Loading...
Res No 042-16-14597w RESOLUTIONNO.:042-16-14597 A Resolution authorizing the City Manager to negotiate and enter into a contract with Maggolc,Inc for the construction of Area1 of the Twin Lakes Roadway &Drainage Improvements. WHEREAS,the MayorandCityCommissionwishtoprovide roadway and drainage improvements to the area known as Twin Lakes (between SW 62nd Terrace and SW 64th Street,from SW 63rd Court to SW 64th Court),and WHEREAS,pursuant to a competitive selection process in accordance with the City Charter,it was determined that Maggolc,Inc submitted abidinthe amount of$145,440 that was the most comprehensive andcost effective inits construction approach;and WHEREAS,the City desires to provide a contingency of $14,560 over the bid amount for unknown factors that may arise during the work;and WHEREAS,the total expenditure,includingthe contingency amount,isnotto exceed $160,000;and WHEREAS,theMayorandCity Commission desiretoauthorize the CityManagerto negotiate and enter into acontractwith Maggolc,Inc fortheconstructionofthe Twin Lakes Drainage&Roadway Improvementsforatotal amount not to exceed $160,000. NOW,THEREFORE,BEITRESOLVEDBYTHE MAYOR ANDCITY COMMISSION OFTHECITYOFSOUTH MIAMI,FLORIDA THAT: Section1:The City Managerisauthorizedtonegotiatetheprice,termsandconditionsandtoexecutea contractwith Maggolc,Inc for Twin Lakes Roadway &Drainage Improvementsforanamountnottoexceed $145,440,and he is authorized to expend up to $14,560 for unforeseen conditions.A copy ofthe approved form of contractisattachedandthe City Managermaynegotiatealower price andmoreadvantageoustermsand conditions if approved by the City Attorney. Section2:Theexpenditureshallbechargedtothe Local OptionGasTrustaccountnumber 112-1730-541- 6210 which hasabalanceof $235,000,and charged tothe People's Transportation Plan accountnumber 124-1730- 541-6490,whichhasabalanceof$1,629,500beforethisrequestwasmade. Section 3:Ifany section clause,sentence,or phrase ofthis resolution isforany reason held invalid or unconstitutional by a court of competent jurisdiction,the holding shall not affect the validity ofthe remaining portions of this resolution. Section4.This resolution shall takeeffect immediately upon adoption. PASSED AND ADOPTED this 1st dayof March 2016. READ AND *OVED AS TO FORM EGALltY AND EXECUTION APPROVED: 'MAYOR COMMISSION VOTE: Mayor Stoddard Vice Mayor Welsh Commissioner Harris Commissioner Liebman Commissioner Edmond 4-0 Yea Yea absent Yea Yea UWKMSoutfrMiami THE CITY OF PLEASANT UVINC CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: From: Date: The Honorable Mayor &Members of the City Commission Steven Alexander,CityManager March 1,2016 Agenda Item No.:. Subject:A Resolution authorizing the City Manager to negotiate and enter intoa contract with Maggolc,Inc.for the construction of Area1 of the TwinLakes Roadway &Drainage Improvements. Background:TheTwinLakesareahashistorically experienced floodingandisin need of drainage improvements.According to the City of South Miami Stormwater Master Plan,developed in2012,the TwinLakesareais identified asapriorityarea.Furthermore,the Cityhas received complaints from residents inregards to flooding along these streets. Thescope includes the implementation of exfiltration systems with catchbasins that are interconnected to the exiting drainage system and to reduce the volume of runoff (pollutants)generated byastorm event into the neighboringlakeandcanal.Roadway resurfacingwillalsobeincludedaspart