solid Pipe .4-2000) LF 5 • 430-175-115 ._ .. -m INCI.JJOES Tl-iE COST OF PA\£loIENT ANO SITE: ! 430-175-12 12" Solid Conc. Pipe (Rep) LF 60 ~ORATlON.
~ 425-5 Remove Draina e Structure EA i 2 33+-1-24 INO..lJOES AlL COSl$ ASSOCIATEO WI"!'H lH£ ,\\lIUIU"11
~ 425-2-71 Manhole lEA 10 PAVDlENT CONSTRUCTION INa.UOING PRiWE , .. '''of>.. M. Bc:/'"
ANO TAD< COAT. SAWCl.JTl1NG, AND AU.. ITaIS ...... ~ ••••••• ~ •• I. ' .... , 425-1-501 Inlet EA 12 INDICA1£!) IN 1)1£ PAVOIENT DESIGN (5I-IT c-Z!? S< .. ,CENS,i· •..• "::;. ,; 339-1 all ron 1 inch , TN 4 208-1 US£ ClASS NS ~ PER FOOl INDEX 2~ * / fIt,1) -3854.2 .... *; c 334-1-24 .. _ Roadway Pavement ~si n SY 90 • :::,<,-'1 ~-=
334-1-13 Resurf~!~Jype 8-1 (1 in) TN 290 =,·~:li ;0::=
---0" '!" .1.1.:-" 334-1-12 Driveway Restoration (/lsphalt) TN 2 I ~-:p\ STATE OF /41§
" 327-70-1 Milling 1 Inch ave. sy, 5,~ -:.0'· ,c:--o~.-~", ~ 210-1-9 Base Rework 10% of M&R) SY I 527 ";,'"'/i-&';/.r:.~: .. ~~<::t... .... ~
1 208-1 Concrete COllars JaCkets) EA 13 "" tONA\.. \"\ ....
It1ll'HIHt\\
~ " ...-:-i',,\ PUBUC WORKS C W I Civil Worlrs, Inc. -I ~ ;~'.,--:,;} ... ~= ("" ___ ~ c ... ...,!1lJ DRAINAGE STRUCTURE TABLE C-4 ~ 11<9, ~"', 17 ST. s.., ..
~ Do<ol, n. llJ""\.IOlo!m-<5<l
" '/~'
hi
---'1 "". ~'R/W L,'Ji_--
o " '" ~~';"; ?~:t:~~~_; \ "I
s.w. 64th COURT ~---.
Feet
'N'e'.~ mTI 1
(W; 1:1" Ci;>'lC \ " 'Jy=3C3 r""! i I ...... CI c-f' '" "'0 e~ ,3''''~~ < ',I " <",c • .,'. EX< 'to,,, UTIL P ... _-, .. 0
!;C' .... 0,-, ., -;0 ._. -" /"a \'/' ,I) • <$' n 1\,\ __ ... 3..:f~~" JlI f--ru/~-ft""':\ -, d ~ ~'};,J" ?)j;J>.t:.~_ {Td;REMAfrn (TYe.~L~ "f ' .(''.>,.,
'J;,,,--~ __ , "C ~,-,,,w'7w,2"g. ""'. D /--rt ' .,;-j?t..~-.., :~ /.; -'---
• • 1,1 ".>V_ ':;<5 . ...,. r<9 ,'.. V ,..'t~l-'? !'<"Zf..j' ~I L" ",,""'" ~ 1
, ~'.->~ --Ji; _,_,_P'g~ S' ,'t;. x \.-Y><1'..r, -""'0 ' / ~..,..--M-W< !L.~<AA--~:~-5-. "''';-~ '-\_ '~ -= 5'7,7 AS"".'" ~$.--:{;' i-A5P,y.,·, <:e S00. it;~ -:-",
4, : \.EX. 4"' $';~-"i ~~-t~ _ ~:-;" =--~~:--=:~<'::--:-~,~ _;:;"-A:
~5' -_ .. _,-----
W.M. (E 10305) 11+00' '
~ -? ,'\. \,~ <S'4$ ....-"'.", ~~-.dC<..-f'::V. EX J:r\ -Ni: ___ '-___ "_,, ..... _I~, >Jv=""", IT<C STORM ~4---~~ct -t,..., /."" ~v.r r~ \_ '" '-
6 _ L /r "",'e' l.:J.''''l.... ~ ~ I..,..J. '1.~ ~C ___ ', ~'_-'_ "or ... ~ ~ f Y' r-...> \ ,IS ~ ,,---,. _r~"'f\-"" _ ~ '. C, ." :::[ . ' ,', '_c'~:C; ~')., ~-v ) " _ ,_ ~_"'~. _'-"_'(" ~ ~;;t.r , -.;;'''~ -&..,9, -_fJ;_--~' ~--------CONST ASPHALT APRON--.... 0 ~, 'I. ,;, ---/~ ~-~ I'" '~, _". PER CATCH BA5lN
-0;", RjW./ i\ -~"~~':,"[ r.r>:i"-'iM71 PAVEMENT DOTAIL
_fRfW
g i COjV~'. ,.' ...... V'.,., .. LlO.----r-vNST. 'I':. l .-, ,.,. ." I c: ,.." .. r .. ' ......... 1 ,.,. l~!V-7 __ :1.:!...!."'""', I
{5j 17" CC·",C.
;NV=.3.9'1 FCl ': 1
I B~TTCI.(
I i iNV"",_~.8-' ";;r,
;
CUT 10 W-VI" rAJ.:"
J2" DIA CONe. PIPE
TO EXIST. lr CONe.
CONST. 33 LF OF 18" 0 I ,.,,,,,"~,Fc I
PIPE
-:t:,
~
63
'.f:C' ~cS.S3
LEGEND
@ ,~ ~ETAL LIGHT POlE e TELEPHONE sox (0 ELECTRIC MANI-tOL£ RIGHT Of WAY UNES
" GlJY WIRE $) STORM MANHOLE (f; TELEPHONE MANHOLE -"(>,,~-OV£RHEAD UTIL1lY LINES
,> UTILllY POWER POLE
0' GUAAD POLE ®
@ GAS VAlVE LOT CORNER
~ fiRE HYDRANT TRAme SIGN ;;,; UNKNOWN MANHOLE n TREE (SPECIES UNKNOWN)
'."J WATER METER 6 ;"". ,<MJ<T>
,~
CATCH BASIN ;+ PALM TREE
.:?J WATER VAlVE ® DRAINAGE MANHOLE ~"G' SPOT EJ.£VATlON
, ELECTRIC BOX ):~ uGHT POLE .6. TEMPORARY BENCHMARK • PINE TREE
s
'" MAIL BOX ~ SEWER YAl.-V£ 9--'" SEMAPHORE 0 ORNAMENTAL PlANT
,~'_1~ :~ DlMlOlJ< ~s?READ-"EIGKT * COCONUT PP.I..M
PROP. STORM MANHOU: [m'l r.!1IJ. (1 IN.)
PROP. PIPE
,-:'> RESURfACE (1 IN.)
PROP. FXrll lRFNr.H 1IX:lW''¢t!!l!I. ',"'PJ:lAlT " PROf-'.
EXIST. SANITARY PIP[
EXIST. STORM PIPE
EXIST. WATERMAIN
EXIST. GAS MAlN
,\t'i£'tl§'b
-=== o
-~--
[
CWI PLAN$HEET c-s
;;
l
,
o
r ---
I
e_;, 'II '.0, _5.W. 64th ~<,,,COUR,.T
R/W d S ~'W)< ! "'w~' <'r !i> ' {O " / r' i~'" '-~ ~ __ ~r., _ --__ ~ ______ L.2~ ____ _
~ ,\'O~ A ( > > >-J-:/}, ..... '" '" G < .... ';>'... J )/.,",~_ .)0' ""'~, t,-,,,,> ;x-_~~?,_(),~ _=_0w. _ "~.-i/.rl;./-~.--cut.{'!~+~~L",<>" ':;0:;'
\ sec ... ~// ,S?-lAI T : ,> > .; :.>OD..., I ;"~'PH-:S! r ,,«} , -''':J \.":.0 II ... .} ----..>..:--.--.,. ... ---~:.~. W ---... \e'L -:....:::.... =-~,~~-,,~ w --:~':~ =---~ :l';;;;((=-'~'-=--=~ ~_.~ w_.:=~:=.!:
"'S .... ,'> 0 "-~ .. >~ c-;:, CONST. MANJ;iOLE, CUT 10 LF
'C~ ;-,;;_ ---~11
> "",,--_ "';J"--~"'~'-"--'''--'~''" ;::!'~<"
0,,3:
c
EX £" WM EXIST. IT 0 CONe. PIPE, CONNI
-,
'?i '--,:~ .-.. ";>:EX:';;'--
TO ,-,,,.-.-.-... .... n ...... '"
,
"Ir~_>_
:''1" _
sr.·;)
.-1 -1'~ ~~.,~5'~p-.:::-
<;TnRAr<
"(j/ ',;:., /~-------
/~_.:)':>'''''~/-~~7 ~-~.~-_m,_%-_-'--->f-x,,,~,_._ ,
!".r.E:..o-':'.86
>~ iF E.-~.71
',"" JL C~:."C.
I~V·"t., 19 "t:-:-
SC-j';::'W
'~'J=3 C4 FEEl
ff' 1
lS) lY CON~~
;;':\{=3,':-; FE:T
30,-(»,
_____ '~~_=_2, r , ____ _
\\III1IHIIII \\\\\ til. B~( , ...... .. \' '0'" ••••••• ~ .. ... .... \"'!f-••• c:-E.NSS··· ••• "*~ ...... v." \ 'l'.-:. ~ ... " '$'8~,4-;..;; ~ :~~:o:= =~:~*.'-:u:~ = ~.' ':S', .~ Of .:~ E ~--a"". '5i;o..\ Q~"~$
-;,'PO··· . .c.-L Of\: .. ~~ ...... '" ~".,:,~SSjON·?-~\\\\\
"lllfunUl
l:J c:
~
f'\J -'-Dct:
llJ
5:1--/ /
// Z ! a I
o )0 '?Q I
~
feet
(5) 1:;-F~,\S1iC
l}lV ... :' 23 '"::.n
(E) 15" PLAST.C
INV-2.jg ,e,:::
8;):'18),'
:",\'=:Z.4~ FEt.'
~ ,
0'
rn
>
sa: SHErr (;_7
./ SW ""'"'' ~ lID. , SY ::~
... t; :( ...
<.> .... 0. "( ~ <.> ~ h~~~~ (:j~
• "-'" .... ~ ol. '=-! • ~ SW63RDl"E ~<'l ~~ ;t~ ~
1<:1 \ \ I ''''f Sll603m1t
u ~r -to .-~ -d
LOCATION MAP
N.T.S:
PLAN SHEET C-6
I \=! 1~ ON~9 ~i'
I ! --J1J..}-r. I
·z _2:2 -~ ld ONZg MS I
~ 1~ .... o -fCj
"" O!!~9 MS
1:1 Q)lf9 hiS "15 , . ~~~ -v-e-
• •
~ ~ i" • ~ I
~ !
1\ lO HUg ..... S ~ "
,
!
t
1
l
! , ,
l , • < I
i-
!
.\
s.w. 62nd
;-'_'_oo-·(;.es RIW\ -rJ".1: co Sd~
'O~;'-\.--ij \..-, /f ~I::':'''~\V==>-~.'(-s:;;. ..... _ ~ _ '" ' -; ... "
;>\... -c-. '\ ;J,'.'-''t? '~...ii<. ~:..:;::: , ,~/ ..:./f?:.L',~ ;<A __ ''''''~(),'''~ -'-'.
~"'5>-E"" ;~~F~",~~""-O~1~1
_ ",f ~ .... ? .(.1-~'r: 0." ')"
S::1) ~-;-~"~W~~.~~.---.c-EX.-Gif-?'''--_~._ t~ [) "'5,.~~._~TY'r;:...,l:~~_ " ,-
/ '"", ~~-:;~~~~. ---(;-'0" (;,<:" ,,,.s-.' 500. , . , ..v,,:~ . '-' j ..... '\<'~----=::::~ y~"';. .;> ~~~-'~"'~( .. =10.; ~~-:'~ '!.... !
ASPHALT DANEWAY PAVEIAENT DESIGN
1. SAWctn EXIST. ASPHAlT DRIVEWAY
2. " OF ASPHAlT PAVEMENT
J. 6' UMEROCK elISE COI.IPACTEO 10 98lI:; OF
I.IAX. DENSITY P£R AASliJO T-18.O MOORED.
,
___ i_
I.TERRAe;
~' c' r.:.=R95
5/UNCUT.
ASPHALT DRIVEWAY
PER ASPHALT DRIVEWAY
DESJGN (TYP.)
"",,\1111111"1/
.......... '01'-Mo. Bt-
II
, ...... ,~ •••• E." .•.• <::::((,. ..... ,
5' '::.< .. ,0 NS~·' ....... .. ff * =--_ W3~5~2 .... *~-:. : ~*-/-', ~
;.-.;)0:.;" "Y *.. ~a::~ ;~". S1,6"TE OF :/!.;§ -:. . .o"'~ ..-~~ .... ,~ ... f..Of\\~:.··" $ ',&8 ..•••••• Y--~0 ... ~
""IIONA\" \.",
IfJlIlI1'\\\\
j
10 20
~ ........-.r
Feet
-T
I
rY.::"=3.1;
~w-
F.C:-_:;:.=9.6~
sw 62ND"IE f] t-{q:f €-7
<..> r I
~u
~
01 ~I
LOCATION MAP
N.l.s.
~ 1>0... B&'''<-PUBUC WORKS C W I Civil Works, Inc. C
? = R~'~) ~~ ~.~_~",j)l'jJ!: PLAN SHEET :-IJ ~, _~ -~:;;,V ... ~~-"""',fl.;am(lOl)m..mJ
,
" ~ • i
i
j
, " " '=--------.......
Feet
j s.w. 'r.[0"'26 ~ '~:-l'"}V '<;'<." ~ 7~':; «::~'
63rd TERRACE!
,
, o· u ""' .? _' ,}' , "£0" c. OOh0" . .,> ", ' f,;' o c.=---'.. ., ,>'" ~",,,'f Y"'-'\ --...., .. 1 \ 1-_ ,~_._I'_ _ _ ,___ •
C VI ,.,' ~ . ,<;._ •• __ r"'" ~'~.u' j ,::>'1" A:O",' " EX. 2 w~, ~ ~~ '\ ~ -" ,. ",;>'"" /cc::::,,: ,<:'.:: .. :':)rf1i fJc' ',~;Zv' ., I$.t;'l t'.,.-). C .
w --~~ • ',' ,,,,"' .~o'''''''-''''E''~ 7 (J!l*." ",.,,~~ ~'" f't.>": • ' I,' .' .' ." '<7 • ".. -.~. '.. ,~, • ""'2!. ' , _, ... " --'>"
---,'-
~." . 'i>""$ c;_ 'I.. :;oc: .;~, ",,' \1 '-DLE t""-.",' ,~ci' 'Ie;: ~'Y:..:;I ~*-T-'f&-, , ,;. " _... ___ ,~ _2>~ <!l. .' __ ,,' "" ,", • • ~ • ~ _" • ,.y _. •
-;;'., ... ,,"W'! I '"'><" __ ~_ ~ y' :., ~'~".' "0" '<J"~"r 'Xi"",-''''A~'f; --<;,lI _ "'~~ _;;; __ @_""-","/
--4"4t.'-' ~ ---')"1' ,,' Ol;.':o'" " 5-7 '\"~ ",</ 'to 'b 22+00
.. F.: =-9.9)
~.:f6 ~~r,s-j:,:'(;~, -,,--" c;.~ -. -GAS -~~s",~~~~~",,> '~~~'?;"'S\4 ,;J:sM GA~ \~a __ ~ .. SOD ~-,;:"ASPHf.,l~+ ,,' sell 1"~:--' '6"~'" "'''
\.>' .'
~'10/' .~. / P ,. .~'IJ"
~/"-.----....!-';.; _____ ---<-_I
Li (,.~ F." I
, -~
:-;:-.~ ~ lCl.{\'i 'e I: Y~
95 LF OF 18~ ~ PIPE
I;
I
\\\\IIIUII1111~""
\.\.\ Wi., Bc((. ... " \. .. 'O~ ••..••.•• ... ... ...... \~.··C~NS€' ..... ~-:;. f/···v
' ",s,.2 \j ~*i1f5:::jN ~~" s '0.'0-,:-~Jb···.I:LOP.\.··~ ......
"" iC'~"""""'\.. ~\ .. " ~"'" .sS/ONp..,\\\\
"IIIIHIH"
" '1>--
F;-;::,=1(; . .34
"
30 U'
18" (21 EXFIL.
TRENCH
v
>-SW 62NC TE 0 t; > SI' 52HD 1£
o <c ~ fl ~ ~ b . ~ --. ~ ir S3ROlE ~ ~~
III ~ d 01 ~l ~ ~
LOCATION MAP
N.T.S. ~-
PLAN SHEET
'z 'M~! r
e-9
s.w.
~ •. )'
63rd
.,. . " t"''tJ
-----r---
r.r''['=1G 17
TERRACE
\.~~ .i~c_ ~
.; . ; . f'-r_L-S.95
""" ,.
----:v-:--
<5;\; fa> LEX 2M WM o· ~ \, ",' ~,~ "~ "'f -,l't> srr-,-",..." ,...,q _ ' ... '" ~U'. ,,~~ ~ SOD
:'\ "''--~-o::::.::r'-~') \S'o-fAL'-* ~ .',::J·'hAL' "". .\<010'''"'',--:-\
J
10 20
~
Feel
~-,L~,..l£? __ ~¥..g-~ '1:,>:,;-" --!.... --.::--" .... --" -~"'~---,t:I .. ,,"'---.., #I ---., .;1,"-., ~ -;: .,:2:....;.-""'--~ \10
-.... ~/-_~~ __ X_ ---')."------c?ills/.183 [rJl--""'"--_. ----'),."',"-!'.:: --, ..... '?>---..".~-----
18-0 EXFIL.
-(;~5-----CN;;--';,"'OIl"~ -. ~EX. GAS \ ~ ....... ,,;>< "
,," ~ --,-
I
--:-~-.' ~J ~,-,-;_7
r f"_E """,C I?
,'II1IH 'III,
, ...... ' Ni_ Bel.. """ .... ",j>. ••••••••• '-"
.. ' .. ~"'.·c:~NS€' ••••. ~~ ~v.··, 2 _. ;.
.:-.. " '-'3~54 ..... ~ :" ~"D---:-; a::: =~:«~" ... "" :I.J..:= =:. " '~" :41:: ': V,.\.;,", TE Or ... <,~ :. -0". . s,p.: ~'.r;:'':-0;....... \'0.""",,-~.>'o···,r;:l.op. •• ".-.~ ..... " .. ~ ;('<<$'" ••••••••••• \..~ .. ..
'.r"" SSIONJ!>.""",,,
"IIIHIlIl"
~tt ~I~
t;
PlAN SHEET C·10
•
,
~
£
I jo·'. . .. ---_. \ -.~
~
s.w. 63rd ~ COURT
5::::'-,
. . ~~'(="'" -'~"\;,;?;L--U~'~· ~r-. ~, ~~ ___ ) ~"" '4>1\" ({.;-~ )~"
1 ') , ~ ',."r.
~(V --",.'-
of'-.:'~~ --c ~ --
.~--
.... '<.t~ %
C; _. ~.'; -~~ • G
S03U6'40"(
h -;;-~~~""(;
z;
10 2V
Feet
MATCH LINE STA. 26+00.00 SEE SHEET C-l0
CONST. 29 LF OF IS" 0 'EXFlL TRENCH:[ "T > ~;1W"Tij ,.
CONST. MANHOLE. " ... " .' . .;, ,.:_, "
CUT 10 LF OF EX/ST. ,~~, ,C'O t',,,,~:-\
12'" 0 CONe. PIPE.
CONNECT TO
EXISTING PIPES.
'0
'1;
~
" i/
--\}gz~~E~~ $;;; --'1
CABLE )' SC{l <t4
;' / J
j" ~ R/W
1 __ ._ CC.'--. _
~ ___ " __ .. L_ __ __
-', \~:>
L.F.O:.=~Q'jJ
~.----..•
o ~g.gG
,.,,\\'UII"/~I
.......... QF'-M. 8""'" ..... ,~ •••••••••• o.;:{("
$ 'V •• ·\CENS~·. "" $ .. " v·'. -:;. = *:" ~.30542 ',.'*:' ~ i :/7'.,:..d_~' ~ ~
;~:'. STATE OF .:fIE
"::. ... 0-<'· ••• ,('-'?-/#'§ "<$",,,·.!-OR\'O··-0'''' ' .. ~s·········;..·~ .. ... ""1 IONAL >;;-, ....... ..
"'lIunt'''\
, ---_.
~I ~I t;\
LOCATION MAP
N.I.S:
PLAN SHEET C~11
s
.'r'
~ , ,
j
CONST. 34
OF ]S" 0 PfPE
I
\'~) ~:£'~'~~:~~" '~=S<.95 ~"l~. '-iIG~(W ?.r.F~~:~r~2~·T ., '.4 ____ .... t --T&T . ' • ",,",T. 3CFT0\,
Ci·::,r-:-o·1I. BURIED A ~.( "'\ C".L-L ~ y!V~2 2e ,reF;-,. ..............-'-,;" ~ ),r:~1-.;~-,::~"';~;0G ;-~::..::., .. Y_~ CA8Lf~ ~-{~1 ~v_ ~~ ~ ,', --'-~c'1 :-.x )4~ ~ ~ ~(j,:t;., "& 1"GA5MAfN~ ---,"'-\. ..... ), K.>t5' SOC
/--V>--~ -':~-.
-l;~---c.,;::"L "c -: _ '--::( ---,~-
;,:)/-" I I';, ::-[;:-1
-~:\.r:l-COK
,~,I';~! . ~ '.=-' •
"
i F' ,.o,.:~: ',c'oT-@;-~~_3Pf:'J
'4.f.Q-O '\ '~r
""glJ.J
0,jU
'D~ c:c
;;iC:C .lJ.J
V)f--
EXIST 6
w
CI WM~ ".~ '.' .'
-\ ';" I .~" ~>
....::2'",,_>=:_ ~"'~'~ -7'~----.c -""".>..,~,,----::-";;::---:::-~,,---7,~-~ ---=""'F~llt-1Ll:i~,,'17:'---:>c..:... __ ,. =r. <::~?-'''.it,A<;r'-l'!-\~---,,,,\,-,(,~':;...-AS-.'I .\0 ~ ·ff-..,--'''' ->G-D-J: 4;-"~J~k\l-' ":,.--S"N.~ 4i.-r.,':ss.;;&), .. !!l,c~W --,.;;.,:,'S~r-i~
V ~s\ ' /, ,:,;(1' '0 \ .... , I., /f '"'",. \( '-' ~ _j' '<" .. , ,.-\, G',y".~.>u--t"'l.>,:..:1r"\f "~-I'-:)11"'~'>.,-..---¥', ~ -~-,,-''<'--<jJ ,<~~ .. ~U '"~'-~'=-','>.F"---:-""'~~''''-----'>.'''''f''''''~ -~"'"
I f--, '1::.~ ;,->~, ,> >" ~;; 1 "U 1 .-I;..,rl.n.r--t;n co \1ff set) ;--;-i"'-~~. sac '-'!.:> .l'~ \ -'--<l'<l?" -::~<, r A , I ~"" ',,~,; S(:·~) 't"Ul.l1-h ... "'1.\",, ~~~;i('~~,", ·d;Ln:;,~c;-:c. \>,~ -"'" -~ 'C:-~"1;----i;~!it:#c --~i~;~!;~\~~ -
,:.., c(." I!'>:V-~.):J I-U.I
I
? STATION: 36+3603 (S~ 1;:1," ),'A, ',,1':C
OFFSET: J2.30· LT I)';V~': G:}!'":=:fT
63 d COURT ,w', b' " S.W. r "'/"' 'F
!30~~Cl!,(
iT.::: "_9 77 !N'.'~O '3\ ~~_
,,\lUIUIIII ",\\ "... M. 8 1111, ...... ' \:~?""" ... f:« ',; ~ v." \CENS~" '; f:/~:~~~-~\*\
,-~--Q~:/:tLt!{ "/I; lifE
1 %:0 .. ;;ATE ~~""n !. ",,,,~s.·· ... 9.!!,\,,·~0, ..... '" ~ "tt,S/ONA'-~\\\\.. LOCATION MAP ~ 'ltulliull ~ IU.s.
2:z
Q 10 20
~
feet
(.L-'_L~:Ht!
L,, ___ _
~ N -•• '~.-' ':~ PUBUC WORKS CW I Civil Works, Inc. s -.... tel ';", ~~ iJNISICII<I c.-Itoor ""--CA ,m" PLAN SHEET ~ ClM<1ood ~, ~.J -"':au _ ....... "',., "": ItW_ "sr. ""'" , .. ::: ............. ~':::.Y"'''''' ""001'0:-_ ....... P.JJUOS[lOI",,' .. m
"
o
;:'
en
w z
::J
•
" 8 , ,
i ,
'"' ""r..--
lQ 20
~----------.
Feet
[-T -R/VI , I \,"li 0 ~ 63( i \, s ;.N , o'k---<;
+'" COU
" i £1", I ~ I . 9' --
;; i /", -'i'C{,C{" -----= --~ 'I'"l' ;" 'liE";}'). E)'-'"GASMAIN~;'O '" --" 1 (f:'l,,-j...'i-,M -" ;< .. ~ . ~-: Ir~'-''Yf.''';) -'~o ~,()t) _:' -' _ --"f.. -"" f: "'0 J;l:;~::~r~J1lJ!1~,:' c_ '~--':;-" ''-:-;s, '~~,.~ '"
+ N -,,' ;..,y.",,,' ,"
-,
-\
lrr1~
"¢""-
\
\
i.
\
10 T 46+00 w t"' , ...... ,'<-td v "'. > ,11>,,0.· -< L! <~" SOJ'Qt,'4rn --'-> -' -~ ", ---:;-'" \
f-_>~ "{i _ ,<;}~~ ... ~ .--/,... -'~.<-~-" -'~ ","--
U) ----::;-"'r-. _ ":. --__ -<f£ -~""~;< --;Vi::£ _---'" 0-.>'. <--"'",,---",,--"" " '?-o\\\;. ~B~f">~"'':' v. ~ ...... ~~-_-':"L .. --Y-~J.v:o.~ <e(',) ~ ::it:--~ --~(>.A---A:.~ --'--r' ,\' "'C -L:1'£FA~" ---\..R/'H Ir ~-~~'f", <;,,', ~'-';j\ ') ~ "'_1 V.
I }" C.)' C:U~'B_ -----
() ">;'d,,;'-'Z",r:: EX 6" CI ~'{;"" , -'--C' f--rG~"V'\ y----, " ' "\ « , ;)<~I ~", ~-":', I ,}."., ,~,./y -" ';', \ ::2 "'~ "" .... ~G:> C~!R8 I' ., ,-' I R/W'<r ill.>" "\...-o-j FF~ -9.48 "
~J.~,
'I. ... \\\\'IJIIII',II",
... "" \~O!,:.~: .. EJE"( " ... ... ,'" ........ ··,GEN,s· .. < ... ... ~ .......... S-". ~
~*~,""'*; ~-o~'-* }a:~
-:.":!l'.. STATE OF ':lJ.:::
;O..(\ .... /;< .""_.!:!:t$ ~ .. ~"".~ 0 R\~~" ~ ... ~ ...... && .•••••.• ~0 .. , "",IONAL~ .... "'\"
"llllln'\\\
V \ m -
sw 6211). 1£
$'II 62ND 1£ , ::; ~ 0-" e .~ t ~ 6 ~~ v ~ ~ <>
~ ,~ ~ , 0
~ G-9 t j;, "t, 4-~ ~~~1{ ~ 6 SN 63RO 1£ @ ~ ~
.sJ e.L-T ,
o < e ~ -J
LOCATION MAP
H.T.s.
PLAN SHEET C-13
j
~-~~--
\ R/W
.,
i 63rd s.w, AVENUE
\) ,
" r-'F,'(;o ,;:'>' '>'. ·i_ g" : "", . < _',' ~ .. ", 4" 0.1. WI< CONST. ASPHALT
',~, >-> ... ;,..l-'J,'-r~~. ;'"!'JRIW l-n~t:;E U"'..f ~< ~ DRlVEWAYPER
,_. _. ___ •• ,~)~ ,~ y r.--'" • ___ ' _ _ ,~~ ",\" ASPHALT DRlVElVAY
i,'>'" .:""""""_'--;' e, DESIGN
7-" :.~,.> ~ ~,-~~~-';:;::":p::c_1:~: . ;~I :' -,------'
,,",,,,' 'O-"'~, .,., S'" • ,,_\,,!;,;;W,-,.' ~{2 7,-------\, '" '''--' -_._" ; ~,~q--J!':' '~Sef' 1-;" -~:;;,~:~:. ~~~~;;,~"",., ",'Ie, ,
lLJ
lLJ
G .. . CC ,,""_> '-,," ~"PI~l "'1' -\ 'SF'I'" $~~.~ ""'~~ __ ,,,-, ~ -""" '" I ,"""",," 1,",_ ""'" '" C-\~~ -~" ,_ ,,,,,-,-ols>-t.-__ :'QR, ';; ;.. j .::r:: r / /. ~.~, '''cS \.P/ >, ',~ ,'--~ " yt --:;. "'~
lr) : /~ : ',.~ ,-\ >, "'1< "~. '-"~< "!:", ~~)" -" -"'-~F~':O~~
, NCo ,--,e,
El.:"~ ""-i' 88'
~
~
Zz
o 10 20
~~
Feet :-,-""0''::'':')
0'"
..:.:\''-" > ~ •
:i.
'<!t, """,SL'-:: _~~J:<~lt~~:
L___ 3S' __ '" R/W .. -~--'~----'--"--'-"--' ----------
\\\UHllIl"111
........ 01'-M. a I" .... ,~ ........ .e-« " ~ .. " .. ··:..CENS·;;... ...-:. f*:~'\*\ ~-o~/.il:~: ~ ~.-L~§
'S-:!l'.. STATE OF .:I.J...§ ;.~......... \>-•• a t.v~ -:'~"'-OR\O .,*~ ""'" 8'.;;· ......... ·~0 ",
"'IIIO NA \.. € ,\",
""flllll'l'
CWI
~","OTE MID-" ~ .... ~ t> ~ .... <.J .... 0. .. .....I U ~ ?~~~~ ... ~ <D~ ~ <D i!51'-i-=-:! <D
;;t: <Q SW 63RD TE ~ '" ~ <0 C~ ~ . III (l) ~ 'r.:;;'; '" 'ST I <119SWr.llDTI:
J:;! ;;,1 ~ " d
LOCATION MAP
N.T.5.
PlAN SHEET C-14
s
lI)
d ,
c';\ w
-1 •
'" '<l
m
,,,
o '.
," w , ..
;-'---
3J't/'d 'd 31
"T'---
r :-,E "',),22
., ) ,,~, r
'\ \~,1. -1>5~ "'~J' ~. -·<;f'>'::-·X~-I<~"-5';.0. .,' -.,.I.\J -f'-.--~
--_soo ____ ,.
rfC~:UC
pUc9 'M'S
!l: ;;
i:".l o~9 MS 5~
& ,<>-,..". , ~'
~ ~ c 9 ~~ ~; "
~ <>. " i:> Hlt9 MS
'l"~ .
-
== o
1 35'
-]
'~I :;:LU
~I ";tLU
~a
,C(
$«( ,::t:
V)"-
t .::is.'
,
;
-~\
,
~ " ' ..
L 9{ -::. "'."5
(' ,;:~,
" ".::t-~ 0.,
'\-'r ---~.:---::-~~a::;
SO]
-"1'/ --\\'>-.,.--'~ ,,., t
S:",,,;-__ ""';'-:'-L.;.--s, 1;-
-"'0
--~-
'"
s,w,
,-
I' ;;;
:;:.---~ ,,~ -~,,-"~:-:,.. y,EX.4~CI WM ' -SQ~ (E-10280j ..
'I.' w--,,--,"
.-!?--.,
"'.:
71+00
.~X:;
.-$"\'" "'~ '~¢' sn:)
~,
~,,:U'-r-""'I),;l' ?"'·tl~=~-=;·~== ;~
S<Xl
j.--
"C'.;: ,/ ~R/~> 'F.E.-'-:C.b5
/ CONST. ASPHALT
APRON PER
CATCH BASIN
ASPHALT APRON
/ " L...:2.-1,:-3 ,J/ :-~ .. ::. '\
:t..:) 12" :::c~~c
'.',...,5,97 Ff<~
3;;~':)1.'
'!\r'~::, 12 rrET
62nd
i DETAiL ~J,I:-:-:-::;"",,.:
Ze , " " PLACE I...,;",;; _
Feet
r.i C". -1 C'.42
''': "'< "-,, ~-;~-.-:--/~'''-~'i"~!~
.. -..'.-.!"./'rl
-:·\~.@LF ";~~~~~'X~-~, X~_ ,"", ___ ,
'-"'---;' cO '-=EX. /~As
~
'1,\-:'.,,):'; ~E:::-;"
·:S) ;7" ,~e;.<c
;.';v_;; 4C :.\,'
G~"'7T+JM
1.o,;V=" -,0 ,L'.-
sa: 91EET C-20
1.\l1l11 ""IIII~,
........ ~~C!!':.~: .. t;~" ... ; ...
....... ' ~.~\CEt\lS~ •• ~ ~
f* .... ~~ 38542 \*~ ~"pr:~",I =::J~ STATE. OF ..-ft .. :::: ~~' .. ~ ... ~ .. ~ ~<":""(ORIO!:"~'''' ...... 6'& • •••••••••• \'\0 .. , ..
...... ",/ONAL c.,\\\"
1"IIHU1\\
,;,i;"", ..
"'s"l::' rFL~-lOe2
\""REMOVE EXIST. TNLET
CONNECT EXlST. PIPES
TO PROP. INLET
1/
G;~~
~\ ~I 0'
LOCATION MAP
NT;'
PLAN SHEET C-17
~
s.w. 62nd
" u [, -,935
-.> ~.~-:-
~:.) "'1
.. ~
""J C' <l' ~"~~;;~::.'~<:,c
<~ "?
" f.~SW~6~"=DE3"~=fin: "~ e-7-eo< '-' <..> I@
?' 'P :2
:. • .(;-9 ..:-~
~~SW63ROn: d;""
<, ~'--~
til :t\ ~\
,UtlUII"t" "",l \'-IDA 41 I~~~ ......... \..\ •••••••. (J"
LOCATION MAP
~ .···\.ICE4·· .. ~ ~ }*/ .. e~ .... < ~
2 :~._~~38S-:< ":. -= ::"Oy-<.,~.:*= =::0: ,{fIN ~ ::: ~~: 8;>-",;>-# 20t5 ./ 2
-:. ""' ••• -<'>( OF "'f(tJ;:~ ~oJ"&··.9 Fr I 0 ~.<,X; ..... '" " /0 .••••.•.• G\"-" .. ..
"" '''AL EN. \\~"
""'/11111\\\
PLACq CUT EXISf.
12" STORM PIPE.
CONNECT EXIST.
PIPE TO PROP.
.;/'.Cr, .~. . C{~l'!ANHQJ-E
N.l_S.
~r:~' ~::'~2:~};'<
-:1>' j. ,\SPHA. 1 "-<'U-.:· -'. ,--'.' "._ £:,. '"" .. j ,'" .. "'-,.,. _ ',-' '--~ .. -" if' ~ --li><\,'c,
"'" EX. 6~ C./. W1l1. '..)
'"
'> .. ~
0_::-'~J
;;\ -:~ _. '~---:;'-~'I'''-·-!)'-..-.-~ -~ -f ~~ "'S>?l-;J-~:,f'-~C'Q!..~~_---.:
(j'I <'};.,-"4 .... ~, -'''41:::'''''-i'!!"o---4" ./(O1~'
c,"-' -t ... ~ -----;;(..'C' --~> \<>'.;> -~~ ,')<<9: I a~ . 'fu5 ~. --~~~-=-""~~ ~ ·c~~,--;~, ~=:>~:~ :'~-~~::~ ':'~~~i~;
E)(. GAS MAIN7 }';;:;:-r p."-SJ·j,\Ll.
,
'---->j<a~ ;:;~J~ -".,,~ >"". '.~
§, co
~C1S R'Y ,;" c:1~:';~"/ :;~,'~c
\\\) :2-CC)~C
1",',-.-1 00 f'OET
\~,~ 17" CO",C
IN';· "'.1~, f i' T
60T'C;I.! _______ hU---:"-.03 n-,;-~
CWI
MATCH LINE STA. 61+30.00 !U: SH'"..(r C--15
P:7-,-
"" ..
o "
~QFOV
i';\'-2.57 .[E f
PlAN SHEET C-18
.
~I r 'r01 :;~,f:. <";j/"-,_
t:l~-"-.{x-<:", ~;c,~""
",' /-'¢' -• --, -'"" I·.if.""""-:C'-'FX~ 4 8 C! WM-' ,; ...
2
':;.:0
j --r--P':/'f.
0; l;;,,,/ ~\. iN 50~ q~>l.,· /_i'-''-\'I _. ___ ""''''''----'--6>*.' --\', --\\
'!>~ ..... -...:.
Ie)'.
Zz
o ID ;0"
~
Feet
g ~~ __ " i--:..... _. . ---~\, _.--,,; -" " ."\ <t (J.j" O~ ~ \ ~ ,_, e~'EO" "'",,~ zg,:'~:;,> 77</)0 \
r.f) )/: "'_ ~_ "" .
s.w. 62nd
PLACE
§I-'.::':"J,-:s-;;~:-«; '-~: ~-~ ,~~
~i .<. -_,}f) ,-~"J ~\:;i ~ _ _ _ '_:,J,j\,i II" -s'JC< ""-~"'-.,",-.'-~ ., .. '--"o::'"! I
21 '. ~''''--.g RJW../~':;' "{.I EX. 1" GAS MAIN
-'0.7::-
!
L
lllUIUI'llt '''''\\~OA M. "1" ...... \..\ ........... I)~< '" ~ ••• \,.\CElvoS'· ••• < ....
.:-." $' ". .:, -*.~' .-::: .. --, 38542 ". -:.
::: p '--:*= ~~~ ~~, * j E ~~\ ;iAiE 0;:: /~g
~~';' •• ( 0 RIO t-••• ~«r .. ~ ~, &/·········-;,.;0' ... ,'"
v
SH 6ZNO TE 0
::;'f~-.G-&
~~~3i' I-s ; ~ SW 6JRO 1E
::;\ ~ "'"IONAL €'I'\\\"
Iltll.HII\\' LOCATION MAP
"" >
PLAN SHEET C-19
J s.w. 63rd
~ , . ~ . ',".:.
: '4-...". :.2-.L ---_:'-)''';~y---___;__t__'i;:-. --..,,;--·Y',.: -,
"t, , '
-.: ...... :.'-
,t-..",
10"
:'Of'r'; y"
':fJ.--~ w
j,,.:,., .-~<,-,,'
, S(;:O ::0 -r I' '. ,-5' fRO:" o ! ,T~,C<-~~~--= -0-\---: / .,..-:::-.---:""':'::"-'.r 01-'r 21 -\....RIW,. ,._ '" ".~
• I-c. =FJI>-'
'~}'~\;'
l
TERRACE
,-,c.::: = ':'J. ''0
-1' -~f---' '\,-,-,,-' . .
~ 7::'~-1Q.n
',0 "" . ~ _1_
o 1.125" GAS 'MAiN
-:;.",";
e
J
~,p / 10 20
~-........,
Feet
./
( STA. 82+50.00 5W 63 TE,
" A------SW62CT.
, / ,F: ~~~',1~~1~ . .?r; / ~ "/ .. /'
~ .. ". /' ---""':9".~ "'t::l '" '=' (>-\ ",,:"'..-c: ~
" -:J, C'\J~ ~ ::;::::.# ~ !.0 .........
I J,; ~s ~) \. C0~,C, ~ _",""0-t..O::::::> I ~ '-~,.. \ -~ a ,~,p . s: u
lf)
''',,-
'l\\llUII't"II" ..
............ \.-'t"..?~.!~:. S; .. , .....
....... ..··\..IC€Jv,s, ••• .«-:;. ~ *b-t!t.-' . '" ... s .... 3854') ~ : ~. ~'*-§j;~ ' .. ~-. ~ j 2
;'0:. S/~/€, OF .~~ ~
"-0.-<-'_'<:,,:-~~····!.O RIO ~."~~.:-" ;-:, &/0········· G\ ....
""1/ "'Al E~\\\\" "'''"un1
CWI
~,
"-" " i
" .J
sw 62tID T(
~\,gj=-e-7-
F4> ~'
~
l 01
LOCATION MAP
N.T.5.
PLAN SHEET C·20
,
t
~
¥
!
:.:
~ ;
z
6'
f'.l --<' 7.;..
CONST. 14 LF OF,
~' -~'-!!l..~~ to PIPE
I W' 5~t\::7 ,;:~
~ ,1,-:.:'1
1.5 IN. rtP( $-1 AS?H,ALT
~~ ~--~~~s-i
PAVEMENT DESIGN
1.5 m Of TYPE 5-1 ASPIi.o\LT PAVEWEN'! ovrn PRIM£O ANO fACKU) BAS£.
BASE _ pj Cf" ulol£Roo;, PLAC(l) IN TWO EQUAl. uFTS. COI.IP ACT TO 98%
OF l.loU. O(NSlTY PER MSlfTO T-l80-74.
SUBGRAOC _ I.IIN. CSR-25. COMPACT TO 957. Of 1.1.0.)(. OCi'lSlTY PER
AASHTO 1-180-74
s.w. 62nd COURT
':>'.'LX"·'·?·,!{P', '.t;. ,c..,:,~)
f.Li-."I,-3.0:;,'
-----% --,~-~\
~.
,o .•• ~·'"
1-;---"---~ .. " ,
I, , '
f
~-_;:-.E" ',) G~·
'. '.
-,.." .£;&_--
ro " ...... ~.....,
Feet
~39LF-SF~ -.I
1S;~g PIPE ';i;-"'""0
--',I .... '
EX.
SAWCUT. MATCH TO EXIST.
ASPHALT DRIVElI'IAY (TYP.)
... "0,)'10········· .. \0' .. ·... N.T.S.
"It NAL E,p",\'10
.
Z
9 •
"
o o
ci + '" '" ~ rn
w z ::::;
:x: u
!;: :.
2 ""Ulllll,\l ~ I Q .. i;'~' PUBLIC WORKS CW I Civil Works. Inc. C
'; DR._ I:;'z';~\ ~o.~ ~ ___ CA~ PLAN SHEET -21 ~ a..<b4 '\"l'.:i:.'~!)1 •• :':::'1t.7.;==... :'::"",~';:'~c!;'~~l<3
:; ,,-, •. y -----
• · ~ ,
8
t • <
~
,
~ ,
< i ,
" ,
} , ,
,
" ¥-
>
~IBR'W
E I "' • •
~ 1 "I CC), L.~. --~~i'~~
w
z:-~
~I
() J",
e-, j « I I., '\ :;; t·" i R/W
, > ,"
s.w. 62nd!
-:'J /~ 0'
-"~
,(--~-~'-<{!
'/ •
-A .'-G --6":':;----"
__ F_-~W .£ ,---
sm; . !,' "IGH
'). '0 i ,>l;:, '<: x~' ::-x~ __ (~
-1¢-
"-1 G.4~ I ~
I~_~
TERRACE
t-!E~,_ "1.!2Ylg~.f MAIN .
>~ ~~ /5' f;~~~-~'}!:-_\
/(,4'
.' -------~-~.
",':'
'\.... CONST, 163 LF OF ~~ '\
18" 0 EXflL. TRENCH 'b" "-
, ...
-r--
i -;':~ L ,-,:'-~':;~
0,7' . \ -,
.J.,,~; {:;:.,
J
~~.
f'
j
" ---~ Feet
/
/
------...........
~ F.:-:-~W,64
MATCH LINE STA. 93+10.00
"b
Cf-
"'cr: \.0::::,
'0 S:U
V)
"\'r R/W
~ '\
-""--S(£ SllEET 21 -----'--
" "IIIU"",
"\\\\o-A 1\:1, S'""" "" \~ ••••••.•• :&"( ."
........ ':'(\CENoS':;:.( ~ f\~~:;:~1 F.'/ii'i3 ' •. j,,}
SN 621<:0 TE b > --
S::V·",. STATE; Ot= . __ "',:;: -:.~.......... ~ .. __ ,0$
" 0,
E9
~
-&-, .0 ?~
sw 6;SRO TE ~~
< ~ ~ 0
~ ~ ~
~
i "I, '-'NA i 11,,",
-:. <$'.···/·ORIO •• -\.,,~ ';,;,,!e/;"::···'··E~~,,,,,,
;"tU 1\\
::;1 ~: b ~
:;
~ 'ON DwII> PUBLIC WORKS CW I Civil Works. Inc. C 22
,.. On... £HQ.IW!!IoIG DI'.19OO! u--.~ c...G1£'I PLAN SHEET _ ~ o-boI ':~,!'tC=..::.. ~N~ {;'~'I:;L:!m ;:: .............