of the scope,due to the requiredrepairsfrom the drainage system installation. Thereare two separate projectareas,quoted separately as described below.This was donetoassure that the approved CIP fundsare sufficient for the improvements. Area 1-West Side of the Canal •SW 62 Terrace and SW-63 Terrace,from SW 64 Court to SW63 Court •SW 64 Court and SW 63 Court,from SW 62 Terrace to SW 64 Street Area 2-East Side of the Canal •SW 63 Avenue and SW62Place,from SW 62 Terrace to SW64 Street •SW 62 Terrace,from SW 63 Avenue to SW 62 Court •SW 63 Terrace,from SW 62Place to SW 62 Court •SW 62 Court,from SW 62 Terrace to SW 63 Terrace. TheCityreceivedfivebidsinresponsetoasolicitation.Pursuanttoreview,itwas determined that Maggolc,Inc.\s themostresponsiveandresponsiblebidderforthis proposal.Belowarethe proposals receivedforeachareaquoted: Contractor Areal Area 2 Maggolc,Inc.$145,440.00 $162,630.00 Florida Construction & Engineering $152,514.20 $175,775.31 Coramarca Corp.$157,622.40 $187,655.20 HG Construction Development &Invest.$177,311.00 $208,658.00 RPUtility&ExcavationCorp $228,043.14 $241,292.55 Amount: Account: Attachments: Thisprojectconsistedoftwoareas,asdefinedabove.The City hadavailablefundingin FY 15from three fundingsources (LOGT,SWDTF,FDEP)fora totatamount of$187,030.This expenditure forArea2wasfundedbyResolution 132-15-14471 in FY 2015. In FY 16,the City hastwofundingsources (LOGT,PTP)foratotal amount of$160,000.We are requesting approvalofthe expenditure forArea1,whichis budgeted in FY 2016. Acontingencyamountof $14,560 will be included overtheproposalamounttoaddress for unknown factors that mayarise during the work. Amount not to exceed $160,000. The expenditure shallbecharged: •$100,000to Local OptionGasTrustFund account number 112-1730-541-6210, •$60,000 to the People's Transportation Plan account number 124-1730-541-6490 Whichhavebalancesof$235,000and$1,629,500respectively,beforethis request was made. Resolution Resolution 132-15-14471 Bid Opening Report Maggolc,Inc Bid Contract RFP &Exhibits WKA\South1'Miami THE CITY Of PLEASANTLIVING CAPITAL IMPROVEMENT PROGRAM 5-YEAR PLAN •TRAFFIC CALMING Pinecrest Villas/Snapper Creek Traffic Calming •Construction (Between 62 AVE,80ST&US1;Between SOSTto87ST,From 57 AVE to62 AVE) TwinLakes/Bird Estates TrafficCalming-Construction (Between 61AVE&64AVE,From40STto44ST;Between 56STto 64ST,From62AVEto67 AVE) Mango Terrace\Traffic Calming -Construction (Between67 AVE and69 AVE,From72STto80ST) Manor Lane Traffic Calming -Construction (Between72STandUS1,from63 AVE to67 AVE) CocoplumTraffic Calming-Construction (SW62 AVE &SW67AVE,FromSW64ST&SW72ST) 60 Avenue Traffic Calming Devices (Between 56 ST and 61ST) Gtywide Drainage Improvements TwinLakes Roadway 8t Drainage improvements -Construction 42 Street Drainage Designand Roadway Reconstruction 78 Street &63 Avenue Drainage8c Roadway Reconstruction Citywide Roadway &Drainage Phase 6-Construction Part 1:SW74 Terrace (58 AVEto59AVE) ROAD INRASTRUCTURE '' SouthMiami Intermodal Transportation Plan-Design South Miami Intermodal Transportation Plan-Construction SouthMiami Intermodal Transportation Plan-Contingency SW64 Street BikeLane ano Road Improvements Citywide Street Resurfacing Program (Various locations) CitywideSidewalkRepairs Citywide Street Improvements 60PiaceRoad Resurfacing (Between 40 &44ST) 61 Avenue Roadway Improvement (Between 40 &44ST} 62AvenueDesignandRoadway Reconstruction (8SSTto70ST) Road Resurfacing-SW58ST(62PLto62AVE) RoadResurfacing-SW66 AVE &SWSOTR(51TRto67 AVE) RoadResurfacing-SW78ST(62AVEto63 AVE) RoadResurfacing-SW81ST(62 AVE to60 AVE) Road Resurfacing -SW 59 PL(74STto76ST) Road Resurfacing -SW61ST(62PLto62AVE) Road Resurfacing -SW66ST(67AVEto66CT) Road Resurfacing -SW68AVE(72STto76TR) Road Resurfacing -5W 79ST(63PLto59AVE) RoadResurfacing-SW76TR(69AVEto67 AVE) CITY OF SOUTH MIAMI mm 150,000 175,000 140,000 35,000 91,500 SWDTF .,!:•''•.' 