"'0$-, ,,, I ,
Full intersection of SW 64th Ct and SW 63rd Tr to be milled and resurfaced as shown below.
Sheet C-5 shows partial restoration limits. Full extents of restoration is shown in sketch below.
The additional quantities are summarized as follows : J Milling area = 273 SY
Resurfacing Type S-1 (1") = 15 tons
S .W. 63rd TERRACE
F.F.E.=9.86 q;) ~ ~..,,,,
",0 \'Q-"'j ~~~I
_ ~ F.F.E.=10.01 ~"
't..t2....r HEDCE HEDGE, T'<>'o . \ '----~-~-, T'-~ \ <::)'0 " -:-" ~').~ 0," ~ ~~' HEDGE 'f>~
SOOJ <:i 0,'\."500 c'" L '0' '\, \ ~) "y HEDGE '1>'9"500 0, ~,~w ~'Or-=w--=-~ _w 'b;l: ....ASIlJ;,I>.LL-!.L~WA'>..I<..I.UJi\t. ::-....'?,fl1;f.w~":II"· ~
i A~ ,,0,'0 'b"''' 'b?;,~'\,9' 'b¢
."
F,F.E.=9.93
, " • " • -I
" 'lr"' 'b,?<:J . ~~--" .... CAS-··GAS PHALT ~"" ··-··'·~G",S----2>;GA.S~ SOD '0':-AS .' . J ""~~,~, •.• .,>, ~ ,~""",.,. ." . ~,
. -"it---.'
F.F.E.=10.03
I ~ Denotes restoratio f area as shown in Sheet C-5
"
CITY OF SOUTH MIAMI
UTILITY WORK SCHEDULE
Financial Project 10: N/A Federal Project 10: N/A .
County: Miami-Dade State Road No.: N/A
Project Name: Twin Lakes Drainage Improvements
Utility Agency/Owner (UAO): Miami-Dade Water & Sewer
A. Summary of Utility Work And Execution
ESTIMATED ESTIMATED
UTILITIES
10/04
Page 1 of3
NON-CONSTRUCTION ITEMS CALENDAR DAYS C.ONSTRUCTION ITEMS CALENDAR DAYS
Total Preliminary N/A Total Prior to Project Construction __ 0 __
Total Material Procu rement N1A Total During to Project Construction 0
Total Right-ai-way Acquisition N/A
Total Other N/A
This document has been developed as Ihe method for a Utility Agency/Owner (UAO) to transmit to the City of Miami. the Contractor,
and other right-of-way users, the location, relocation, adjustment, installation, and/or protection of their facilities, on this City of Miami
project. The following data is based on City of Miami plans dated 6-1-2015 . Any deviation by the City of Miami or its contractor from
the plans, as provided, may render this work schedule null and void. Upon notificalion by the City of Miami of such change, this utility
may require additional days for assessment and negoliation of a new work schedule. This UAO is not responsible for events beyond
the control of the UAO that could not reasonably be anticipated by the UAO and which could not be avoided by the UAO with the
exercise of due diligence at the time of the occurrence. The UAO agrees to notify the City of Miami in writing prior to starting,
stopping, resuming, or completing work.
During the project, the UAO shall locate their facilities within 48 hours of notice to their Representative.
Representative: Telephone Number:
UAO Project Representative: See section B Telephone Number: See section B E-mail: See section B
UAO Field Representative: See section B Telephone Number: See section B E-mail: See section B
UAO Field Representative: See section B Telephone Number: See section B E-mail: See section B
This document is a printout of a City of Miami form maintained in an electronic format and all revisions thereto by the UAO in
the form of additions, deletions or subsmutions are reflected only in an Appendix entitled "Changes to Form Document" and
no change is made in the text of the document itself. Hand notations on affected portions of this document may refer to
changes reflected in the above-named Appendix but are for reference purposes only and do not change the terms of the
document. By signing this document, the UAO hereby represents that no change has been made to the text of this document
except through the terms of the appendix entitled "Changes to Form Document".
You MUST signify by selecting or checking which of the following applies:
Ii?] , No changes to forms document.
o ' Appendix "Changes to Forms Document" is attached. _ Number of Attachment Pages.
AUF~"''' Ij"v)O "Engineer of Record (EOR): Acceptance by District Utilities:
(Signature) I (Signature) (Signature)
Patrick Chong
(Printed Name) (Printed Name) (Printed Name)
Utility Coordination Supervisor
(TiHe) (Title) (Title)
1-2--3-w/')
(Date) (Date) (Date)
("When requested by the District, the EOR will attest to compatibility of plans, specifications and Utility Work Schedule)
82
0>
W
Project Number: N/A
Project Name: Twin Lakes Drainage Improvement
Utility Agency/Owner (UAO): Miami-Dade Water & Sewer
B
City of South Miami
CITY Of SOUTH MIAMI
UTILITY WORK SCHEDULE
Special Conditions I Constraints
LmLIT1ES
Page 2 of3
1-MDWASD requires that access to all water and sewer valves, sanitary sewer manholes, and other control mechanisms be maintained throughout construction
in the event of an emergency to ensure the public health and safety. Covering valve boxes and manholes can be considered unauthorized obstruction of and
tampering with Department Utilities. WASD valve and manhole covers must be adjusted to final roadway elevation per standard detail WS 1.0 and SS 8.0.
2-Contractor to locate and proceed with caution when excavating within 3 feet of MDWASD facilities. The protection of the existing water and sewer mains
hrougthout the construction process is CRITICAl to the ongoing operation of MDWASO. The City's contractor must take the appropriate measures to protect
WASD facilities during construction. It shall be the contractors sole responsibility to vertically and horizontally protect all existing WASe utilities on this project
Any damage to WASD utilities shall be immediately reported to the 24 hrWASD emergency Hot Line (305) 274-9272. WASD reserves the right to remedy any
damage at the expense of the contractor.
~-The City's Contractor must contact WASD's Meter Shop at (786) 268-5098 with 2 weeks notice to coordinate and schedule any needed replacement of water
meter boxes.
~~ The City's Coniractor must contact WAS D's Water Distribution Division at (786) 268-5547 with 2 weeks notice to coordinate & schedule any needed water meter
Relocation.
~-The City's contractor shall coordinate and work with WASD to adjust, relocate and install any WASD facility requiring work to be performed during construction
ff the roadway project.
~~xisting WASD utilities are to remain in service during construction unless otherwise approved by WASD. All ex'isting WASD utilities are to remain unless
herwise noted.
17-This Utility Work Schedule supersedes any previously submitted UWS for this project.
Contact Infonnation: 24hr WASD EMERGENCY HOTLINE: (305) 274-9272.
George Aguiar: (786) 268-5191 GLAGU01@miamidade.gov Chief Construction Management Div.
Luis Aguiar: (786) 268-5401 LAGUI@miamidade.gov Chief, Water Distribution Dlv.
Rod Lovett: (786) 268-5025 RODLO@miamidade.gov Chief, Sewer Collection Div.
AI Galambos: (786) 268-5501 AGALA@miamidade.gov Chief, Pump Station Maintenance Div.
Isaac Gutierrez (786) 268-5173 IGUTI@miamidade.gov Pump Station Unit-Construction.
!
I
I
I
" ..
CllY OF SOUTH MIAMI
UTILITY WORK SCHEDULE
Financial Project 10: NJA Federal Project 10: N/A
County: Miami-Dade State Road No.: N/A
Project Name: Twin Lakes Drainage Improvements
utility Agency/Owner (UAO): Miami-Dade Water & Sewer
C Disposition of Facilities (List All Existing & Proposed) on Project:
UTILITY FACILITIES BY DESCRIPTION DEPENDENT
TYPElSIZEIMA TERIAUOFFSET TO OF ACTIVITIES BASELINE FROM STATO STA UTILITY WORK
1. Existing Water mains. o remain. Possible conflict with proposed drainage structure S-2, 5-6, 5-12, 5-14, 5-18
nd 18-inch drainage pipe from 5-22 to 5-23. If relocation of a WM is needed.
2. Existing valve box. o remain. See note 1 section B page 2.
3. Existing water meter boxes. To remain.
M.O.T.
PHASE
NUMBER
N/A
N/A
N/A
UTILITIES
Page3of3
CONSEClITlVE
CALENDAR
DAYS
0
0
a
EXHIBIT 1
Insurance" Indemnification Requirements
1.0 I Insurance
A. WIthout limiting Its liability, the contractor, consultant or consulting flrm (hereinafter referred to as
"FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and
maintain at Its own expense during the life of the Contract, Insurance of the types and In the minimum
amounts stated below as will protect the FIRM, from clalms which may arise out of or result from the
contract or the performance of the contract with the City of South Miami, whether such clalm is against
the FIRM or any sulKontractor, or by anyone directiy or Indirectly employed by any of them or by
anyone for whose acts any of them may be liable.
B. No Insurance required by the CITY shall be Issued or written by a surplu. line. carrier unless authorized
In writing by the CITY and such authorization shall be at the CITY's sole and absolute discretion. The
FIRM shall purchase Insurance from and shall malntaln the In.urance with a company or companle.
lawfully authorized to sell Insurance In the State of Florida, on form. approved by the State of Florida, as
will protect the FIRM, at a minimum, from all claim. as set forth below which may arise out of or result
from the FIRM's operations under the Contract and for which the FIRM may be legaily liable, whether
such operations be by the FIRM or by a Subcontractor or by anyone directly or Indirectly employed by
any of them, or by anyone for whose acts any of them may be liable: (a) claim. under workers'
compensation, disability beneflt and other similar employee beneflt acts which are applicable to the Work
to be performed: (b) clalms for damages because of bodily injury, occupational sickness or dls ... e, or
death of the FIRM', employees: (c) clalms for damages because of bodily Injury, sickness or disease, or
death of any person other than the FIRM's employees; (d) clalms for damages Insured by usual personal
injury liability coverage: (e) claims for damages, other than to the Work Itself, because of Injury to or
destruction of tanglbie property, Including loss of use resulting there from: (I) clalms for damages because
of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a
motor vehicle: (g) clalms for bodily Injury or property damage arising out of completed operations; and
(h) clalms Involving contractual liability insurance applicable to the FIRM's obllptlons under the Contract.
1.02 Firm's jnsurance Generaljy. The FIRM shall provide and maintain in force and effect until all the Work to
be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise
specified hereinafter), the Insurance coverage written on Florida approved forms and as set forth below:
1.03 Workers' Compensatipn Insurance at the statutory amount as to all employees In compliance with the
'Workers' Compensation law" of the State of Florida Including Chapter 440, Florida Statutes, as presently written
or hereafter amended, and all applicable federal laws. In addition, the policy (Ies) must include: Employers' LIability
at the statutory coverage amount The FIRM shall further Insure that all of Its Subcontractors maintain appropriate
levels of Worker's Compensation Insurance.
1.04 Commercial Compreheosiye General Uahility Insurance with broad fonn endorsement, as well as
automobile liability, completed operations and products liability, contractual liability, severability of Interest with
cro.s liability provision, and personal Injury and property damage liability with limits of $1,000,000 combined single
limit per occurrence and $2.000,000 aggregate,lncludlng:
• Personal Injury: $1,000,000:
• Medical Insurance: $5,000 per person:
• Property Damage: $500,000 each occurrence:
1.05 Umbrella Commerclaj Comprehensjve General liability Insurance shall be written on a Florida approved
form with the same coverage as the primary Insurance policy but in the amount of $1,000,000 per claim and
$2,000,000 Annual Aggregate. Coverage must b. afforded on a form no more restrictive than the latest edltlon of
the Comprehensive General liability policy, without restrictive endorsements, as filed by the Insurance Services
Office, and must Include:
(a) Premises and Operation
(b) Independent Contractors
(c) Products andlor Completed Operations Hazard
(d) explosion, Collapse and Underground Hazard Coverage
85
(e) Broad Fonn Property Damap
(I) Broad Fonn Contracwal Coverage applicable to this specific Contract, Including any hold harmless
and/or Indemnification """emen~
(g) Personal Injury Cove"", with Employee and Contractual exclusions removed, with minimum limits of
cove,"", equal to those required for Bodily Injury Liability and Property Damap Liability.
1.06 Bullness AlItQfIlObUe J bh!!1Qr with minimum limits of One Million Dollan ($1,000,000.00) plus an
addldonal One Million Dollar ($1,000,000.00) umbrella per occurrence combined Iingtelimit for BodIly Injury
Liability and Property Damage Liability. Umbrella coverage must b. afforded on a fonn no more restrictive than
the latest edition of the Business Automobile Liability policy, without restrictive endorsements. as flied by with the
state of Florfda. and must Include:
(a) Owned Vehicle ••
(b) Hired and Non-Owned Vehlclel
(c) Employers' Non-Ownershlp
1.07 SUBCONTRACTS· The FIRM avees that If any part of the Work under the Contract Is sublet, the
subeontract .hall contain the same Insuranc. provl.lon as set forth In section 5.1 above and 5.-4 below and
substituting the word Subeontractor for the word FIRM and subsdtudn, the word FIRM for CITY where
appllcabl •.
1.08 Are and Extended C_race Jnlurance (BundeD' Rllk) JF APPUCABLE:
A. In the event that thll contract Involves the construction of a strucwre. the CONTRACTOR .hall
maintain, with an Inlurance Company or Insuranc. Companies acceptable to the CITY, "Broad" form/All
Risk Insurance on bulkllngs and structures, Including Vandalism & Malicious Mischief coverage, whne In the
course of constructlon,lndudlng foIlndadons. additions, attachments and all permanent fixtures belonging
to and constitudng a port of Slid bundlngs or structures. Th. policy or policies .hall also cover
machinery, If the cost of machln.ry I. Included In the Contract, or If the machinery I. located In a bulldln,
that I. beln, renovated by reason of this contract, Th. amount of insurance must. at all dmes, be at least
equal to the replacement and actual cash value of the Insured property. The policy shall be In the name of
the CITY and the CONTRACTOR, as their Interest may appear, and shall also cover the Interests of all
Subcontractors pertonnlng Work.
B. All of the provisions set forth In Section 5.4 herein below shall apply to this coverage unless It would be
clearly not applicable.
1.09 MIIC!!J!aoeoyl·
A. If any notloa of cancellation of Insurance or ch""", In coverage Is Issued by the Insurance company or
should any Insurance have an explradon date that will occur durfn, the perfod of this contract, the FIRM
shall be responsible for securfng oth ... acceptable Insurance prfor to such cancelladon, change. or
explradon so as to provide continuous coverage as specified In this section and so as to maintain
coverage durfng the life of this Contract,
B. All deductible' must be dedared by the ARM and must be approved by the CITY. At the option of the
CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, In a
fonn satisfactory to the CITY coverln, the same.
C. The policies shall oontaln waiver of subroption aplnst CITY wh .... appllcabl., shall expressly provide
that such policy or poIlcie. are primary over any other oollectlble Insurance that CITY may have. The
CflY reserves the rfght at Iny tim. to request a copy of the required polldes for review. All pollcle.
shall contain a "severability of Interest" or "cross liability" clause without obllgstion for premium
payment of the CITY as well as contractual liability provision coverfn, the Contractors duty to Indemnify
the Oty as provided In this A,veemen~
D. Before stardng the Work. the FIRM shall deliver to the CITY and CONSULTANT oardflcates of such
Insurance, acceptable to the CITY, u well as the Insurance binder, If one Is IIIUed, th.lnsurance policy,
Including the declaration page and all applicable endorsements and provide the nam .. address and
telephone number of the Insurance agent or broker through whom the policy was obtained. The Insurer
shall be rated A. VII or better per A.M . Best's Key Rldn, Guide, latest edldon and authorfted to Issue
Insurance In the State of RorldL All Insurance policies must be wrftten on forms approved by the State
of Florida and they must remain In full force and effect for the duration of the contract perfod with the
CITY. The FIRM may be reqUired by the CITY, at Its sol. dlscredon. to provide a "certified copy" of the
Policy (as defined In Ardde I of this document) which .hallinciude the declaration page and all reqUired
endorsements. In addition, the FIRM shall deliver, ac the time of delivery of the Insurance cerdflcate, the
followln, enciorsements:
(I) a policy provision or an endorsement with sUbstsntlally similar provisions as follows:
16
"The City 01 South Miami is an additional insured. The Insurer .hall pay all sums that the City 01
South Miami become. legally obligated to pay as damages becaUI. of 'bodily injury", 'property
damqe' , or "personal and advertiling Injury" and it will provide to the Oty all 01 the cove ....
that is typically provided under the .tandard Florida approved Iorms for commerdal general
lIalblllty <XM!rage A and coverage B";
(2) a policy provision or an endorsement with substantially .Imllar provllions as lollows:
"This policy shall not be cancelled (including cancellation lor non-payment 01 premium),
terminated or materially modlfted without flrst giving the City 01 South Miami ten (10) days
advanced written notice 01 the intent to materially modify the policy or to canc.1 or tennlnate
the policy lor any reason. The notification shall be delivered to the City by certified mall, with
proof 01 delivery to the City."
E. II the FIRM II providing prol.sslonal servlc .. , .uch as would be provided by an architect, engineer,
attorney, or actountanto to name a lew, then In .uch event and in addition to the aIbove reqUirements,
the ARM shall also provide Professional Liability Insurance on a Florida approved lonn In the amount 01
$1,000,000 with deductible per claim If any, not to exceed 5% 01 the limit 01 liability providing lor ali
.ums which the FIRM shall become iegally obligated to pay as damages lor claim. IrI.ing out 01 the
services or work performed by the FIRM Its agents, representatlv ... Sub Contractors or usian" or by
any person employed or retained by him In connection with this Aareement. This insurance shall be
maintained lor lour years alter completion 01 the construction and acceptance 01 any Project covered by
this Aareement. However, the FIRM may purchue SpecIflc Proj.ct Professional liability Insurance, in the
amount and under the terms .pedfled above. which I. also accepcable. No insurance shall be Issued by a
surplus lin .. carrier unless authorized in writing by the city at the dty'. sole, albsolute and unlettered
discretion.
Indemnification Requirement
A. The Contractor acceptS and voluntarily Incurs all risks 01 any Injurie., damage., or harm which might
arise during the work or event that is occurring on the CITY's property due to the neatlgenc. or other fault 01 the
Contractor or anyone acting through or on behalf 01 the Contractor.
B, The Contractor shallindemnlly, delend, save and hold CITY, Its officers, affiliates, .mployee ..
• uccessors and assign .. harmless from any and all damage .. claims, liability, losses, claims, demands, suits, ftne ..
judgments or COst and expon .... Including reasonable attorney'. Ie .. , paralegal lees and Investigative costs
Incidental there to and Incurred prior to. during or Iollowlng any litigation, mediation, arbitration and at all
appellate levels, which may be suffered by, or accrued against. charged to or recoverable from the City of South
Miami, Its officer., affiliates, employees, ,uccessors and uslgns, by reason 01 any causes of actions or dalm 01 any
kind or nature, Including claims for Injury to, or death 01 any person or persons and lor the loss or damqe to any
property arblng out 01 a neatlgent error, omission, misconduct, or any JrOss neaflgence, Intentional act or harmful
conduct 01 the Contractor, Its contrsctor/subcontractor or any of their officers, directors, agents, representatives,
employees, or uslans, or anyone acting through or on behalf 01 any 01 them. arising out 01 this A&reement,
Inddent to It, or resulting from the performance or non·performance 01 the Contractor'. obligations under thl.
AGREEMENT,
C, The Contractor shall pay all claims, losses and expenses 01 any kind or nature whatsoever, In
connection therewith, Including the expense or loss 01 the CITY Indlor In IfIe<:ted officers, affiliates, employees,
successors and lUIans, Including their attorney's fees, in the defense of any action In law or equity brought against
them and arising from the neaflgent error, omission, or act 01 the Contractor, Its Sul>-Contractor or any 01 their
agents, representatives, employ .... or "slans, andlor arising out 01, or Inddent to, this A&reement, or Inddent to
or resulting from the performance or non-performance 01 the Contractor's obligations under this AGREEMENT,
D_ The Contractor qrees and reeoanl ... that neither the CITY nor Its officers, affiliates, employees.
successors and asslans shall be held liable or responsible lor any claims, Indudlng the costs and expenses 01
defending such dalm. which may result from or arise Out 01 actions or omissions 01 the Contractor, Its
contractor/.ubcontractor or any 01 their agents, representatives, employ .... or .. signs, or anyone acting through
or on behall 01 the them. and arising out 01 or concerning the work or event that Is occurring on the CITY's
property. In reviewing. approv ing or rejecting any submissions or acts 01 the Contrsctor, CITY In no way assumes
or share. responsibility or liability for the acts or omissions 01 the Contrsctor, In contractor/subcontractor or any
01 their agents, representatlves. employees, or uslgns, or anyone acting through or on behalf 01 them.
.7
E. The ContractOr has the duty to provld. a defense with an attorn.y or law finn approved by the City
of South Miami. which approval will not be unreasonably withheld.
F. However. as to design professional contracts, and pursuant to Section ill.OB (I). florida Statutes.
none of the prOvision, ,et forth herein above that are In conflict with this subparagraph shall apply and this
subparagraph shall set forth the sole responsibility of the design professional concerning Indemnification. Thus.
the de.lgn profe.slonal·. obligations as to the City and Its agencies. as well as to Its officers and employ •••• Is to
Indemnify and hold them hannless from lIab1lltle •• damages. losses. and costs, Inciudlng. but not limited to.
reasonable attorn.ys· f .... to the extent cau.ed by the negligence. recklessne ... or Intentionally wrongful
conduct of the design professional and other persons employed or udllzed by the design professional In the
performance of the contract.
END OF SECTION
..
:""L..
.-CERTIFICATE OF LIABILITY INSURANCE I ~~~7/2015"
THIS CERTIFICATE IS ISSUED AS A MAnER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AfFORDED BY THE POUCIES
BELOW. THIS CERTIFICATE Of INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S). AUTHORIZED
REPREI!NTAllVE OR AND THE CERTIFICATE HOLDER.
~:-r~ ""'. I IIOICllr ... n . ,1M, mull De , W •• ,,,' I~ , '~'. ~~.ID
"",' 10/ lho poI!<y. _I~ J?OIIcI •• mer ...,1 .. In _nt. A Ita_Ion "'10 -.:eta _ not conl'w ~ghto 10 Il1I
I holder In llou
_ .. Davi4 III. Lop ••
••• t.ro I~urana. Group, .Inc . .. ... (l05) I f.c:l ... ,
1570 8W 107 Avenue .... t
Suit. lOt owe.
lIIilllDi PL 33176 --AI .. -... _, T. Co, of ." I~.
, rae. v.H. .1
11020 SW 55 street _""". .. , ..' Co,
IliliuLi PL 33165 ......... " ~~1~~ mFY-",:!:~!.:!!!!,,,! II. I :~J;~OTHER :TH~ r;g'-~~~
i,.'::''; DC ISSUED'~'~Y~I THE iMAYHAVEI I.,iL'/ HEREIN :~';TO'''LL THE TERMS ,
l'rn'l
UAIIUrY ~~ ~"'"7. 1 .00 ••••• l[
A I ClAI_ [i] occtJR I. 1 ••••••
X 10301.000UOI-00 t/n/20lt ., •• /2015 ...,El<P(My. I. • •••• -• 1 •••••• 0. R: .... E ... TE UMrr Al'PUE8...,.
~~. • 2 •••••• 0.
POUCYm m 0 LOC • 2 ••••• 0 ••
~~ • • 1 ,
S ~ _AUTO • r=-ALLOWNEO .-8QiEDULED 401501)0001.,2 7/17/2015 7/11/2011 • ~ AIJTOO ~ =...... I!:?F"'< tlR!O AlIT'OS AUTOS • • 1 ,
:z --1 ~UR I E.o\CH' • •••••••••
C • ••••••••• ~ ." •
[j
~Im~
N<Y 1". IE.L.' ~, • 100.000
~::. 521-1111. '/21/3014 '/:U/:l015 I E.l. • , ..... ,-IE.L ....... , • 50 •• 0 ••
• aeate4/L ••• e4 Squi~t u.t.l1n 11/11/11014. 11/11/2015 USO ,OOO
• Coc.tZ'aatol:' I. _quipae,nt. UU,Ul U/1l/20U 11/2/3015 US&.OU
YDQCUI (AC01tD 1tt.AdcIIonII ......... ICMdUI .. III., be.et.ched tfntON.,.. .. NqU\ftd)
~lt paving, CQDOrete con.truction an4 drainage oonatruatioa
Ciey of South JU .... i and KiUlJ. Dad. COWlty are li.ted a. aD add.itional IWM4 in.urN and. _hall be provided
written notice 30 d.ay_ before modification of thi_ policy or canoellation for nonpayment of prelli".. or
othend ••• Coverage •• aD ad.ditional iuured ill provided if reczuire4 by written oontraot.
r."Nr.~".ATION
SHOULD ANY Of' THE ABOVE oeacRI81!O POLICIE8 BE CANCELLED BEfORE
City of South lII1 .. i THI EXPIRATION OAT! THERlO', N011CE! WILL III! DEUVI!RED IN
Buildi .. g • Zoni .. g Department ACCORDANCE WITH THE POLICY PROVISIONS.
6130 sun.at Driva
lII1ami, PL 33143 RUREMNTA_
InavieS ,. I
All ~h'" .... rvld.
ACORD 25 (2014101)
IN8025 t1()14t11l
Tho ACORD nlm. end logo e .... g,.I ... d mlrka 0/ ACORD
EXHIBIT 4
CItywide D .... n ... Improvement Profeca
RFP tfPW.201S.19
CONSTRUCTION
BID FORM
THIS PROPOSAL IS SUBMITIED TO:
Steven Alexander
City Manager
City of South Miami
6130 Sunset Drive
South MIami, Fl 33143
I, If this Proposal Is accepted, the undenJ&ned Respondent a,ees to enter Into a Contract with the Qty of
South Miami In the form Induded In this Solicitation Paclca&e and to perform and furnish all work as
speclfled or Indicated In this Solldtadon, Indudlng as set forth In Exhibit I (Scope of S.rvlces) for the
Proposed Price as set fonh below, within the Connct Time and In accordance with the other terms and
conditions of the SoIkltatlon Packap.
2. Respondent accepts all of the terms and conditlons of the Sollc1tatlon and Instructions to Respondents,
Indudlng without limitation those dealing with the disposition of Prop<»aJIBld Bond, 11 required. This
Proposal will remain subject to acceptance for 180 calendar days ahar the day of the Proposal Opening.
The Respondent, by sl~lng and submWng this proposal, avees to all of the terms and condition. of the
form of contract that Is • part of the SoIlcltadon padcqe with appropriate changes to conform to the
Information contained In this Bid Form. Respondent qrees to sl~ and submit the Bonds. 11 required by
this Solldtatlon, required Insurance documents. and other documents required by the Solldtatlon,
Indudlng the Contract If not already submitted, within ten (10) calendar days after the date of the City's
Notice of Award.
3. In submitting this Proposal, Respondent represents that:
.. Respondent has examined copies of all the Solicitation Documents and of the following Addenda, 11 any
(receipt of all which Is hereby acknowtedged.)
Addendum No. 1..,
b. Respondent has familiarized himself with the nature and extent of the Cono-acc Documents. the proposed
work, site, locality, and all local cond1tlons and laws and resuladons that In any manner may affect cost,
proaress, performance or fuml.hlng of the Work.
c. Subsurface conditions: If applicable to this Solicitation, the Respondent repre.ents that:
i. Respondent has studied carefully all .... ports and drawlnp, 11 applicable, of subsurface conditions and
drawlnp of physkal conditions.
II. Respondent has obtained and carefully studied (or assumes responsibility for obtaining and carefully
studying) all such examinations. Investigations. exploration., tests and studies In addition to or to
supplement those referred to In this paragraph which pertain to the subsurface or physkal condldons
at the site or otherwise may affect the cost, progress. performance, or the fumlshlng of the Work at
the Contract PrIce, within the Contract llme and In accordance with the other terms and conditions
of the Contract Documents. The Respondent hereby acknowledges that no addltJonai examinations,
Investigations. exploradons, tests, reports or similar Information or data are, or will, be required by
Respondent for any reason In connection with the Proposal. The failure of the Respondent to request
a pre-bld marking of the construction alte by any or all utility companies shall aeate an Irrefutable
presumption that the Respondent's bid. or proposal price, has taken Into consideration all possible
underground conditions and Respondent, 11 awarded the contraCt, shall not be entitled to a change
order for any such condition discovered thereafter.
iiI. Respondent has correlated the resulta of all such observations, examination., Inve.tIptlons,
exploration., tests. reports and studle. with the terms and condition. of the Contract Documents.
THE CIlY OF PLEASANT LIVING
ADDENPUM No. 'I
Project Name: Citywide Drainage Improvement Projects
RFPNO. PW-20IS·19
Date: July 29, 20lS
Sent Fax/E-maillwebpage
This addendum submission Is Issued to clarify, supplement and/or modify the previously issued
Solicitation, and is hereby made part of the Documents. All requirements of the Documents
not modified herein shall remaln in full force and effect as originally set forth. It shall be the
sole responsibility of the bidder to secure Addendums that may be issued for a specific
solicitation.
Ouestlon '" :
Can you tell me if the plans for this project Includes the installation of type II baffle boxesl
AnSwer to Ouestlon "I:
Both projects, SW 78th Street and Twin Lakes Drainage, will use a Type II Skimmer (baffle)
according to FOOT Standard Index 241.
Ouestlon #2:
Is there a budget for this projectl
AnSwer to Ouestlon #2:
There is not a specific line item for the construction portion of the project in the City's
Adopted Budget for FY 2014 -20 I S, Capital Improvement Program S-Year Plan.
IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ::t',~of' 5
ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. ~.
Page 1 oft M~fW
THE ClTYOF PlEI&\NT ltVlNC
APDENDUM No. ##2
Project Name: Citywide Drainage Improvement Projects
RFPNO. PW-20IS-19
Date: August S. 2015
Sent: Fax/E-maillwebpage
This addendum submission Is Issued to clarify. supplement and/or modify the previously Is s ued
Solicitation. and Is hereby made part of the Documents. All requlremenlS of the Documents
not modified herein shali remain In full force and effect as originally set forth . It shall be the
sole responsibility of the bidder to secure Addendums that may be Issued for a specific
solicitation.
I. Page S4 of the RFP refers to additional quantities for milling and resurfacing but those
quantities are not included with the Schedule of Values. Can you clarlfyl
RESPONSE:
The sketch shown on page 54 of the RFP Is referring to additional quantities for milling
and resurfacing. depicted In the solid grey hatch. These quantities are not Included
within the schedule of values posted within the RFP.
A revised Schedule of Values Is Included with Addendum No.2 and. Is a part of this
RFP by way of this reference. The revised Schedule of Values Includes the additional
quantities In the milling and resurfacing line items for sheet C-S and to clean up some
line Items for both Areas I and 2 that were repeated. with different types of units.
2. Will the City accept alternates to the A-2000 pipe material specified/
RESPONSE:
Yes. the City will accept a HOPE pipe as an alternate material. $ ! ' ( , {
IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ~
ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. ~.
Page lofl f}d.flf
Iv. Respondent h .. reviewed and checked all Information and data shown or Indicated In the Solicitation
Packap or In the Contract Documents with respect to existing Underground facilities or condition.
at or contiguous to the site and assumes responsibility for the accurate locadon of all Underground
Facilldes and condldon. that may affect the Work. No additional examinations, Investlptlon.,
exploration., tests, reports or similar Information or data In respect to any Underaround Fa ci lities or
condition. are, or will be, requlned by Respondent In order to perform and fum lsh the Work at the
Contract PrIce, within the Contract Time and In accordance with the other terms and condition. of
the Contract Documents unless the Proposal speclflcally states that the contract price Is subJect to
adjustment for future discovery of underaround facilities andlor cond itions that aflect the cost of the
Work and unless the respondent makes a written request to the City for additional Informadon
prior to submitting the bid or proposal as required In subsection II above,
d. Respondent has given the Oty written nodce of all conflicts, error. or dlscrepancle. that It h ..
discovered In the Contract Documents and , If any conflicts, errors or discrepancies have been found
and notice given, the Respondent represents, by lubnittlng Its proposal to the City, that the
Respond ent has received sufficient notice of the resolution thereof from the City, that such resolution
I. acceptable to Respondent and that the Respondent waives any claim regarding the conflicts, errors or
discrepancies.
e. This Proposal Is genuine and not made In the Interest of or on behalf of any undl.closed person, flmo or
corporation and Is not submitted pursuant to any a,veement o r rules of any group, assoc iation,
orpnlzatlon, or corporation ; Respondent has not directly or Indirectly Induced or solicited any other
Respondent to submit a false or sham Proposal; Respondent has not solicited or Induced any person,
flrm or corporation to refrain from respondlns; and Respondent has not sou"'t by collusion or
otherwise to obtain for Itself any advantage over any other Respondent or over the CITY .
4. Respondent understands and a,vees that the Contract Price II the amount that It need s to furnish and
In.tall all of the Work complete and In piace. The Schedule of Values, If required, I. provided for the
purpose of Proposal Evaluadon and when Initiated by the CITY, It shall form the basis for calculating the
pricing of change orders. The Contract Price shall not be adjusted In any way so as to result In a
deviadon from the Schedule of Values, except to the extent that the CITY ch anges the Scope of the
Work after the Contract Date. As such, the Re.pondent shall fum lsh all labor, materials. eqUipment,
tools, superintendence and services necessary to provide a complete. In place , Project for the Proposal
Price . If this Solicitation requ ires the completion of a Cost and Technical Propos al, as may be set for1:h In
In an exh ibit to this Solicitation, such proposal must be _hed to thl. Bid Fonn and will take
the place of the Lump Sum Prloe, otherwise, the Contract Price for the completed worlc I •
.. follows:
LUMP SUM BASE PRICE: Attach Exh ibit 5 "Cost and Technical ''''9.11''
Altemates: #1 ______ #2. __________ _
A fee breakdown for each task Included In the lump sum contract price. If applicable, must be provided .
failure to provide this Information shall render the proposal non -responsive.
S. The ENTIRE WORK .hall be completed, in full , within '0 calendar dan from the commencement date
set fonh In the NOTICE TO PROCEED. failure to complete the endre work during the described time
period shall re.ult in the asae.sment of liqu idated damage s as may be set fonh In the Contract.
6. Inse'" the following Information for future communication with you concemlng this Proposal:
RESPONDENT:
Address:
Telephone :
facsimile :
Contact Person
Ie c.
7. The terms used In this Proposal which are defined In the Contract shall have the same meanln, as Is
assigned to them in the Contract Documents. unless specifically defined In this Solicitation Package .
8. If a COlt" technical proposal Is required by the Solicitation. Respondent hereby certifies that all of the
facts and responses to the questions posed In the COlt" technical proposal, If such an exhibit Is made
a part of the Solicitation. are true and correct and are hereby adopted u part of this Blel Fonn, and ar.
made a part of this proposal. by reference.
9. By submlttln, this proposal. I. on behalf of the business that I represen~ hereby agree to the terms of the
form of contract contllned In the Solicitation package and I agree to be bound by those terms. with any
appropriate blank boxes. If any. checked and any blank lin .. filled In with the approprtate Information
contained In the SoIldtation Documents and this Proposal. or such Information that the City and I have
agreed upon In the course of contract negotiations and which have been confirmed by the City In writing.
Indudln, e-mail confirmation. If any. I hereby certify under penalty of perjury that I am the lawful
representative of the business entity referenced In this BId Form and that I ha .. authority to bid that
entity.
SUBMITTED THIS 13 DAYOF
Title
-L1A'-"'V'-l-r,--"c)~J=--__ 20 If.
.::r~6 -z,. Cf I -z:, tt 4 q
Fax Number E~l.e~¥a L.etr, • ~
END OF SECTION
t)
EXHIBIT 5
RESPONDENTS COST .. TECHNICAL PROPOSAL
CItywide Draln .. e Improvement Projects
RFP 8PW-10I5-1t
Respondents shall quote both Projects -"SW 78 Street .. 61 Avenue," and Twin
Lakes. The City, at Its discretion, may award both projects to a single contractor
or, each project to separate contractors.
LUMP SUM BASE PRICE FOR EACH PROJECT IS IN ACCORDANCE WITH
EXHIBIT I "SCOPE OF SERVICES; ATTACHMENT A, B, C, .. D:
SUBMITIED THIS
SW 78 Street" 63 Avenue
TWIN LAKES
AREA I
AREA 2
$ (45:440. "." ,
20 /.!
FaxNumber ~ '~tM rQ lAM. Cbv... mall ~
END OF SECTION
'4
EXHIBIT 6
CONSTRUCTION CONTRACT
Cftrwlde DraI ..... Improvement Projects
RFP tlPW·lOIS·19
THIS CONTRACT was made and entered Into on this day of .20--, by
and between K Cl a :)D i ' . Tn <-(he ..... fter r.ferred to as
"Contractor'1. and th.ity of sduth Miami (hereafter referred to u "Owner'1. throuah Its City Manaaer (hereafter
referred to as ·CIty").
WlTNESETH:
That. the Contractor. for the consideration hereinafter fully set out. hereby """'S with the Owner as follows :
I. The Contractor shall furnish all labor. materials. equipment. mach inery. tools. apparatus. transportation
and any other Items necessary to perfonn all of the wori< shown on and desaibed In the Contract
Documents and .hall do .. erythl", required by this ContraCt and the other Contraet Documents
hereinafter referred to as the Work.
2. The Contract Documents shall Include this Contraer. General Conditions to the Contraet. If any. the
drawl .... plans. speclflcatlons and project manua~ If any. any supplementary or speelal conditions. other
documents referri", to this contract and sI~ed by the pard ... the sondtatlon documents ("hereinafter
referred to as "Bid Documents'1 and any documents to which those documents refer which are used by
the Owner as wen as any attachments or exhibits that are made a part of any of the documents described
herein.
l . The Contractor shall commence the Work to be performed under this Contract on a date to be specified
In a Notice to Proceed and shall complete all Wori< hereunder within the lensth of time set forth In the
Contract Documents.
4. The Owner hereby """'S to pay to the Contractor for the faithful performance of this Contraer. subject
to additions and deductions u provided In the Contract Documents and any properly approved. written
ch.... orders. In lawful money of the United States, the amount ot. """ """ ......
.... , /ll,., h .. ~d "'" f6sl,f 4<..,....",\ k .. c h"n4rd DoIIars ($ 145 .4'0.00 D"). Lump Sum ("Contract
Prke"). I .. ~.. """'"Y .
S. The expenses of performing Wori< after regular working hours. and on Sunday and lop! holidays shall be
Included In the Contract PrIce . The City may demand. at any point in time. that any part. or all. of the
Work be perfonned after regular world", hours . In such event. the Respondent slhall have no right to
addttlonal compensation for such work. However. nothl", contained herein shall authorize wori< on days
and during hours that are otherwise prohIbited by ordinance unless speclflcally lIIthOriZed or Instructed In
writing by the City.
6. If the Work Is expected to requ ire more than one month . the Owner shall make monthly partial payments
to the Contractor on the basis of a duly certified and approwd schedule of values for the Wori< perfonned
during each calendar month by the Contractor. I ... the retalnage (alIas provided for In the Contract
Documents). which Is to be withheld by the Owner until completion and acceptance of the compl_
project In accordance with this Contract and the other Contract Documents and until such Work has
been accepted by the City.
7. Upon submission by the Contractor of evidence satisfactory to the Owner that all labor. material. and
other costs Incurred by the Contractor In connection wtth the construction of the Wori< have been paid In
full. and after compliance with the tenns for payment provided for In the Contract Documents. flnal
payment on account of this Contract shall be made within sixty (60) calendar days after the completion by
the Contractor of all Work covered by thi s Contract and the acceptance of such Wori< by the Owner.
8. The Work shall be completed In 90 ca!lndV days. In the event that the Contractor .hall fall to
complete the Wori< within the time limit stipulated In the Contract Documents. or the extended time limit
.".oed upon . In accordance with the procedure u more partkularly set forth In the Contract Documents.
liquidated damages shall be paid by the Contractor at the rate of. In accordance with 'Exhibit I, "Scope
of $erYICII, $~do"an plr day. plus any monies paid by the Owner to the Consultant. K any. for
additional engineering and Inspection services. K any. associated with such delay.
95
9 . It Is further mutually qreed between the pordes hereto that If a Payment andlor Performance Bond
f'Bond'1Is required and If. at any time alter the execution of this Contraet and the Bond for Its t.Jthful
performance and paymen~ the City shall deem the Surety or Sureties upon such bond(s) to be
unsatisfactory, or If. for any reason such bond ceases to be adequate to cover the perfonnance of the
Work or payment to subcontractors and suppliers, the Contractor shal~ at lu expense within five (5)
buslne .. days after the receipt of notice from the City so to do. furnish an additional bond or bond, In
such form and amount and with such Surety or Suredes as shall be satisfactory to the City. In such even~
no further payment to the Contractor shall be deemed to be due under this Conmet until such new or
additional security for the t.Jthful performance of the Work Is furnished In the manner and In the form
satisfaetory to the City.
IO.No additional Work or extns shall be done unle .. the same Is duly authorized In writing. and In advance of
the work. by appropriate acdon by the City and In accordance with the Conmet Documenu.
II. The date that this conmet was "made and entered Into" and lu effective date Is the date that the conmct Is
the s1~ed by the City or. If the contract Is reqUired to be approved by resolution of the City CommiSSion, then
the Effecdve Date Is the date of the resolution approving the Contract whichever Is the later date.
IN WITNESS WHEREOF, the parties hereto have executed thl
next to their name below and may be sl~ed In one o r more counlter~tt
accounting for the other cou~ be deM1ed an original Cont
AlTESTED:
S~ature: __________________ _
Maria Menendez
City Clerk
Read and Approved as to Form, Language.
legality, and execution Thereof.
S~ature : -:::::-= ____________ _
City Attomey
"
OWNER: CITY OF SOUTH MIAMI
Signature:
Steven Alexander
City Manager
ARTICY! I -DEFINITIONS
EXHIBIT 7
CONSTRUCTION CONTRACT
GENERAL CONDITIONS
Citywide Oral ..... Improvement Projects
RFP IPW·2015·19
When .. er used In these General Conditions or In the other Contract Documents. the followl", terms shall have
the meanl", Indicated. These definition •• hall always apply when the .ection of the Contract specifically rele .. to
this ArtIcle for the purpose of Interpned", a word or voup of words In that secdon of the Contract Document.
HoWO'tOr. when the secdon of the Contract. where the word to be defined Is used. does not speclflcally refers to
this Ankle to deflne the word or group of words. tho definitions contained In this ArtIcle shall not apply unless
the word or VOUP of words. In the context of It or their use In the Contract Document In question. Is/ar.
ambl&Uous and open for Interpretadon. In addition. th ... definitions shall also not apply to Interpret terms In a
apeclflc provision of a Contract Document If that .pecillc provision contains a definition of these terms:
Add,nda: Written or vaphlc documentl lsaued prior to tho BId Opening which modify or Interpret the Contract
Documents. Drawings and Speclflcatlons. by addition. deletions. clarifications or correcdon.
Apj)Ilcation for Payment: A form approved by the CONSULTANT. Ifany. or the City Manager whkh I. to be used
by the CONTRACTOR In requesting provess payments.
JIld; The offer or proposal of the Bidder submitted on the prescribed form settlng forth tho prices and other
tormJ for the Work to be perfonmed.
Ili!IdE Any peraon. flrm or corporation submitting a response to the Owner' •• ollcltatlon for proposals or bid.
for Work.
BId [)ocumen!.!: The solicitation for bids or proposals and all documents that make up the solicitation Including
the Instructions. form of documents and affidavits.
IklruII: Bid bond. performance and payment bonds and other Instruments of security. furnished by tho
CONTRACTOR and Itl surety In accordance with the Contract Documents and In accordance with the laws of
the State of Florida.
Chanl!! Ordec A written order to the CONTRACTOR signed by the City Manager authorizJ", an addition.
deladon or revision In the Work, or an adjustment In the Contract Price or the Contract Tlme Issued after
execution of tho COntract.
Work Order Pmpn .. '" Written proposals from the CONTlRACTOR In response to orders or request for work
based on the Scope of the Work provided by the City to the CONTRACTOR. The proposal Indudes lin. Item
prid"" where there are multiple locations. and the tlmeframe for complad", the work.
QIY; The City Manager for the City of South Miami. 6 I 30 Sunset Drive. South Miami. FL 33143. unless the
conteXt wherein the word Is used should more appropriately mean the City of South Miami.
COOllOlCdon ObsM'll!lc An authorized reprasenudlve of the CONSULTANT. If Iny. or otherwise •
reprosentadlve of the City aslgned to obsO<Ve the Work performed and materials furnished by tho
CONTRACTOR. Th. CONTlRACTOR shall be nodflod In wrid", of the Identity of thl. representative.