100,000 LOGT 40/300 25,000 PTc 61,500 50,000 86,762 jjii: jiiil '•35,000!; Sp'SBM.? 225;000 336,000 <;;.,;84;66o\ ,.V,ifi'.:,'r"i;40,odp, *•)•'.'7o,c'oo •sx>^> i1!,?6p;6oo" &ffl&, o.qon- 'i'20,ooo'r. 42';000- 32Sj^qpp; •47X100 BUDGET FY 2015-2016 100,000 25,000 40,000 75,000 150,000 150,000 75,000 75,000 75,000 60,000 25,000 25.0C0 54 RESOLUTIONNO.:132-15-14471 A Resolution authorizing the City Manager to negotiate and enter Intoa contract with Maggolc,Incfor the construction ofthe Twin Lakes Roadway ftDrainage Improvements. WHEREAS,theMayorand City Commission wishto provide roadway and drainage improvements to the area known asTwinLakes (between SW63 Avenue andSW62 Court,from SW62Terrace to SW64 Street),and WHEREAS,pursuanttoacompetitiveselectionprocessin accordance with the City Charter,itwas determined that Maggolc,Inc submitted abidin the amount of $162,630 that was the most comprehensive and cost effective inItsconstructionapproach;and WHEREAS,the City desires to provide a contingency of $24,400 over the bid amount for unknown factors that may ariseduring the work;and WHEREAS,the total expenditure,including the contingency amount,is not to exceed $187,030;and WHEREAS,the MayorandCity Commission desiretoauthorize the CityManagerto negotiate and enter intoacontract with Maggolc,Inc for the constructionof the Twin Lakes Drainage &Roadway Improvementsforatotalamountnot to exceed $187,030. NOW,THEREFORE,BEIT RESOLVED BY THE MAYORANDCITYCOMMISSIONOFTHE CITY OFSOUTH MIAMI,FLORIDATHAT: Section 1:TheCityManagerisauthorized to negotiate the price,terms andconditions and to execute acontract with Maggolc,Inc forTwinLakesRoadway&Drainage Improvements foranamountnottoexceed $162,630,andheisauthorizedtoexpendup to $24,400 for unforeseen conditions.Acopyof the approvedform of contractisattachedand the City Manager may negotiate alowerpriceand more advantageous terms and conditions ifapproved by the City Attorney. Section 2:The expenditure shall be charged$61,500to the Storm Water Drain Trust Fund accountnumber 111-1730-S41-6490,whichhasabalanceof$133,426and charged $85,000 to the Florida Department of Environmental Protection Fund account number 106-3901-541-3450, whichhasa balance of $85,000and charged $40,430 tothe Local Option Gas Trust account number 112-1730-541*6210whichhasabalance of $274,305,before this request was made. Section 3:If any section clause,sentence,orphrase of this resolution isforanyreason held invalid orunconstitutionalbyacourtof competent jurisdiction,the holdingshall not affect the validity ofthe remaining portions of this resolution. Pg.2 of Res.No.132-15-14471 Section 4.This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 1st day of September 2015. APPROVED MAYO! COMMISSION VOTE: MayorStoddard Vice Mayor Harris CommissionerWelsh yea Commissioner Liebman Yea Commissioner Edmond Yea 4-0 Yea absent \ South^Miami THECTTYOfPUASAWTUVlKG CITY OF 80UTH MIAMI OFFICE OF THE CITY MANAGER INTEROFFICE MEMORANDUM To: From: Date: The Honorable Mayor&Members oftheOty Commission Steven Alexander,City