Cootract Dgcuments; The Contract Documentl shall Include the Contract between the Owner and the
Contractor. other documents listed In the Contract and modlflcatlons Issued after execution of the Contract as
well u all Bid Documents Including but not limited to tho solicitation for BId. CONTRACTOR'S Bid. the Bonds.
Insurance endorsements. Insurance Certlftcateslnd poIlcl ... the Notice of Award. the Notice to Proceed. the
General Condldons. Spedal Conditions. If any. any Supplementary Condldons. the Technical Speclftcatlons.
Drawlnp. Includl", any Incorporated spedftcadons. addenda to the drawings Issued prior to execution of the
Contract. ChI"Io Orders. Constructlon Change OIrettlves and any written order for a minor change In the
Work. and written modlflcatlons to any of the Contract Documents.
Cgntract Price: The total moneys payable to the CONTRACTOR pursuant to the terms of the Contract
Documents.
Contract Dmo' The number of calendar days sated In the Contract for the completion of the Work.
Contnct/n. Qfflcer: The Individual who Is authorized to sign the contract documents on behalf of the OWNER.
CONTRACTOR: The person. ftnm or corporation with whom the OWNER has executed the Contract.
CONSULTANT: The person Identlfled as the CONSULTANT In the Supplementary Conditions or. If none. thon
CITY's d.s~.ted representative as ldentlfled In the Supplemenary Conditions.
'7
~ A period of twenty-four hours measured from the beBlnnln, of the day at 12:01 a.m. and It shall be presumed
to be a calendar day unless specifically designated as a bu.ine .. day.
J:!m: The number of twenty-four (24) hour period. following the event to which the word "days" refers
commendn,at 12:0 I a.m . at the stan of the next day. Therefore. In computing any period of time prescribed or
allowed by the Contract Documents, the day of the act, event or default from which the designated period of time
be&lns to run shall not be Induded. The iast day of the period so computed shall be Included uniess It is a
Saturday, Sunday or iegal holiday, in which event the period shall run until the end of the next business day that Is
not a SaturdlY, Sunday or iegal holidlY.
Defectlye Work; Work that Is unsstlsfactory, faulty, or deficient In thlt It does not conform to the Contract
Documents, or doe. not meet the requiremenu of any applicable inspecdon, reference standard, test, or approval
referred to In the Contract Documents, or has been damaged prior to the CONSULTANrS recommendation of
flnal payment (unless responsibility for the protection thereof has been delegated to the Owner); substitutions that
are not properiy approved and authorized, any deftciency In the Work, materials and equipment; materials and
equipment furnished under the Contract that are not good quality and new unless otherwise required or
permitted by the Contract Documents,
Drawfnp' The drawings which show the character Ind Scope of the Work to be performed and which have been
prepared or approved by the CONSULTANT, or if none, then by an architect or engineer hired by the City and
are referred to in the Contract Documents,
Field OrdeG A written order Issued by the CONSULTANT which darifies or interprets the Contract Documents
In accordance with Paragraph 9.3 or orders minor change. in the Work in accordance with paragraph 10.2.
Mod!ftgdgn; (a) A written amendment of the Contract Documents signed by both pardes, (b) a Change Ordor
signed by both partl ... (c ) a written clarlflcatlon or interpretation If issued by the CONSULTANT In accordance
with paragraph 9.3 or (d) a written order for minor change or alteration in the Work issued by the
CONSULTANT pursuant to ParavaPh iO.2. A modIflcation may only be issued after execution of the Contract, It
must be in wrid"land signed by the party against whom the modiflcatlon is sought to be enforced .
Ngn;eonforminc Work means work that does not conform to the Contract Documents and indudes work that is
unsatisfactory, faulty, or defldent or thlt does not meet the requirements of any applicable inspection , reference
standard, test. or that does not meet any approval required by, or referred to in, the Contract Documents, or
work that has been damaged prior to CONSULTANrs recommendation offinal payment (unless responsibility for
the protection thereof has been assumed in writing by CITY).
Notloe of Award ' The written notioe by CITY to the apparent successful Bidder statJn, that upon compliance with
the conditions precedent to be fulfliled by It within the time spectfled, CITY will execute and deliver the Contract
to him.
Notice to Procnd; A written notloe given by CITY to CONTRACTOR (with copy to CONSULTANT) Ibdng the
date on which the Contract TIme shall commence to run and on which CONTRACTOR shall start to perform its
obliptlons under the Contract Documents.
fIDon; An individual or legai entity.
~ The entire construction operation bein, performed as delineated in the Contract Documents.
~ The term "policy" as used in the Contract Documents shall mean the insurance binder, if It is issued, the
dedaratlon page of the policy and the body of the poilcy, Includln, III endorsements.
RIf: Request for Proposal.
$cgoe of $ervlw This phrase refers to the scope of the sortie .. or work to be performed and It has the same
meanin, .. Scope of the Work unless the context in which the phase is used clearty mean. otherwise.
Shop prawlnp; Ali drawlnp, diagrams, illustrations, brochures, scheduies and other data which are prepared by
the CONTRACTOR. a Subcontractor, manufacturer, supplier, or distributor, and which Illustrate the equipment,
material or some portion of the work and as required by the Contract Documents.
Svnpln Physical examples which illustrate materiais, equipment or workmanship and establish standards by which
the Work will be ludged.
Speclftcadons' Those portions of the Contract Documents consisting of written technlcai descriptions of
materials, equipment, construction systems, standards and workmanship IS applied to the Work.
Subcontracrpr: An individual. flrm or corporation havln, a direct contract with CONTRACTOR or with any
other Subcontractor for the performance of a part of the Work at the construction site.
Substantial Complet!go; The date, as certlfled by the CONSULTANT, when the construcdon of the Prolect or a
cerdflod part thereof Is sufficiently completed, in accordance with the Contract Documents, so that the Project, or
• substantial part. can be utJllzed for the purposes for which It was Intended without restriction or IimltatJon to
any degree, other than for the repair of minor "punch list" items; or if there be no such certlflcatlon, the date
when flnal payment is due in accordance with paragraph 14.9. However, in no event shall the prolect or portion
thereof, be deemed to be substantially completed until I cenlflcate of occupancy or certlflcate of u.e Is lawfully
Issued by the applicable governmental agency. A certlftcate of Substantial Completion, Issued by the
CONSULTANT, shall be null and void If It Is based on false. mlsleadi", or Inaccurate Information, from any source,
or when It would not have been Issue but for the consideration of Worle that is thereafter found to be defective to
a degree lV"'ater than that which would nonnaliy to be considered by the City to be minor "punch list" worle.
Supplier; Any person or organlllldon who supplies moterials or equipment for the Worle, Includl", the fabrication
of an ftem, but who does not perform labor at the site of the Worle,
~ The Individual or entity who is an obll&." on a Bond and who I. bound with the CONTRACTOR for the
full and faithful performance of the Contract and for the payment of all labor, service. and materials used on the
project.
Wmk; Any and all obligations, duties and responsibilities nec:es .. ry for the successful performance and completion
of the Contract.
~ The term "Notice" II used herein shali mean and Include all written notices, demands, Instructions.
claims, approval. and disapprovals reqUired to obtain campi lance with Contract requirements. Written notlc.
shall be deemed to have been duly .erved If delivered in person to the Individual or to a member of the flrm or to
an ofIlcer of the corporation for whom it Is Intended, or to an authorized representative of such Individual, flrm, or
corporation, or If delivered at or sent by registered mall to the last known business addres.. Unless otherwise
stated In writing. any notice to or demand upon the OWNER under this Contract shall be delivered to the City
Manager and the CONSULTANT.
ARTICLE 2-PRELIMINARY MATTERS
Almlt
2.1 The CITY reserves the rlSht to reject any and all Bids, at Ibsol. discretion. Bid. shall be awarded
by the CITY to the lowest re.pon.lve and responsible Bidder. No Notice of Award shall be given until the
CITY has concluded Its Investipdon, II It deem. necessary, to establish, to the satisfaction of the CITY,
which Bidder is the most responsive and responsible of all the Bidders co complete the Worle within the
time prescribed and In accordance with the Contract Documents. The CITY reserves the ri&ht to reject
the Bid of any Bidder who Is not believed co be, In the sole dlstredon and satisfaction of the City, to be
suflldentiy responsible. qualified and finandal able to perform the wori<. In analyIlng a Bid, the CITY may
also take Into consideration altemate and unit prices. if requested by the BId forms. If the Contract Is
awarded, the CITY shall issue the Notice of Award and give the successful Bidder a Contract for
execution within ninety (90) day after openl", of Bids.
execution of Contraa;
2.2 At least four counterparts of the Contract. the Performance and Payment Bond, the Certlflcate. of
Insurance, the Binder of Insurance If issued, the Insurance Dedaradon Page If not Included In the Policy of
Insurance, the Policy of Insurance required by the Contract Documents, the written notice of designated
supervisor or superintendent II provided in SectIon 6.1 of the General Conditions and such other
Documents II required by the Contract Documents shall be executed and delivered by CONTRACTOR
co the CITY within ten (10) calendar days of receipt of the Notice of Award. A Contract Document that
reqUires the signature of a party may be executed in counterparts separately by each of the parties and, In
.uch even~ each counterpart separately executed shall, without proof or aocountlng for the other
counterpart be deemed an original Contract Document.
forfeiture of BId $ecurhlrJPerforDllDce and Payment Bond, If any are reqUired by the applicable REP;
2.3 Within ten (10) calendar days of bein, notified of the Award, CONTRACTOR .haIl fumlsh a Performance
Bond and a Payment Bond containing all the provision. of the Performance Bond and Payment Bond
attached.
2.3 .1 Each Bond shall be In the amount of one hundred percent (IOOX) of the Contract Price
guarantee!", to OWNER the completion and performance of the Work covered In such Contract
as well as full payment of all suppliers, material man , laborers, or Subcontractor employed
pursuant to this Project. Each Bond shall be with a Surety company whoso qualiflcat10ns meet the
requirements of Sections 2.3.4, 2.3.5, and 2.3.6.
2.3.2 Each Bond shall continue in effect for flve year after flnal completion and acceptance of the Worle
with the liability equal to one hundred percent (IOOX) of the Contract Sum .
"
2.3.3 Pursuant to the requlremenu of Section 255 .05(1). Florida Statutes. CONTRACTOR shan ensure
that the Bond(s) referenced above shall be recorded In the public records of Miami-Dade County
and provide CITY with evidence of suell recording.
2.3 .4 Each Bond must be executed by a surety company authorized to do business In the State of Rorida
as a surety. havl", a resident .,.01 In lI1e State of Rorlda and having been In business with a record
of successful condnuous operation for a least five (5) years .
2.3.5 The surety company .hall hold a current certificate of authority as acoepuble surety on federal
bond s In accordance with the United States Department of Treasury Circular 570. current
revisions.
2.3.6 The CITY shall only be required to accept a surety bond from a company with a rating A. VII or
better.
2.3.7 failure of the successful Bidder to execute 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 and any security therefore forfeited .
Cootnct.orl Pre-Start RepraseDbdpoj
2.4 CONTRACTOR represents that It has familiarized Itself with . and assumes fun responsibility for havl",
familiarized luelf with the narure and extent of the Contract Documents, Work, locality. and with all IDeal
conditions and federal. state and local laws, ordinance. rules and reguladons that may In any manner affect
performance of the Work. and represents that It has correlated Its study and observations with the
requirements of the Contract Documents. CONTRACTOR also represents that It has studied an surveys
and Investigations. reports of subsurface and latent physical condillons referred to In lI1e specific adon s
and made such additional surveys and Investlptlons as It deems necessary for the performance of the
Work reflected In the Contract Documents and that he has correlated the results of all such data with
the reqU irements of the Contract Documents .
Cooynmcemeot of Contract DQl8 '
2.5 The Contract TIme shall commence to run on lI1e data stated In the Notice to Proceed.
Startin, th, Prg l'ct:
2.6 CONTRACTOR shan start to perform Its obligation s under the Contract Documents on the date the
Contract TIme commences to run . No Work shall be done at the.ite (as defined In ArtIcle I). prior to
the dati on which the Contract TIme commences to run. except with the written consent of the CllY.
Before Stanto, CoowuctJo0;
2.7 Before undertaking each part of the Work. CONTRACTOR shan carefully study and compare the
Contract Documents and check and verify pertinent figures shown thereon and all applicable field
measurements and conditions. It shall at once report In wrldng to CONSULTANT any conflict. error. or
dlscreponcy which It may discover. Nelther the OWNER nor the CONSULTANT shall be liable for any
harm, ~ or loss suffered by CONTRACTOR as a result of Its failure to discover any conflict. error.
or discrepancy In the Drawings or Specifications nor shall the CONTRACTOR be endde to any
compensation for any harm. damage or loss suffered by the CONTRACTOR due to any conflict. error,
or discrepancy In the Contract Documents.
Schedule of Complotion'
2.8 Within Five (5) buslne .. days after delivery of the Notice to Proceed by CITY to CONTRACTOR.
CONTRACTOR shall submit to CONSULTANT for approval . an estimated construction schedule
indiead", the start!", and compledon datas of the various stlIOS of the Work. and a preliminary schedule
of Shop Drawing submissions . The CONSULTANT shall approve this schedule or require revisions
theret o with in seven (7) calendar days of Its submittal . ~ there Is more than one CONTRACTOR
Involved In the Prolect. the responsibility for coordinating the Work of all CONTRACTORS shan be
provided In the Special Condition s.
2.9 Within ftve (5) business days after delivery of the executed Contract by CITY to CONTRACTOR. but
before starting the Work at the .lte, a pre-constructlon conference shall be held to review the above
schedules, to establish procedures for handling Shop Drawings and other submissions. and for processing
Applic ation s for Paymen~ and to establish a working understanding between the pardes as to the Prolect.
100
Preoent at the conference wlll be the CITY'S representative. CONSULTANT. Resident Project
• Representatives, CONTRACTOR and Its Superintendent.
QualificatioN of Subcontnct.on. Matedal men and SuppUea:
2.10 WIthin flve (5) buslne .. days after bid opening. the apparent lowe.t re.pon.lve and re.ponslble Bidder
shall submit to the CITY and the CONSULTANT for acceptance a list of the names of Subcontractors
and such other penons and organizations (Inciudlng those who are to furnish principal Items of materials
or equipment) proposed for those portions of the Work u to whlth the Identity of Subcontractors and
other persons and organizations must be submitted u specified In the Contract Documents. Within
thirty (30) calendar days after receiving the list, the CONSULTANT will notify the CONTRACTOR In
wrltlnglf either the CITY or the CONSULTANT hu reasonabl. objection to any Subcontractor. person.
or organization on such list. The failure of the CITY or the CONSULTANT to make objection to any
Subcontractor. penon. or organization on the list within thirty (30) caI.ndar days of the receipt shall
constitute an acceptance of such Subcontractor. person or organization. Acc.ptance of any IUch
Subcontnctor. person or organization shall not constitute a waiver of any right of the CITY or the
CONSULTANT to reJ.ct defective Work. material or equipment, or any Work. material or equlpmenc
not In conformance wlth the requlremenu of the Contract Doalmenu.
2.1 I If. prior to the Notice of Award. the CITY or the CONSULTANT has reasonable objection to any
Subcontractor. penon or organization listed . the apparent low BIdder may. prior to Notice of Award.
'Ubmlt an acceptabl. substitute wlthout an Increase In Its bid price.
2.12 The apparent sllenc. of the Contract Doalmenu u to any detail. or the apparent omission from them of
a detailed description concerning any Work to be done and materials to b. furnished . shall be regarded IS
meaning that only best practices are to prevail and only materials and workmanship of the best quality are
to be used In the performance of the Work.
ARTICLE 3...cORRELATION. INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS
3.1 It Is the Intent of the Spedflcatlons and Drawlngs to desa1be a complete Project to be constructed In
accordance wlth the Contract Documenu. The Contract Doalments comprise the entire Contract
between the OWNER and tile CONTRACTOR. They may be altered only by a modification u deflned In
ArtIde !.
3.2 The Contract Documenu are complementary; what Is ailed for by one Is u binding .. If ailed for by all
the documents . If CONTRACTOR flnds a conflict, error or discrepancy In the Contract Documents, It
shall . before proceeding wlth the Work affected thereby. Immediately can It to the CONSUL TANrs
attention In writing. Th. var ious Contract Doalmenu are complementary; In case of conflict, error or
discrepancy. the more stringent Interpretation and requirement tI1at shall provide the maximum benefit to
the Owner shall apply
3.3 The words ''fumlsh'' and "fum Ish and Install". "Install". and "provide" or words with similar meaning shall
be Interpreted. unle .. otherwls. lpectflcally stated. to mean ''fumlsh and Install complete In place and
ready for servlc .... 3." Miscellaneous Items and acces.orIes which are not lpeclflcally mentioned. but which are essendal to
produce a complete and properly operating Installation, or usable structure, providing the Indicated
functions, shall be fumlshed and Install.d without change In the Contract Price. Such mI.cellaneous Item.
and accessories shall be of the same quality standards, Indudlng material. style. finl.h. strength. cI ....
weight and oth.r applicable characterlsdcs, as specified for tile major component of which the
miscellaneous Item or acc .. sery II an essential part, and .hall b. approved by the CONSULTANT before
Installation. The above requirement I. not Intended to Include major components not covered by or
Inferable from the Drawings and Specifications.
3.5 The Work of all trades under this Connct shall be coordinated by the CONTRACTOR In such a
manner .. obcaln the best workmanship possible for the endre Project. and all components of the Work
shall be Installed or erected In accordance with the best practlc .. of the particular trade.
3.6 The CONTRACTOR shall be re.ponslble for maldng the construction of habltalble structures under this
Contract rain proof. and for making eqUipment and lltillty Installation. properly perfonn the .peclfled
function . If the CONTRACTOR Is prevented from complying wltll this proviSion due to the Drawings or
Speclflcadons. the CONTRACTOR shall Immediately notify the CONSULTANT In wrldng of such
IImltadons before proceeding with construction In the area where the problem exlsu.
3.7 Manufacturer's literature, when referenced. shall be dated and numbered and Is Intended to establish the
minimum requirement> acceptable. Whenever reference Is Idven to code •• or ltandard speclficadons or
101
other data published by regulating agencies or accepted orpnlzatlons, Including but not limited to
Nadonal Electrical Code, applicable State Building Code, Rorida Building Code, Federal Speclflcatlons,
ASTM Speclflcatlons, varlou, Institute specifications, and the like, It shall be undentood that such
reference I, to the latest edition Including addenda In effect on the date of the Bid .
3.8 Brand names where u,ed In the tedlnlcal specifications, are Intended to denote the standard or quality
required for the particular material or product. The term 'equal' or 'equivalent', when used In
connection with brand names, shall be Interpreted to mean a material or product that Is similar and equal
In type, quality, size, capacity, composition, flnlsh, color and other applicable characteristics to the material
or product specified by Indo narne, and that Is ,ultable for the same use capable of performing the same
function, In the opinion of the CONSULTANT, u the material or product so ,pecIfled. Proposed
equivalent Item' must b. approved by CONSULTANT before they are purchlled or Incorporated In the
Work. (When a brand name, catalog number, model number, or other Identification, Is used without tho
phrase "or equal", the CONTRACTOR shall use the brand, make and model specified).
3.9 Throua/lout this agreement the male pronoun may be substituted for female and neuter and vice versa
and the sln",lar words substituted for plural and plural words subsdtuted for sln",lar wherever
applicable .
3.10 All tedlnlcallnterpretatlons .hall be made by the CONSULTANT as set forth In SectIon 9.3 below.
3.1 I The CONTRACTOR shall advl,ed the CONSULTANT, prior to performing any work Involving a conflict
In the Contract Documents and the CONSULTANT shall make the flnal decision as to which of the
documents 'hall take precedence. In the event that there Is a conflict between or among the Conlnct
Documents, only the latest version shall apply and the latest venlon of the Conlnct Documents. The
CONSULTANT shall use the following list of Contnct Documents as a ",Ide. These documents are set
forth below In the order of their precedence so that all the documents listed above a given document
should have precedence over al l the documents listed below It.
(a) Change Orden
(b) Amendments/addenda to Contnct
(c) Supplementary Conditions, If any
(d) Conlnct with all Exhibits thereto
(e) General Conditions
(I) Written or fl",red dimensions
(x) Scaled dimensions
(h) Drawings of a larger scale
(I) Drawings of a smaller scale
0) Drawings and SpecIflcatlon, are to be considered complementary to each other
ARTICLE 1-AVAILABILITY Qf LANPS SUBSURfACE CQNDITlONS REfERENCE POINTS
Availablllt)' of Land,;
".1 The OWNER shall furnish , u Indicated In the Conlnct Documents, the lands upon which the Work Is to
be done, rtahts-of-way for access thereto, and such other lands which are de"lI'ed for the use of the
CONTRACTOR. Easements for permanent 'tructures or permanent changes In existing facilltie, will be
obtained and paid for by the OWNER, unless otherwise 'peclfled In the Conlnct Documents. Other
lcce .. to such lands or riahts-of-way for the CONTRACTOR'S convenience shall be the responslbmty of
the CONTRACTOR.
The CONTRACTOR shall provide for all additional lands and access thereto that may be required for
temporary construction facilities or storage of material and equipment.
".2 The CITY will, upon requeSt. furnish to the Bidders, copies of allavallalble boundary surveys and
subsumce tesu at no cost.
Subsyrface Conditions;
".3 The CONTRACTOR acknowledges that h. has Investigated prior to bidding and satisfied himself as to
t1he conditions affecting the Work, Including but not limited to those bearing upon InnsportatJon,
disposal , handling and storage of materials, availability of labor, water, electric power, roads and
uncertainties of weather, river staps, tides, water tables or similar physical conditions at the site, the
conformation and conditions of the ground, the character of equipment and facilities needed preliminary
to and during prosecution of the Work. The CONTRACTOR further acknowledges that he has satlsfled
himself as to the character, quality and quantity of surface and subsurface materials or obstacles to be
encountered Insofar as this Information Is reasonably ascertainable from an Inspecdon of the site,
101
Includ ing all exploratory work done by the OWNER! CONSULTANT on the .Ite or any contl'""us site.
as well as from Information presented by the Drawings and SpecJflcatlons made part of this Contract, or
any other Information made ,vallable to It prior to receipt of bids. Any fallure by the CONTRACTOR to
acquaint Itself with the available Information shall not relieve It from responsibility for estimating properly
the dlfflculty or cost of successfully performing Work. The OWNER assume. no responsibility for any
conclusions or Interpretations made by the CONTRACTOR on the basis of the Information made
a .. llabfe by the OWNER! CONSULTANT .
PlffedoC Site Conditions.:
4.4 The CONTRACTOR shall within fofty eight (48) hOUri of Its discovery. and before such condklons are
disturbed, notify the CITY In writing. of.
4.4.1 Subsurface or latent physkal conditions at the ske differing materially from those Indicated In the
Contract Documents. and
4.4.2 Unknown physical conditions at the site, of an unusual nawre, differing materially from those
ordinarily encountered and generally Inherent In Work of the character provided for In thl.
Contract. The CITY .hall promptly Investigate the conditions, and If k ftnd. that such conditions
do materially differ to the extent as to cause an Increase or deerease In the CONTRACTOR'S cost
of. or the time required for. performance of any part of the Work under this Contract, an
equitable adJusement shall be made and the Contract modified In writing accordingly.
4.5 No claim of the CONTRACTOR under this clause shall be allowed unless tho CONTRACTOR has given
the notice required In 4.4 aIbove; provided. however. tho time prescribed thorefore may be extended by
the CITY. but only If done In writing .Igned by the City Manager or the CONSULTANT.
ARTICLE 5 -INSURANCE Contnctor shall comply with the Insurance requirements set forth In the RFP and
as set forth In the Supplementary Conditions to the Contract, If any. If both have Insurance requirements and If
there Is a conflict between the two. the In.urance requirements In the Supplemental Conditions shall take
precedent
ARTICLE 6 • CONTRACTOR'S RESPONSIBILITIES
Supervision and Superlntend,nc,·
6.1 The CONTRACTOR shall supervise and direct the Work. It shall be solely responsible for the means,
methods, techniques. sequences and procedures of construction . The CONTRACTOR shall employ and
maintain a quallfted .upervlsor or superintendent (hereinafter referred to as "Supervisor" at the Work
site who shall be designated In wrltln, by the CONTRACTOR, befo re the CONTRACTOR commences
the Work and within the time required by the Contract, a. the CONTRACTOR'S representative at the
site. The Supervisor or .0 deslsnated shall have full authority to act on behalf of the CONTRACTOR and
all communlcadons given to the Supervisor shall be as binding as If given to the CONTRACTOR. The
Supervlsor(s) shall be present at each site at .11 times as required to perform adequate supervision and
coordlnadon of the Work. (Copies of written cornmunkadons given to the Supervisor shall be mailed to
the CONTRACTOR'S home olllce).
6.1.1 The CONTRACTOR shall keep one record copy of all Speclftcatlons. Drawings, Addenda,
Modifications and Shop Drawings at the site at all times and In good order and annotated to show
all changes made during the construction process. The .. shall be avallabfe to the CONSULTANT
and .ny CITY Representative at all reasonable times . A .. t of "As·Bulk" drawings, as well as the
original Speclftcatlons, Drawings, Addenda, Modlflcations and Shop Drawings with annotadons.
shall be made available to the City at all dmes and k .hall be delivered to the CITY upon
compledon of the Project
Labor. Materials and Equipment:
6.2 The CONTRACTOR shall provide competent, suitably quallfled personnel to layout the Work and
perform construction as required by the Contract Documents. It shall at all times maintain good
discipline and order at the site.
6.3 The CONTRACTOR shall furnish all material., equipment, labor, transportadon. construction equipment
and machinery, tools, appliance •• fuel. power. light, heat, local telephone, water and sanitary facilities and
all other facilities and Inddentals necessary fo r the execution. testing, Initial operadon and compledon of
the Work.
103
6.4 All materials and equipment shall be new, except as otherwlso provtded In tho Contract Documents.
WtMon spedal makes or IV"des of material which ..... normally pacb&ed by dlo supplier or manunaurer
..... specified or approved, such materials shall be delivered to the site In tholr original packages or
containers with seals unbrokon and labels Intact.
6.5 All materials and equipment shall be applied, Installed, connected, erected, used, deoned and conditioned
In accordance with the Instruct/ons of die applicable rnanunaurer, fabrlator, or processors, except as
otherwise provided In the Contract Documenu.
Work. MarcriaiL Equipment. Products and Subsrlwtlon,;
6.6 Materials , equipment and products Incorporated In the Work must be approved for use before being
purchased by the CONTRACTOR. The CONTRACTOR shall submit to the CONSULTANT a list of
proposed materials, equipment or products, together with such sample. as may be necessary for them to
determine dlelr acceptability and obtain tholr approva~ within ninety (90) calendar days after award of
Contract unloss otherwise stipUlated In tho Special Conditions . No request for payment for 'or equal"
equipment will be approved until this list has been received and approved by the CONSULTANT.
6.6.1 Whenever a material, article or piece of eqUipment I. Identified on the Drawings or Speclflcatlons
by reference to brand name or catalog number, It lhall be understood that thl. Is referenced for
the purpose of defining the performance or other salient requirements and that other products of
equal capacities, qualitY and funedon shall be considered. TtMo CONTRACTOR may .-.convnend
tho substitution of a material, artIde, or piece of eqUipment of equal substance and funedon for
thoso referred to In die Contract Documents by reference to brand name or catalog number, and
if, In the opinion of the CONSULTANT, such material, article, or piece of equipment I. of equal
substance and function to that specified, the CONSULTANT may approve Its substitution and use
by tho CONTRACTOR. Inddental changes or extra component parts reqUired to accorm1Odate
the .ubstitute will be made by the CONTRACTOR without a change In tho Contract Prico or the
Contract llme.
6.6.2 No subltitute shall be ordered or Installed without the written approval of the CONSULTANT
who .hall be the judge of quality.
6.6.3 Delay cau.ed by obtaining approvals for .ubstitute material. shall not be considered just/flable
gounds (or an extension of construction dme.
6.6." Should Iny Wori< or materials, equipment or products not confonn to requirements of the
Drawings and Specification. or become damaged during tho progress of the Work. .uch Wori< or
materilis .hall be removed and replaced, together with any Wori< disarranged by .uch alterations,
at any time before completion and acoeptance of the Project. All .uch Wori< .hall be done It the
expen.e of die CONTRACTOR.
6.6.5 No materials or supplies for the Wori< .haIl be purchased by the CONTRACTOR or Iny
Subcontractor .ubject to any chattel rnortpgo or under a condldonaJ sale or odIer agreement by
which an Interesc Is retained by the Soller. The CONTRACTOR warrants that they hi .. good
title to III materials and supplies used by them In the Work.
6.6.6 Non-conforming Work; The CitY of South Miami may withhold acceptance of, or reject Item.
which are found upon examination, not to meet the specIflcadon requirements or conform to the
plan. and drawlngL Upon wricten nodflcadon of rejection, Items .haII be removed or unlnstalled
within five (5) buslnes. dlYS by the CONTRACTOR at hi. own expense Ind redellvered andlor
reinstalled at his """enle. Rejected goods left longer dian dllrty (30) calendar dlYs shall be
regarded as abandoned and the CITY .hall have the right to dispose of them as Its own property
and the CONTRACTOR thereby waives any claim to the good or to compensadon of any kind
for said goods. Rejection for nOl>-conformance or failure to meet delivery .chodule. may result In
the CONTRACTOR being found In default.
6.6.7 In as. of default by the CONTRACTOR. the City of South Miami may procure the article. or
service. from other 10urces and hold die CONTRACTOR responsible for any excess costs
ocasloned or Incurred thereby.
6.6.8 The CITY reserv.s the right, In the event the CONTRACTOR cannot provide an ltem(.) or
servloe(s) In a timely manner as requested, to obtain the good andlor services from odler sources
and deducting the cost from tho Contract Price without violating the Intent of the Contract.
concern!"1 SUbcoDtActQcs'
104
6.7 The CONTRACTOR shall not employ any Subcontractor, opInst whom the CITY or tile
CONSULTANT may have reasonable objection, nor will the CONTRACTOR be required to employ any
Subcontractor who has been accepted by the CITY and the CONSULTANT, unlelS the CONSULTANT
determine. that there Is ",od cause for doing so .
6.8 The CONTRACTOR shall be fully responsible for all acts and omissions of Its Subcontnlctors and of
persons and organizations directly or Indirectly employed by It and of persons and organizations for
whose aets any of them may be liable to the same extent that they are responsible for the acts and
omissions of persons directly employed by them. Nothing In the Contract Documents shall create any
contnctual relationship between OWNER or CONSULTANT and any Subcontractor or other person or
organization having a direct contnlct with CONTRACTOR, nor shall It create any obllptlon on the part
of OWNER or CONSULTANT to payor to see to payment of any persons due subcontnlctor or other
person or orpnlzatlon, except as may otherwise be required by law. CITY or CONSULTANT may
furnish to any Subcontractor or other person or organization, to the extent practicable. evidence of
amounts paid to the CONTRACTOR on account of specified Work done In accordance with the
schedule values .
6.9 The divisions and sections of the Speclflcatlons and the ldentlflcatlons of any Drawings shall not control
the CONTRACTOR In dividing the Wori< among Subcontnlctors or dellneadng the Wori< perfonmed by
any speclftc trade.
6.10 The CONTRACTOR agrees to bind specifically every Subcontractor to the applicable terms and
conditions of the Contract Documents for the beneflt of the OWNER.
6.11 All Wori< performed for the CONTRACTOR by. Subcontractor shall be pursuant to an appropriate
agreement between the CONTRACTOR and the Subcontractor.
6.12 The CONTRACTOR shali be responsible for the coordination of the tnldes, Subcontractors material and
men ""PlOd upon their Work.
6.12.1 The CONTRACTOR shall cause appropriate provisions to be Inserted In all subcontracts reladve
to tho Work to bind Subcontnlctors to tho CONTRACTOR by the terms of these General
Conditions and other Contract Documents Insofar as applicable to the Work of Subcontractors,
and give the CONTRACTOR the same power as reprds to tennlnatlng any subcontnlct that the
OWNER may exercise over the CONTRACTOR under any provisions of the Contnlct
Documents.
6.12.2 The CITY or CONSULTANT will not undertake to sltde any differences between the
CONTRACTOR and their Subcontractors or between Subcontnlctors.
6.12.3 If In the opinion of the CONSULTANT, any Subcontractor on the Project proves to be
Incompetent or otherwise unsatisfactory, they shall be promptly replaced by the CONTRACTOR
If and when directed by tho CONSULTANT In writing.
6.llA DIscrimination : No action shall be taken by the any subcontractor with regsrd to the fulfillment of the
terms of the subcontract, Including the hiring and retention of employees for the perfonnance of Work
that would discriminate aplnst any person on the basis of race, color, creed. religion, national origin, sex,
age, sexual orientation, familial status or disability. This paragraph .hall be made a part of the
subcontractor'. contnlct with the Contractor.
Patent fw and RoxaJt]cs;
6.13 The CONTRACTOR shall pay all license fees and royaltlos and assume all costs Incldont to tho uso of any
Invention, design. process or device which Is the subject of patent rights or copyrights held by others. He
.hallindemnify and hold harmless the OWNER and the CONSULTANT and anyone directly or Indirectly
employed by either of them from aplnst all claims, damages, losses and expenses Qncludlng attorney's
fees) arising out of any Infringement of such rights during or after the completion of the Work, and shall
defend ali such claims In connection with any alleged Infringement of such rights.
6. J.4 The CONTRACTOR shall be responsible for determining the application of patent rights and royalties
materials, appliances, articles or .ystems prior to bidding. However, he .haIl not be respon.lble for such
determination on systems which do not Involve purchase by them of materials, appliances and article •.
fmnJu;
6.15 The CONTRACTOR shall secure and pay for all construction pennlU and licenses and shall pay for all
aovemmental charges and Inspection fees necessary for the prosecution of the Work, which are
applicable at the time of his Bid . When such charges are nonmally made by the CITY and when so stated
In the Special Conditions, there wJII be no charges to the CONTRACTOR. The CITY shall assist the
lOS
CONTRACTOR. when necessary, In obtalnlnB such pennlts and Ilcen.... The CONTRACTOR .hall aI.o
pay all public utility ch"'1"'.
Electrical Power and Ucbtlos;
6.16 Electrical power required duri", construction shall be provided by each prime CONTRACTOR as
required by It. This service .hall be Installed by a quallfted electrical Contnctor approved by the
CONSULTANT, Ughtl", .hall be provided by the CONTRACTOR In all .paces at all lime. whe ...
necessary for lOad and proper workmanship, for Inspection or for safety. No temporary power .hall be
used off temporary IIghtl", lines without 'pecific approval of the CONTRACTOR.
Laws and Regulations'
6.17 The CONTRACTOR shall comply with all notices, laws, ordinances. rules and resulatlons appllcalble to
the Woric. If the CONTRACTOR observes that the Specification. or Drawlnp are at variance thereWith,
It .hall ... the CONSULTANT prompt written notice thereof, and any necessary chansos shall be
adjusted by an appropriate modification . If the CONTRACTOR performs any Work knowl", it to be
contrary to such laws, ordinances. rules and resulalions. and without .uth nodce to the CONSULTANT,
It shall bear all costs arislns there from; however, It .hall nOt be Ita primary responsibility to make certain
that the Drawlnp and Specifications are In accordance with such laws, ordinances, rules and r_sulatlons.
plsqlmloatioo:
6.17 A No action shall be taken by the Contractor with resard to the fulfillment of the term. of the Contract,
Indudl", the hiring and retendon of employees for the performance of Work that would discriminate
aplnst any person on the basis of race, color, creed, religion, nadonal orl"n, sex. 1&", sexual orlentalion,
familial status or disability.
lim;
6.18 Cost of all applicable sales, consumer use, and other axes for which the CONTRACTOR Is lIabie under
the Contnct shall be Induded In the Contnct Price stated by the CONTRACTOR.
Safe!;y and ProtectIon:
6.19 The CONTRACTOR shall be respon.lble for Inldatlng, malntalnlngand supervlslns all safety precautions
and programs In connection with the Work. They shall take all necessary precautions for the safety of,
and shall provide the necessary protection to prevent damage, Injury or loss to:
6.19 .1 All employees and other persons. who may be affected thereby,
6.19.2 All the Work and all materials or equipment to be Incorporated therein, whether In storage on or
ofl'the site, and
6.19.3 Other property at the site or adjacent thereto, Inciudlng trees. shrubs. lawn., walks. pavements,
roadways, structures and utilities not designated for removal, relocation or replacement In the
course of constructJon .
6.20 The CONTRACTOR shall designate a responslbie member of their orpnlzatlon at the site whose duty
.hall be the prevention of accidents. This person shall be the CONTRACTOR'S Superintendent unle ..
otherwise des~ated In writlnB by the CONTRACTOR to the CITY.
Enllqlfldts;
6.21 In emergencies affecting the safety of persons or the Work or property at the site or adjacent thereto,
the CONTRACTOR. without speciallnstrucdon or authorization from the CONSULTANT or CITY, Is
obligated to act, at his discretion, to prevent threatened damage, Injury or loss. He shall live the
CONSULTANT prompt written nodce of any significant chanses In the Work or devladons from the
Contnct Documents caused thereby. If the CONTRACTOR believe. that additional Work done by him
In an emergency which arose from causes beyond hi. control endtles him to an Increase In the Contract
PrIce or an extension of the Contract TIme, he may make a dalm therefore as provided In Artide. I I and
12.
Sbop Drawlnp and Samples;
6.22 Alter checking and verifylns all field measurements, tho CONTRACTOR shall submit to tho
CONSULTANT for review, In accordance with the accepted schedule of shop drawlns submissions. six
(6) copies (or at the CONSULTANT option, one reproducible copy) of all Shop Drawings, which shall
have been checked by and stamped with the approval of the CONTRACTOR. The Shop Drawl"" shall
106
be numbered and Identified as the CONSULTANT may require. The data shown on the Shop Drawings
shall be complete with respect to d imensions, des~ criteria, materials of constnJcllon and the like to
enable the CONSULTANT to r8YIew the Information without any unneceswy Investigation .
6.23 The CONTRACTOR shall also submit to the CONSULTANT for review. with such promptness as to
cause no delay In Work. all sample s required by the Contract Documents.
All samples shall have been checked by and stamped with the approval of the CONTRACTOR, Identified
clearly as to material. manufacturer. any pertinent catalog numbers and the use for which Intended .
6.24 At the time of each submission. the CONTRACTOR shall notify the CONSULTANT. In writing. of any
deviations between the Shop Drawings or samples and the requ irements of the Contract Documents.
6.25 The CONSULTANT shall review with responsible promptneSS Shop Drawings and Samples. but his
rOYIew shall be only for conformance with the design concept of the ProJect and for compliance with the
Infonnatlon given In the Contract Documents. The review of a separate Item IS such will not Indicate
review of the assembly In wh ich the Items functions . The CONTRACTOR shall make any corrections
required by the CONSULTANT and shall return the required number of corrected copies of Shop
Drawings and resubmit new samples until the rOYIew Is satisfactory to the CONSULTANT. The
CONTRACTOR shall notify the CONSULTANT. In writing. of any prior Shop Drawing or revisions to
Shop Drawings that are In conflict with each submission or ..... subml .. lon . The CONTRACTOR 'S stamp
of approval on any Shop Drawings or sample shall constitute representation to the CITY and the
CONSULTANT that the CONTRACTOR has either determined and/or verIfled all quantities, dimension.
fleld construction criteria, materials. catalog numbers and similar data or they assume full responsibility
for doing so. and that they have rOYIewed or coordinated each Shop Drawing or sample with the
requirements of the Work and the Contract Do cuments.
6.26 No Work requiring a subm ittal of a Shop Drawing or .ample shall be commenced until the subml .. lon has
been reviewed and approved In writing by the CONSULTANT. A copy of each Shop Drawln, and each
approved sample shall b. kept In good order. In a book or binder. In chronological order or In .uch other
order reqUired by the CONSULTANT In writing. by the CONTRACTOR at the site and shall be available
to the CONSULTANT.
6.27 The CONSULTANT. review of Shop Drawings or samples shall not relieve the CONTRACTOR from
hi. respon.lbillty for any deviation. from the requirements of the Contract Documents unle .. the
CONTRACTOR has Informed the CONSULTANT. In writing. to each deviation at the time of
submission and the CONSULTANT has given written approval to the specific deviation. nor shall any
r8YIew by the CONSULTANT relieve the CONTRACTOR from respons ibility for e rrors or omissions In
the Shop Drawings or samples .
6.27 A The CONTRACTOR shall be liable to the OWNER for any additional co.t or delay that Is caused by Its
failure to notify the CONSULTANT of any of said deviation. or confllcu between Shop Drawings or due
to errors In the Shop Drawings or .amples.
ClnnlDJ Up :
6.28 The CONTRACTOR shall dean up behind the Work u much as Is reasonably possible as the Work
progresses. Upon completion of the Work. and before acceptance of flnal payment for the Project by the
OWNER, the CONTRACTOR sh.1I remove .11 hi. ,urplu. and dl5carded materilis. excavated mate ri al
and rubbish as well as all other material and eqUipment that does not fonn a part of the Work. from the
property. roadways. sidewalks. parkin, ar .... lawn and all adjacent property. In addition . the
CONTRACTOR shall dean his portion of Work Involved In any building under this Contract. so that no
further cleaning by the OWNER Is necessary prior to Its occupancy and he shall restore all property. both
public and private, which has been distUrbed or damaged during the prosecution of the Work so as to
leave the whol. Work and Work Site In a neat and presentable condition.
6.29 If the CONTRACTOR does not clean the Work Site. the CITY may clean the Work Site of the materials
referred to In paragraph 6.28 and charge the cost to the CONTRACTOR.
Public Convenience and Safety;
6.30 The CONTRACTOR shall . at all time •• conduct the Work In such a manner as to Insure the least
practicable obstruction to public travel. The convenience of the general pUblic and of the residents along
and adjacent to the area of Work shall be provided for In a satisfactory manner. consistent with the
operation and local condition •. "Street Closed" sign s .hall be placed immediately adjacent to the Work. in
a conspicuous position . at such locations as traIIIc demands. At any time that streets are required to be
closed. the CONTRACTOR shall notify law enfo rcement agendes and In particular. the City of South
107
Miami Police Department, before the street Is closed and apln as soon as It Is opened. Access to flre
hydrants and other flr. extinguishing equipment shall be provided and malnt1lned at all times.
$anJtacy Proy!s!oos:
6.31 The CONTRACTOR shall provide on·.lte office, and necessary toilet facilities. secluded from public
obseNation. for use of all personnel on the Work SIte. whether or not In his employ. They shall be kept
In a clean and sanitary condition and ,hall comply with the requirements and regulation, of the Public
Authorities having jurfsdlctlon. They shall commit no public nuisance. T emporvy fleld office and sanitary
ladlltles shall be removed upon completion of the Work and the premises shall be left dean .
IndemnlflcatloD'
6.32 Contractor shall comply with the IndemnifICatIon requirements set forth In the RFP and as set forth In the
Supplementary Conditions to the ContraCt, If any. If both have Indemnification requirements and If there
Is. conflict between the two, the Indemnlflcatlon requirements In the Supplemental Conditions shall take
precedent-
6.33 In the event that any action or proceeding Is brought aplnst OWNER or CONSULTANT by reason of
any such claim or demand. CONTRACTOR. upon wrftten notice from CITY shall defend such action or
proceeding by counsel satisfactory to CITY. The Indemnification provided above shall obligate
CONTRACTOR to defend at Its own expense or to provide for such defense. at CITY'S option. any and
.11 claims of 1Jab111ty and all suits and actions of every name and descrfptlon that may be brought aplnst
OWNER or CONSULTANT. excluding only tho .. claims that allel' that the Injurfes arose out of the
sole nesill'nce of OWNER or CONSULTANT.
6.34 The obIlga11ons of the CONTRACTOR under parqraph 6.33 shall not extend to the liability of the
CONSULTANT. Its .,.nts or employees arising out of (I) the preparation or approval of maps. drawings.
opinions. reports. surveys. Change Orders. designs or spectflcatlons or (b) the giving of or the fallure to
give directions or InSIJ'IJctions by the CONSULTANT. Its .,.nts or employees provided such act or
omission Is the primary cause of Injury or damage.
6.34A All of the forgoing Indemnification provisions shall survive the term of the Contract to which these
General Conditions are a part. Indemnification shall not exceed an amount equal to the total value of all
Insurance coverage required by SectIon 5.1 of this document-Indemnlflcatlon Is limited to dam.,.s caused
In whole or In part by any aCt, omission. or default of the Contractor. the Contractor's subcontractors.
sub-subcontractors. materialmen. or .,.nts of any tier or their respective employees to the extent cau.ed
by the negligence, reddessne.s, or Intentional wrongful misconduct of the Indemnlfytng party and persons
employed or utilized by the Indemnifying party In the performance of the construction contract.
Rcsponslblilly for Connection to Exlstln, Work:
6.35 It shall be the responsibility of the CONTRACTOR to connect Its Work to each part of the existing
Work. existing building or structure or Work previously Installed IS required by the Drawings and
Specifications to provide a complete Installation .
6.36 excavations, grading, fill. storm drain.,.. paving and any other construction or Installations In rfghts-of·
ways of streets, highways. public carrfer lines. utility lines. either .erlal, surface or subsurface, etc .• shall be
done In accordance with requirements of the special conditions. The OWNER will be responsible for
obtaining all permits necessary for the Work descrfbed In this paragraph 6.36. Upon completion of the
Work. CONTRACTOR shall present to CONSULTANT certlflcates, In trfpllcate. from the proper
authorftles. stating that the Work has been done In accordance with their requirements.
6.36 .1 The CITY will cooperate with the CONTRACTOR In obt1lnlng action from any utilities or public
tuthorftles Involved In the above requirements.
6.36.2 The CONSULTANT shall be responsible for obtaining elevations of curbs and gutters. pavement,
storm drainage structures. and other Items which must be established by govern,,*,taI
departments as soon as grading operations are begun on the site and. In any case. suffldently early
In the construction period to prevent any adverse effect on the Project.
Cooperation with Goyemmenql Qes>aaments. PubliC; UtJlltJcs, Etc,:
6.37 The CONTRACTOR shall be responsible for making all necessary arrangements with governmental
departments, public utilities, public carriers. service companies and corporations (hereinafter referred to
as "third part!es'1 owning or controlling roadways. railways. water. sewer. ps. electrfcal conduits.
telephone. and telegraph facilities such as pavements. tracks. piping, wires. cables, conduits, poles. guys.
101
etc., Including Incldenul structures conne<ted therewith, dlat are encountered In the Work In order that
such Items are properly shored, supported and protected, that their locadon I. ldendfted and to obtaJn
authority from these third pardes for relocadon If the CONTRACTOR de.lre. to relocate the Item. The
CONTRACTOR .hall &lve all proper nodces. .hall comply with all requirements of such third panle. In
the performance of hi. Work, .hall permit entrance of .uch third pardes on the Project In order that they
may perform their necessary work, and shall pay all char ... and fee. made by .uch third parties for their
work.
6.37.1 The CONTRACTOR'S ""endon I. called to the fact that there may be delays on the Project due
to work to be dono by governmental departments, public utilitie s, and othor. In repairing or
moving poles, condultl, etc. The CONTRACTOR shall cooporete with the above parde. In every
way possible, 10 that the construction can be completed In the lout possible dme.
6.37.2 The CONTRACTOR .hall have made Itself familiar with an codes, laWl, ordinances , and
reauladons which In any manner affect those onp&ed or employed In the Work, or materials and
equipment use In or upon the Work. or In any way affect the conduct of the Work. and no plea of
mI.undentandlng will be considered on account of damage or delay cau.ed by hi. Ignorance
thereof.
Use PremIses '
6.38 CONTRACTOR shall conftne Its apparl",s, storage of materials, and operadons of Its workmen to the
limits Indicated by law, ordinances, permits and directions of CONSULTANT and CITY, and shall not
unnecessarily encumber any part of the site or any areas off site.
6.38.1 CONTRACTOR .hall not overload or permit any part of any structure to be loaded with such
weight as will endanger Its wecy, nor shall It subject any work to stresses or pressures that will
endanger It.
6.38.2 CONTRACTOR shall enforce the rules and reguladon promulgated by the CONSULTANT and
OWNER as well as their Instructions with reprd to signs, adverdsements, flres and smoking.
6.38.3 CONTRACTOR shall anrange and cooperate with CITY In roudng and parking of automobiles of
Its employees, subcontractors and other personnel, as well as that of the material delivery trucks
and other vehicles that como to the Project site.
6.38.4 The City will designate specific areas on the site for storage, parking, etc. and the job site shall be
fenced to protect the job site and the generaJ public.
6.38.5 The CONTRACTOR shall furnish, Install and maintain adequate construction office facilides for all
workers employed by It or by Its Subcontracton. Temporary offices shall be provided and
located where dlre<ted and approved by the CONSULTANT. All such facilities shall be furnished
In strict aooordance with existing governing regulations . Field offices .hall Indude telephone
fadlities.
Protection of &Isdn, Propmy Improvements·
6.38 Any exlstlng.urface or .ubsurface Improvements, such as pavements, curbs, sidewalks , pipes or utilities.
footings. or structures (Indudlng pardons thereof), trees and shrubbery, not Indicated on the Drawings
or noted In the Speclflcation. as be ing removed or altered shall be protected from damage during
construction of the Project. Any such Improvements damaged during construction of the Project shall
be restored at the expense of the CONTRACTOR to a condition equal to that existing at the time of
award of Contract.
ARTICLE 7 -WORK BY OTHERS.
7.1 The CITY may perform additional Work nelated to the Proj e ct or may let other direct contracts therefor
which shall contain General Condidons slmllar to th.... The CONTRACTOR shall afford the other
contractors who are pardes to such direct contracts (or the OWNER. If It Is perfonnlng the additional
Work Itself), reasonable opportUnity for the Introduction and storage of materials and equipment and the
execution of Work, and shall property connect and coordinate Its Work with theirs.
7.2 If any part of the CONTRACTOR'S Work depends upon proper execution or results of the Work of any
other contractor or the OWN ER. the CONTRACTOR shall prompdy report to the CONSULTANT In
wridng any defects or deficiencies in such Work that render It unsuitable for the CONTRACTOR's
Work.
7.3 The CONTRACTOR shall do all cutting. fitting and patching of the Work that may be required to make
Its several parts come together properly and fit to receive or be received by such other Work. The
CONTRACTOR shall not endanger any Work of others by cutting, excavating or otherwise altering their
10.
Worle and shall only cut or alter their Work with the written consent of the CONSULTANT and of the
other contractor whose work will be affected.
7.~ If the perlormance of additional Work by other contractors or the OWNER Is not noted In the Contract
Documenu prior to the execution of the Contract. written notice thereof shall be lIVen to the
CONTRACTOR prior to startl". any such additional Work. If the CONTRACTOR believes that the
performance of such additional Worle by the OWNER or others will cause the CONTRACTOR
additional expense or entides him to an extension of the Contract TIme, he may make a dalm therefore
u provided In ArtIcles II and 12.
7.5 Where pracdcable, the CONTRACTOR shall build around the work of other separste contractors or
shall leave chases. slou and holes as required to receive and to conceal within the .. neral constrUction
Wor1c the worle of such other separste contractors u directed by them. Where such chues, slou, etc.,
are Impracticable, the Work shall require specific approval of the CONSULTANT.
7.6 Necessary chues. slou, and hal .. not built or left by the CONTRACTOR shall be cut by the separate
contractor requiring such alterations after approval of the CONTRACTOR. The CONTRACTOR shall
do all patching and ftnlshlng of the worle of other contractors where Ie Is Cut by them and such patchl".
and flnlshlng shall be at the expense of CONTRACTOR
7.7 Cooperation Is required In the use of site fadlltie. and In the detailed execution of the Work. Each
contractor shall coordlna ... their operation with those of the other Contractors lor the best Interest of
the Worle In order CO prevent delay In the execution thereof.
7.8 Each of several contractors working on the Project S!ce shall keep themselves Informed of the pro,","s of
the werle of other contractors. Should lack of progress or defective wor1cmanshlp on the part of other
contractors Interfere with the CONTRACTOR's operations. the CONTRACTOR shall notify the
CONSULTANT Immediately and In writing. Lack of such notice co the CONSULTANT shall be
constrUed as accepl3nC8 by the CONTRACTOR of the status of the worle of other contractors as being
satisfactory lor proper coordination of CONTRACTOR's own Work.
7.9 The cost of extra Wor1c resultl". from lack of notice, untimely notlce, failure to respond co notice,
Defective Work or lack of coordination shall be the CONTRACTOR's cost.
7,10 The CITY reserves the rlaht In the event the CONTRACTOR cannot provide an ltem(s) or service(s) In a
timely manner u requested, to obtain the good andlor services from other sources and deducting the
cost from the Contract PrIce wlchout violating the Intent of the Contract.
ARTICLE 8 -CITY'S RESPONSIBILITIES.
8.1 The CITY will Issue all communications CO the CONTRACTOR th~ the CONSULTANT.
8.2 In cases of tennlnatlon ofemployment of the CONSULTANT, the CITY will appoint a CONSULTANT
whose status under the Contract Documents shall be that of the Ionmer CONSULTANT.
8.3 The CITY shall prompdy furnish the data required of them under the Contract Documents.
8.~ The CITY'S duties In respect co provIdi".lands and _menU are set forth In Paragraphs ~.I and ~.2 .
8.5 The CITY shall have the rlaht to take possession of and use any completed or partially completed
pordons of the Worle. notwithstanding the fact that the time for completl". the endre Wor1c or any
portion thereof may not have expired; but such taking po ... sslon and use shall not be deemed an
acceptance of any Work not completed In accordance wlch the Contract Documenu.
ARTICLE 9 -CONSULTANTS' STATUS DURING CONSTRUCTION,
CJlis Representative:
9.1 The CONSULTANT shall be the CITY'S representative durl".the construction period . The duties and
responsibilities and the limitations ofauthority of the CONSULTANT as the CITY'S representative during
construction are set forth In Articles I throuafl 16 of these General Condlclons and shall not be extended
wlchout written consent of the CITY and the CONSULTANT.
9.1.1 The CONSULTANT's deCision, In matters relati". to aesthetics, shall be ftnal, If wlchln the terms
of the Contract Documents.
9.1.2 Excepc as may be otherwise provided In this contract. all dalms, counterclaims, dispute. and other
matter. In question between the CITY and the CONSULTANT arising out of or relating to this
Contract or the breach thereof, shall be dedded In a court of competent Jurisdiction wlchln the
State of Rorida.
Visits to Site:
110
9.2 The CONSULTANT shall provide an Inspector to make period ic visits to the site at each phase of
construction to observe the progress and quality of the executed Wori< and to determine If the Work Is
proceedlnlln accordance with the Contract Documents. His efIoru shall be directed toward provldlnl
assurance for the OWNER and all applicable regulatory agencies that construction Is In compliance with
the Construction Documents and applicable laws, rules and regulations. On the basis of these on slte-
observations as an experienced and quallfled deslJn professional, he shall keep lI1e CITY Informed of the
progress of the Work and shall guard the OWNER against defects and defidencles In the Work of
CONTRACTOR.
Cladflcat!ons and Interprmtions;
9.3 The CONSULTANT shallissuo, with reason able promptness, such written dariflcadons or Interpretations
of the Contract Documents (In the fonn of Drawings or otherwise) as It may determine necessary, which
shall be consistent with , or reasonably Inferable from, the overall Intent of the Contract Documents. If
the CONTRACTOR seeks an Increase In the Contract Plice or extension of Contract Time based on a
written dariflcadon andIor Interpretation It shall be required to submit a timely dalm as provided In
ArtIdes II and 12.
Measurement of Quantities;
9." All Work completed under the Contract shall be measured by the CONSULTANT accordlns to the
United States Standard Measures . All line .. surface measurements shall be made horizontally or vertically
as required by the Item measured.
RojectiDl Ptfitctiye Work:
9.5 The CONSULTANT shill have authority to disapprove or reject Work that Is 'Defective Work" as
deflned In ArtIcle I. It shall also have authority to require special Inspection or teldng of the Work
Indudlng Work fal>rlcated on o r off site, Installed or completed as provided. In the event that tho
CONSULTANT requires teStinl of completed Work. the cost of such Inspections andIor testlns shall be
approved In wrtdng by the CITY. All consequential cost of such In.pecdons and tesdng, Indud lns but not
limited to tho cost of tmnl and inspection, the cost of repairing any of the Work. or the work of others,
the cost to move furniture and equipment andlor the cost to provide alternadve fadlltles until the repair
work can be completed, shall paid by the CONTRACTOR If 1110 Wori< Is found to be Defective Work.
Sbop Prawlng Chan. Orden and Payments:
9.6 In connecdon with tho CONSULTANT responsibility as to Shop Drawl ... and Iamples , lee paragraphs
6.25 throush 6.28, Inclusive .
9.7 In connection with the CONSULTANT's responsibility for Ch l ngo Orders see ArtIdes 10, II, and 12 .
9.8 In connection with the CONSULTANT responsibilities with respea to the Appllcadon for Payment. etc.,
see ArtIcle I ...
Decisions on OIYll""DlIOts:
9.10 The CONSULTANT shall be thelnltiallnterproter of the Construction Documents.
Umltadoos on Coosu!mnt', ResponslbUltfes:
9.11 The CONSULTANT will not bo responslblo for the construction means , mell1ods. techniques, sequences
or proceduros, or the safety preaudons and program. Incident thereto.
9.12 The CONSULTANT will not be responsible for the acts or omissions of the CONTRACTOR, or any
Subcontractors, or any of their "i'""" servants or employees. or any other person perfonnln, any of the
Work under or throul/1 them .
ARTICLE JO -CHANGES JN THE WORK.
10.1 WIthout Invalidating the ContraCt. the CITY may, at any dme or from tJme to dmo. order additions,
deletions or revis ions In or to the Work which shall only be authorized by a written Change Orders.
Upon rooeIpt of a Chanp Order. the CONTRACTOR shall proceed with the Work Involved . All .uch
Wori< shall be performed under the appllcablo conditions of the Contract Documents. If any authorized
written Change Order causes an Increase or deere .. e In the Contract Plice or an extension or
shortenlns of the Contract Time, an equitable adjustment will be made as provided In ArtIcle II or
Ardde 12. A written Chanse Order signed by the CITY and the CONTRACTOR Indicates the ir
I"
"",ement to tile term. of the Change Order. All Change Orders shall be certified by the
CONSULTANT as to the appropriateness and value of the change In the Work as well as to any change
In the time to complete tile Work under the circumstance .. The f.allure to Include a dme extension In
the Change Order or In the request for a change order .hall result In a waiver of any extension of time
due to tile change In the work as reflected In the Change Order.
10.2 The CONSULTANT may authorize minor change. or alteration. In the Work not Involvlnl extra COlt
and not Incon.lstent wltII the ovenIllntent of the Contract Documenu without the need for a formal
written Change Order provided the CONTRACTOR doe. not request addldonal time or additional
compensation. The.e may be accomplished by a written Field Order. If the CONTRACTOR believes
that any change or alteration authorized by the CONSULTANTs Field Order would entitles the
CONTRACTOR to an Increase In tile Contract Price or exten.lon of Contract Time, It must .ubmlt a
written nodce of Intent to demand a Chan .. Order within twenty four (2~) hours of the Issuance of the
Field Order and submit a written proposal for Change Order within four (~) days thereafter, otherwise
the CONTRACTOR shall be deemed to have waived such claim.
10.3 Additional Work performed by the CONTRACTOR without authorization of. written Change Order
shall not entitle It to an Incr .... In the Contract Prke or an extension of the Contract Time, except In
the case of an emergency as provided In paragraph 6.22 and except as provided In paravaph 10.2.
I O.~ The CITY will execute appropriate Chan .. Orders prepared by tile CONSULTANT coverlnl chanlOs In
the Work. to be performed as provided In paragraph ~.~, and Work performed In an emergency as
prOVided In paragraph 6.22 and any other claim of tile CONTRACTOR for a change In the Contract Time
or the Contnct Price which I. approved by the CONSULTANT.
105 It Is the CONTRACTOR'S re.ponslbliity to notify Its Surety of any changes aflectfng the general Scope of
the Work or change In the Contract Price or Contra<! Time and tile amount of the appl icable bonds shall
be adjusted accordln~. The CONTRACTOR shall furnl.h proof of .uch an adjustment to tile CITY
before commencement of the Change Order Work. The Work shall be .topped until the
CONTRACTOR provide. such proof of adjustment In the Bond amount and any such delay shall be
charged to the CONTRACTOR.
ARTICLE II -CHANGE OF CONTBACT PRICE.
I 1.1 The Contract Price conldrutes the total compensation payable to the CONTRACTOR for Performing
the Work. All dudes, responsibilities and obligations assllned to or undertaken by the CONTRACTOR
.hall be at lu expense without chanllng tile Contract Price.
I 1.2 The CITY may, at any time, without written notice to the sureties. by written order designated or
Indicated to be a Change Order, make any chan .. In the Work within the IOnerai scope of the Contract.
Indudlng but not limited to changes to or In:
11 .2.1 Specifications ~ncludlnl drawings and designs);
11.2.2 Method or manner of performance of the Work.
11 .2.3 CITY-furnished facilitle., equipment, material., service .. or site; or
11 .2.~ Accel .... tlon In tile performance of tile Work.
11 .3 Except as provided In tills section, or sections referred to In this section, no order, statement, or conduct
of tile CITY shall be treated IS a Change Order or entitle tile CONTRACTOR to an equitable
adjustment unless and until the change In the Work Is speclflcally and expressly provided for In a written
Change Order, or as othorwlse provided In another section of the Contract Documents.
II.~ When a Change Order 1,ISlued by tile CONSULTANT and 'Igned by the CITY or ISlued by the CITY In
writing. the CONTRACTOR shall perform the Work even If the CONTRACTOR does not agree with
the dollar annount of the Change Order. If any Change OrcIer causes an Increase or decrease In the
CONTRACTOR'S cost of, or the time required for, tile performance of any part of the Work under this
Contnct. for which the CITY and the CONTRACTOR cannot reach a timely agreement, an equitable
adjustment based on the cost of the Work shall be made and the Contract modified accordlnllY,
I I.S If the CONTRACTOR Intends to .... rt a claim for an equ itable adju'tment or contest tile equitable
adjustment made by the CONSULTANT, It shall, within ten (10) calendar days after receipt ola written
Change Order, submit to the CITY and CONSULTANT. written notice Indudlng a statement setting
forth the general nature and monetary extent of such claim for equitable adjustment, time extension
requested and supporting data. In dotermlnlnl the cost of the Change Order, tile costs shall be limited to
those listed In section 11.7 and 11.8.
I 1.6 No dalm by the CONTRACTOR for an equitable adjustment hereunder shall be allowed If not submitted
In accordance with this section or If asserted after flnal payment under thl. Contract.
111
11.7 The value of any Work covered by a Change Ordor or of any claim for an Increue or decrease In the
Contract Price shall be determln.d In one of the following ways:
11 .7.1 By negotlated lump sum.
11.7.2 On the basi. of the reasonable co.t and savings that re.ults from the change In the Work plus a
muwally aareed upon fee to tho CONTRACTOR to cover overhead and proRt not to exceed
IS". If the CONTRACTOR dl ........ with the CONSULTANTs determination of reasonable
costs. the CONTRACT shall provide a lI.t of all co.ts topther with backup documentation
11.8 Th. term co.t of the Work means the .um of all direct extra costs necessarily Incurred and paid by the
CONTRACTOR In the proper performance of the Change Ordor. Except u otherwIse may be aareed
to In writlnll by CITY •• uch co.ts .hall be In amounts no hl&her than those p ...... lllngin Miami-Dad.
County and shall Include only the following Items:
I 1.8.1 Payroll costs for employee. In the direct employ of CONTRACTOR In the performance of the
Work described In the Change Order under .chedules of Job cluslftcatlons asroed upon by CITY
and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be
apportioned on the basis of their time spent on the Work. Payroll costs shall be limited to:
salaries and wages. plus the costs of fringe beneRts which shallindude .ocial security
contribution •• unemployment. excise and payroll taX ... worken' compensation. health and
redrement benefits. lick leave. vacation and holiday pay applicable th......... Such employees shall
Indude superintendents and foremen at the .ite. The expenses of performing Work after regular
worldng houn. on Sunday or local holidays .hall be Induded In the above only If authorized by
CITY and provfded It was not In any way. whether In whole or In part the result of the fault of the
CONTRACTOR due to negligence of the CONTRACTOR or those acting by or through him or
due In whole or In part to Defective Work of the CONTRACTOR.
11.8.2 Co.t of all materials and equipment furnl.hed and Incorporated In the Work. Indudlng costs of
transportation and storage. and manufacwrers' Reid ,ervlce, reqUired In connection therewith.
The CONTRACTOR .hall notify the CITY of all cash discounts that are available and offer the
CITY the opportunity to deposit funds with the CONTRACTOR for the payment for Items that
offer a discount. Cash discounts .hall accrue to CONTRACTOR unles. the CONTRACTOR falls
to timely notify the CITY of the discounts or If the OWNER depollts funds with CONTRACTOR
with which to make payments In which cases the cash discounts shall accrue to the OWNER. All
trade discounts. rebates and refunds. and all return. from sal. of surplus materials and eqUipment
shallaccru. to OWNER, and CONTRACTOR shall make provisions .0 thlt they may be
obtained.
11.8.3 Payments made by CONTRACTOR to the Subcontracton for Work performed by
Subcontractors. If required by CITY. CONTRACTOR .hall obtain competitive bid. from
Subcontractors acceptable to him and shall deliver such bid. to CITY who will then determine.
with the advice of the CONSULTANT. which Bids will be accepted. No subcontract shall be a
cost plus contract unless approved In writing by the CITY. If a Subcontract provide. that the
Subcontractor Is to be paid on the basi. of Co.t of Work plu. a fee. tha cost of the Work shall be
determined In accordance this .ectlon 11.8 and In .uch case the word "Subcontractor" shall be
substituted for the word "CONTRACTOR".
I 1.8.4 Rentals of all con.tructlon equipment and mathlnery. except hand tools. and the parts thereof
whether rented from CONTRACTOR or others In accordance with rental aareements
approved by CITY with the advice of CONSULTANT. and the costs of transportation. loading.
unloading. Installation. dismantling and removal thereof -all In accordance with terms of said
rental.,..ments. The rental of any such equipment, machinery or parts shall cease when the
use thereof Is no longer necessary for the Work.
11 .8.5 Sales. usa or similar taXes related to the Work. and for which CONTRACTOR Is liable. Imposed
by any governmental authority.
11 .8.6 Payments and fees for permits and licenses. Costs for permits and licenses must ba shown as a
separate Item.
11.8.7 The cost of utilities. fual and unleary facHide. at thallte.
11.8.8 Minor expenses such u telegrams. long distance telephone call" teI.phone servfce at the site.
expressage and similar petty cash items In connection with the Work.
11.8.9 Cost of premiums for additional Bonds and Insurance required solely because of changes In the
Work. not to exceed two percent (2") of the lnerease In the Cost of the Work.
11.9 The term Cost of the Work shall NOT Include any of tha following:
113
(5) business days by the CONTRACTOR at his own expense and redelJvered at hi. expense. Relected
goods left longer than thirty (30) calendar days shall be regarded as abandoned and the City shall have the
rI&ht to dispose of them as Its own property and the CONTRACTOR thereby waives any claim to the
good or to compen .. ~on of any kind. Rele~on for Non-<:onformlng Work or faJlure to meet delivery
schedule. may result In the Contract being found In default.
ARTICLE 11. PAYMENTS AND COMpLETION.
Payments to Convagpr
11.1 The Contractor shall not be enWed to any money for any work performed before the Issuance of a
Nodce to Proceed on the fonn described In the Contract Documents and the Issuance by the City of a
"purchase order". or any other documen~ does not and shall not .uthorlze the commencement of the
Work. At lout ten (10) calendar days before each progre .. payment falls due (but not more often than
once a month). the CONTRACTOR shall submit to the CONSULTANT a partJaI payment estJmate fll1ed
out and signed by the CONTRACTOR covering the Work perfonned during the period covered by the
partial payment esdmate and supported by such data as the CONSULTANT may reasonably require. Al1
progress payment sppIlcatlon. after the first progress payment .hall be accompanied by partial rei ..... of
l1en executed by all persons. firms and corpora~ons who have furnished Jabor. se,""cos or materials
Incorporated Into the work during the period of time for which the previous progress payment was made.
releasing IUch claims and l1en rights. If any. of those persons. If payment II requested on the buls of
materials and equipment not Incorporated In the Work but delivered and SUitably stored at or near site,
the partial payment esdmate shall also be accol1'f>"nled by such supportlng data, sadsfactory to the CITY.
which establishes the OWNER'S title to the material and equipment as well as ~cates of Insurance
providing cove .... for 100" of the value of .. Id material and equipment covering the material and
equipment from all casualtfes as well as theft. vandal1sm. fire and Rood. The CONTRACTOR shall replace
at Its expense any stored materials paid for which are either damaged or stolen before Installation. The
CONSULTANT will within ten (10) calendar days after receipt of each partial payment esdmate. either
cerd(yJng In wrldng Its approval of payment and present the partial payment esdmate to the OWNER, or
return the partial payment estimate to the CONTRACTOR, Indicating In wrldng hb reasons for refusing
to approve payment. In the latter case. the CONTRACTOR may make the necessary correcdons and
resubmit the part1aI payment estimate. The OWNER, wll1 within thirty (30) calendar days of presentaaon
to It of any approved partial payment estimate, pay the CONTRACTOR a progress payment on the basis
of the approved partial payment estimate. The OWNER shall retain ten (10%) percent of the amount of
each payment unal Final Completion and Acceptance of all Work covered by the Contract Documen ...
Any Interest earned on the retalnage .hal1 accrue to the benefit of the OWNER.
11.2 The CONTRACTOR, before It .hall receive final payment, .hall deliver to the CITY a Contractor's Final
Payment Aftldavlt a. set forth In the Florida Construction Uen Statute as wel1 as final reJeases of l1en
executed by all persons who have perfonned or furnished labor. services or materiall. directly or
Indirectly. which was Incorporated Into the Work. If any person refu_ to provide such a release or
provides a condldonal rei ..... the CITY shall have the right to Issue 'loInt check made payable to the
CONTRACTOR and such person.
Contractor·' Warrao\Y of Dele
11.3 The CONTRACTOR warrants and guarantees that We to all Work. materials and equipment covered by
an AppIJcaaon for Payment whether the Work. material or equipment Is Incorporated In the Project or
no~ shall have passed to the OWNER prior to the making of the Application for Paymen~ free and clear
of all liens. claims. security Interest and encumbrances (hereafter In the .. General Condition. referred to
as "liens"): and that no Work. materials or equipment, covered by an Application for Pay_ will have
been acquired by the CONTRACTOR or by any other person perfonnlng the Work at the site or
furnishing material. and equipment for the Prolect, under or pursuant to an .,eement under which an
Interest therein or encumbrance thereon Is retained by the seller or otherwise Imposed by the
CONTRACTOR or such other person.
Ailprovai of Payment
11.4 The CONSULTANT's approval of any payment requested In an Application for Payment .hall constitute a
representadon by him to the CITY. based on the CONSULTANT's on lite Observatlonl of the Work In
progress u an experienced profe.slonal and on hi. review of the Application for Payment and supporting
data, that the Work has progressed to the point Indicated In the Application for Payment; tha~ to the
116
terminate the services of the CONTRACTOR and take po .... slon of the Project and of all material"
equipment, tool" construction equipment and machinery thereon owned by the CONTRACTOR, and
flnlsh the Work by whatever method It may deom expedient. In such ase the CONTRACTOR .hall not
be entitled to receive any further payment until the Work I. finished. If the unpaid balance of the
Contract Price exceed. the direct and Indirect COIU of completing the Project, Induding compensation
for addldonal prores~onaJ services, such exCOlS .hall be paid to the CONTRACTOR. If such costs
exceed such unpaid balance, the CONTRACTOR or the Surety on the Performance Bond shall pay the
difference to the OWNER. Such costs Incurred by the OWNER shall be determined by the
CONSULTANT and Incorporated In a Chango Order.
If after termination of the CONTRACTOR under this Section, It Is determined by a court of competent
Jurisdiction for any reason that the CONTRACTOR was not In default, the rights and obligations of the
OWNER and the CONTRACTOR shall be the same as If the termination had been Issued pursuant to
Section 15.5
IS.l Where the CONTRACTOR'S services have been so terminated by the CITY said termination shall not
affect any rights of the OWNER against the CONTRACTOR then exlsdng or which may thereafter
accrue. Any rotOndon or payment of moneys by the OWNER due the CONTRACTOR shall not rele.,e
the CONTRACTOR from liability.
15 .4 Upon seven (7) calendar day> written notice to the CONTRACTOR and the CONSULTANT, the CITY
may, without cause and without prejudice to any other right or remedy, elect to terminate the Contract
for the convenience of the OWNER. In such case, the CONTRACTOR shall be paid for all Work
executed and accepted by the CITY as of the date of the termination, mlnu. any deducdon for damage or
Defective Work. No payment ,hall be made for proflt for Work which has not been performed.
15.4A The CITY reserves the right In the event the CONTRACTOR cannot provide an item(s) or oervlce(s) In a
timely manner as requested , to obtain the good and/or services from other sourc .. and deducting the
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 for any cause whateVer, the
CONTRACTOR, If notified to do so by the CITY, shall promptly remove any part or all of Its eqUipment
and supplies from the property of the OWNER. Should the CONTRACTOR not remove such
eqUipment and supplies, the CITY shall have the right to remove them at the expense of the
CONTRACTOR and the CONTRACTOR agrees that the OWNER shall not be liable for loss or dam..,
to such eqUipment or SUpplies. equipment and supplies shall not be construed to Include such Items for
which the CONTRACTOR has been paid In whol. or In part.
Contractor May Stop Work or Terminate
15.6 If, through no act or fault of the CONTRACTOR, the Work Is .uspended for a period of nnore than
ninety (90) calendar day> by the CITY or by order of other public authority, or under an order of court
or the CONSULTANT falls to act on any Application for Payment within thirty (30) calendar day> after It
I, submitted, or the OWNER falls to pay the CONTRACTOR any sum approved by the CONSULTANT,
within thirty (30) calendar days of Its approval , and presentation, then the CONTRACTOR may, upon
twenty (20) calendar day> written notice to the CITY and the CONSULTANT, terminate the Contract.
Th. CITY may remedy the delay or neglect within the twenty (20) calendar day time frame. If timely
remedied by the CITY the Contract shall not be considered terminated. In lieu of termlnadng the
Contract. If the CONSULTANT has failed to act on In Application for Payment or the OWNER has failed
to make any payment as afore said, the CONTRACTOR may upon ten (10) calendar days' notice to the
CITY and the CONSULTANT stop the Work until It has been paid all amounts then due.
Indemotflcatlon of Independent Consultant.
15 .7 Tho CONTRACTOR and the CITY hereby acknowled!!es that If the CONSULTANT Is an Independent
contractor of tho OWNER, the CONSULTANT may be reluctant to rule on any disputes concerning the
Contract Documents or on the performance of the CONTRACTOR or the OWNER pursuant to the
terms of the Contract Documents . Therefore, the OWNER, at the CONSULTANT's request. agrees to
provide the CONSULTANT with a written Indemnification and hold harmless agreement to indemnify
and hold the CONSULTANT harmless as to any decision In this reprd befOre the CONSULTANT makes
119
an InlA!rpret2tion, de-certifies a payment application, decertifies Substantial Completion, decertlfle. Rnal
Completion, certlfles an event of defaul~ or approve. any action which requires the approval of the
CONSULTANT.
ARTICLE !6 -"'SCE" ANEOUS
16.1 Whenever any provl.ion of the Contl"ict Documenu requires the giving of written notice It shall be
deemed to have been validly given If delivered In person to the Individual or to a member of the finn or
to an olllcer of the corporadon for whom It Is Intended, or If delivered at or sent by registered or
certified mall, postap prepaid. to the last known bu.lnes. address.
16.2 The Contract Documenu .hall remain the property of the OWNER. The CONTRACTOR and the
CONSULTANT shall have the rigllt to keep one record .et of the Contract Documents upon completion
of the Project.
16.3 The duties and obllptlon.lmposed by these General Condldon., Special Condldons and Supplemenury
Condldons, If any, and the rights and remedies available hereunder, and, In particular but without
IImltadon, the warranties, suarantees and obllptlons Imposed upon CONTRACTOR by the Contract
Documents and the rights and remedies available to the OWNER and CONSULTANT thereunder, shall
be In addition to, and shall not be construed In any way u a limitation of. any rigllu and remedle. available
by law, by special ,"&ran ... or by other provisions of the Contract Documents.
16.4 Should the OWNER or the CONTRACTOR suffer Injury or dam. to Its person or property because of
lny error, omission. or act of the other or of lny of tholr employ ... or apnts or others for whose acts
they are Iesally liable, claim .hall be made In writing to the other party within twenty one (21) calendar
days of the flrst observance of luch Injury or damap.
ARTICLE 17 -WAIVER OF IURY TRIAL
17.1 OWNER and CONTRACTOR knowingly, Irrevocably voluntarily and Intentionally waive any rigllt either
may have to a trial by jury In State or Federal Court proceedln" In respect to any action, proceeding,
lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work
thereunder.
ARTICLE 11-ATTORNEYS FEES IURISPICTION I YENUE I GOYERN'NG LAW.
lB. I The Contract .hall be construed In accordance with and governed by the law of the State of Rorida.
IB.2 The parties .ubmlt to the jurl.dlctlon of any court of competent Jurisdiction In Rorida resardlng any claim
or action ari.lng out of or relating to the Contract or Contract Documents. Venue of any action to
enforce the Contract shall be In Miami-Dade County, Florida.
IB .3 Except u may be otherwise provided In the Contract Documents, all claims, counterclaim., disputes and
other matters In question between the OWNER and the CONTRACTOR arising out of or reladng to
this Contract or the breach thereof, shall be decided In a court of competent Jurisdiction within the State
of Florida.
ARTICLE 19 -PROIECT RECORDS_
19.1 The CIlY shall have rigllt to In.pect and copy during ,","Iar bu.lness hours at OWNER'S expense, the
books and records and accounU of CONTRACTOR which relate In any way to the Project, and to any
claim for additional compensation made by CONTRACTOR, and to conduct an audit of the finandal and
accounting records of CONTRACTOR which relate to the Project. CONTRACTOR shall retain and
make available to CITY all such books and records and accounts, financial or otherwise, which relate to
the Project and to any claim for a period of three (3) years following flnal completion of the Project.
During the Project and the three (3) year period following final completion of the ProJect,
CONTRACTOR shall provide CITY access to Its books and records upon ftve (5) business day's written
nodce.
19.2 CONTRACTOR and all of Its subcontractors are reqUired to comply with the public records law
(1.119.0701) while providing services on behalf of the OWNER and the CONTRACTOR. under .uch
conditions, shall incorporate thl. pa...,...ph In all of Its .ubcontracts for thl. Project. CONTRACTOR
and Its lubcontracton are speclflcaJly required to: (a) Keep and maintain public records that ordinarily
and necessarily would be required by the public agency In order to perfonn the service; (b) ProvIde the
public with access to public records on the same terms and condldons that the public agency would
provide the records and at. cost that doe. not exceed the cost provided In this chapter or u otherwise
120
provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requ lrementa are not disclosed except .. authorized by law; and (d) Meet all
requ lrementa for retalnl", public record. and transfer, at no cos~ to the public agency all publ ic records
In possession of the contractor upon termination of the contract and destroy any duplicate public records
that are exempt or confldentlal and exempt from public records disclosure requlrementa . All records
stored electronically must be provided to the public .... ncy In a format that Is compatible with the
Information technol"8)' systems of the public acency.
19.3 If CONTRACCTOR or Its subcontractor does not comply with a public records reque~ the CITY shall
have the right to enforce thl. contract provl.lon by speclflc performance and the penon who violates this
provision shall be liable to OWNER for Its costa of enforcing thl. provision, Including attorney fee.
Incurred In all proceedInp. whether administrative or civil court and In all appellate proceedings .
ABTICLE 20 -SEYEBARILITY,
20.1 If any provis ion of th e Contract or the application thereof to any penon or .ltuatlon shall to any exten~
be held Invalid or unenforceable, the rem.lnder· of the Contract, and the appIlc.tlon of such provisions to
persons or situations other than those .. to which It sh.1I h .... been held Invalid or unenforceable shall
not be .ffected thereby, .nd shall continue In full force and effect, and be enforced to the fullest extent
permitted by law.
ARTICLE 21 -INDEPENDENT CONTBACTO&
21 .1 The CONTRACTOR I. an Independent CONTRACTOR under the Contract. Services provided by the
CONTRACTOR thall be by employees of the CONTRACTOR and subject to supervision by tho
CONTRACTOR, and not as officers, employees, or agenta of the OWNER. Personnel policies , tax
responSibilities, social security and health Insurance, employee beneflts, purchasing policies and other
similar administrative procedures, applicable to services rendered under the Contract th all be those of
the CONTRACTOR.
ARTICLE 22-ASSIGNMENL
22 .1 The CONTRACTOR shail not transfer or .. sign any of Ita righta or duties, obligations and responsibilities
ari sing under the temu, conditions and provisions of this Contract without prior written consent of the
City Man.,.r. The CITY will not unreasonably withhold andlor delay Its consent to the assignment of the
CONTRACTOR's rls/1ta. The CITY may, In Its sole and absolute discretion. refuse to allow the
CONTRACTOR to assign Its dutle .. obllptlons and responsibilities . In any ..... t. the CITY shall not
consent to such assignment unless CONTRACTOR remain. jointly and severally liable for any breach of
the Aireement by the assignee. the assignee meeta all of the CITY's requ lrementa to the CITY's sole
satisfaction and the assignee executes all of the Contract Documenta that were reqUired to be executed
by the CONTRACTOR
IN WITNESS WHEREOF, the parties hereto ha ... executed ~General Conditions to acknowledge their
Induslon .. part of the Contract Dacumenta on thi s B day of H. .I. 20.LS
ole, ~C.
ATTESTED:
Tide of Signatory: _----,~C:.~:!..~~~--
OWNER : CITY OF SOUTH MIAMI
Signuure :~~~_~ ___ _
Marla Menendez
City Clerk
Read and Approved as to Form. \..angu.,..
Legality. and execution Thereof:
Signature : ---::::--:-______ _
City Attorney
Signature:
121
Steven Alexander
City Man.,.r
EXHIBIT 8
Supplementary Conditions
CItywide D ... ln .... Improvem,nt Projects
RFP IH'W·20 1S·19
A. Consuitant In accordance with ARTICLE I of the General Conditions CONSULTANT i. deftned IS the
person ldentlfted as the CONSULTANT in the Suppiementary Conditions or if none. then CITY's
desl~ated representative as Identified in the Suppiementary Condition •. The CONSULTANT's. if any.
and the City's Desi~ated Representatlve's name. addre ... telephone number Ind facsimile number are as
follows:
Consultant: T.Y. Lynn IntematlonallHJ Ross
20 I Alhambra Clrde, Suite 900
Coral Gl bles. A 331).4
Phone: 305/567·IBBB
Fax: 305/567 ·1771
CIvil WorkJ, Inc.
894' N.W. 17 Street, Suite 108
Doral, R 33126
Phone: 305/591 .... 323
B. Termination or Substitution of Consultant Nothlnl herein .hall prevent the CITY from terminating the
services of the CONSULTANT or from .ubstituti"l another "person" to act as the CONSULTANT.
C . Plans for Construction: The successful CONTRACTOR will be furnl.hed one (I) seu of Contract
Documents without charge . Any additional caples required will be furnished to the CONTRACTOR at a
cost to the CONTRACTOR equal to the reproduction cost.
D. The Scope of Service •• aI.o referred to as the Work In the contract documents, Is u set forth In the RFP
and In the attached EXHIBIT I and if there is a conflict the attached Exhibit shall take precedence.
E. Contractor shali comply with the Insurance and indemnification requirements as set forth in the RFP and
in the attached EXHIBIT 2 and if there is a conflict the attached Exhibit shall take precedence.
F. The Work shall be completed in '0 ,III,nelar dllP unless a shorter time Is set forth in the Contract and
In such event the Conlnct shall take precedent notwithstanding any provIslon In the General Conditions
to the Contract that may be to the contrary ••
IN WITNESS WHEREOF. the portIas hereto have executed the Supplementary Conditions to
acknowledp their Indusion u part of the Contract on this __ day of 20~
SI~ature:"-'If7"irt-H'+::--.:-:-,-.-:--::=--(}
Print Signatory's Name: --f'-f-=<I-", ,.l=l:....J~~:L:~~,...~'
TItle of Sptory: _-"'''-.-'(' =blo..o..:~:a:::.&..o~---L
ATTESTED :
Signature: _________ _
Marla Menendez
City Clerk
Read and Approved as to Form, laniuoge,
Legality, and Execution Thereof.
Signature: -:::::-..,.-______ _
City Attorney
In
OWNER: CITY OF SOUTH MIAMI
Si~awre: -----------------
Steven Alexander
City Man ...
002717
Local Business Tax Receipt
Miami-Dade County, State of FloriCJa
-THIS IS NOTA BILL -DONOTPAY
5684064
BUliN"" HAMIl/LOCATION
MAGGOLCINC
II~OSW55ST
MIAMI FL33165
_NO,
RENEWAL
1828487
LBT
EXPIRES
SEPTEMBER 30, 2018
_ be dlapIlIyIId at pl ... 01 bu.i ....
Purauant to County Code
ChaptarllA-Art. 9.10
OWNER
MAGGOLC INC
Wortc.lr(s)
SIC. TYPB OP .UBlNe ..
196 SPECIALTY ENGINEERING CONTRACT'AYM ..... ROCO","" BY TAX COLU'CTGR
E261302 S15.oo 07/18/2015
ECHEClH5-158260
nlo .... , ""'_T .. .-... "'_ ....... oIt11o ...... 8uI_T ... Tho_Io .... I_
,...or.certHlCIIII •• Dfa .......... _'JIa .............. H.w.r ... _ ...... IIJlDrIIPI.1fI1
orno......"..... ...... l8lerylMl...-... lllrentIIIIIWW .. ""'tolfi ........
n. RECEIPT NO .• lIavelNllt'" iMIpI.,. 01.11 IMWItIOf ...... IcI .... U' s' IkrdtCcMIIItt • ....zrt.
fir ...... mOOn,. villi wwwel.IPId '''' 'E"''''''''
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
1940 NORTH MONROE STREET
(850) 487-1395
TALLAHASSEE FL 32399-0783
GONZALEZ, MARIO H
MAGGOLCINC
11020 SW 55TH STREET
MIAMI FL 33165
CongratulaUonal WIth this license you become one of the nearly
one million FIo~dlens licensed by the Department of Bus iness and
Profuslonsl RagulaUon. Our profeaalonala and bualneaae. range
from archltecta to yacht brokers, from boxers 10 barbequa restaurants,
and they kaap Florida's economy strong .
Every day we work to Improve the way wa do buslneaa In order to
serve you bettar, For InformaHon about our SIllViC8S, pluse log onto
www.myflorfdoltcensa.com. Thera you can find mora InfonnaHon
about our divisions and the regulaUons that Impact you, subscribe
to department nawaiaHers and leam more about the Departmenfs
In"lallves.
Our mlsalon at the Department Is : License Efficiently, Regulate Fairly.
We conatantly strive to serve you better so that you can serve your
customers. Thank you for doing business in Florida,
and congratulaUons on your new llcensel
RICK SCOTT, GOVERNOR
DEPARTMENT OF
CERTIFIED
provisions of Chapter 489 FS .
ExplratN~n date: AUG 31, 2016
GONZAlEZ, MARIO H
MAGGOLC INC -
11020 SW 55TH S.JREET/-
MIAMI FL 33165
, ...... , .. ::n . ne-.41: ,., ... ~.
-..
•
DETACH HERE
QT,.n: OF FLORIDA
. -
"
CERT
MAGGOLC
IS Cj:RT1FIED under the provl.lonlof Ch.04S9 FS ,
Expntiondlte: AU031,2018 1.140816OD01743
KEN LAWSON , SECRETARY
REGULATION
--..
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
1940 NORTH MONROE STREET
TALLAHASSEE FL 32399-0783
GONZALEZ, MARIO H
MAGGOlCINC
11020 SW 55TH STREET
MIAMI Fl33165
Congratulatlonsl WIth this license you become one of the nearly
one million Floridians licensed by the Department of Business and
Professional Regulation. Our profess/onals and businesses range
from arohlteds to yacht broke"" from boxe", to berbeque restaurants,
and they keep Flonda's economy strong.
Every day we work 10 improve the way we do buSiness In order 10
serve you beller. For Information about our services, please log onto
_.myflortdallcan ••• com. Thera you can find mora Information
about our divisions and the regulations that impact you, subscribe
10 department newslsll8lll and learn mora about Ihe Department's
inHlallves.
Our mission at the Department is: Ucenae Efficiently, Regulate Fairiy.
We constantly strive to serve you beller so that you can serve your
custome",. Thank you for dofng business In Florida,
and congratulations on your naw llcensel
DETACH HERE
HAS REGISTERED
~. exP~ndi!il. :.~\JG3,,2In7
~ ~.~--;. :---.-': ::::
(850) 487-1395
RICK SCOTT. GOVERNOR KEN LAWSON, SECRETARY
:-:-;< .. ' ,
...• ~·"-:lt ,"'
'..':<'~"/' '
ISSUED: 0810212015
" . -.1_' I ".
DISPLAY AS REQUIRED BY LAW
REGULATION
SEQ' Lt508020D01221