Manager September 1,2015 AgendaItemNo.:j Subject:A Resolution authorizing the Oty Manager to negotiate andenterintoa contract with Maggolc,Inc.forthe construction ofthe TWIn Lakes Roadway &Drainage Improvements. Background:The TWin Lakes area has historically experienced flooding and Is in needof drainage improvements,According tothe City ofSouth Miami Stormwater Master Plan,developed in2012,the Twin Lakes area is identified asa priority area.Furthermore,the Cityhas received complaints from residents in regards to flooding along these streets. Thescopeincludes the implementationof exfittratton systems with catchbasins that are interconnected to the exiting drainage system arid toreduce the volume of runoff (pollutants)generatedbyastormeventinto the neighboring lakeandcanalRoadway resurfacing will alsobe included as part ofthescope,duetotherequired repairs fromthe drainage system installation. Thereare two separate project areas,quoted separately as described below*ThisWas donetoassurethat the approvedCIP fundsaresufficientfortheimprovements. Areal-West Side ofthe Canal •SW62 Terrace andSW63Terrace,fromSW 64 Court to SW 63Court •SW 64 Court and SW63Court,fromSW62Terraceto SW 64 Street Area 2 -East Side of the Canal •SW 63 Avenue andSW62 PI ace,fromSW62TerracetoSW64 Street •SW 62 Terrace,fromSW63 Avenue toSW62Court •SW63 Terrace,fromSW62Place to SW62 Court •SW62Court,from SW62Terrace to SW63 Terrace. The Oty receivedfivebidsinresponse to a solicitation,pursuant toreview,It was determined that Maggolc,Inc.isthemost responsive and responsible bidder for this proposalBelowarethe proposals received foreachareaquoted: Contractor Area!Area 2 Maggolc,inc.$145,440.00 $162,630.00 Florida Construction & Engineering $152,514.20 $175,77531 Coramarca Corp.$157.62240 $187,655.20 HG Construction Development &Invest.$177,311.00 $208,658-00 RPUtility&ExcavationCorp $228,043.14 $241,292.55 j BID OPENING REPORT Bids were opened on:Friday.August 14.2015 after:11:00am For:RFP ff PW 2015-19 -Citvwide Drainage Improvement Projects COMPAMES THAT SUBMITTED PROPOSALS:AMOUNT: SW78ST& 63 AV TWIN LAKES AREA 1 AREA 2 1.CORAMARCA CORP %7,ua.4b *inws-ao 2.FLORIDA CONSTRUCTION &ENGINEERING.... 3.HG CONSTRUCTION DEVELOPMENT &INVEST. 4.MAGGOLC INC 5.RP UTILITY &EXCAVATION CORP THE ABOVE BH>S HAVE NOT BEEN CHECKED. THE BEDS ARE SUBJECT TO CORRECTION AFTER THE BEDS HAVE BEEN COMPLETELY REVIEWED. City Clerk:. riot Name <J 1 u /I Witness Print Name Witness:HJCcrtL A Ay J* Print Name Signature THE OTV OFPLEASANTLIVING CITY OF SOUTH MIAMI Citywide Drainage Improvement Projects RFP#PW-20I5-I9 Submittal Due Date:August 14,201S at 11 AM Solicitation Cover Letter The City of South Miami,Floridfe (hereinafter referred toas "GSM'*)through its Chief executive officer (Chy Manager)hereby solicits sealed pjopo&ls r&pgrEghoi g>She Cgy's recjj^s|(hereinafter referred to as "Request for Proposals"or MRFP")r All references in thte^Sqtotation (also referred to as an "Invitation for Proposals"or "Invitation to Bid")to "Oty11 shall bea reference totheCity Manager,or the managers designee,forthe Oty of South Miami unless otherwise specifically defined. The City is hereby requesting sealed proposals in response to this RFP #PW-2015-19 "Citywide Drainage Improvement Projects.0 The purpose of this SoHcttatioh isto contract forthe ^fcjs rieleT&ary forthe completion oftheprojectin accordance with the Scope of Services,(Exhibit i,Attachment &,S,C £D)and RespondentsCost and Technical Proposal,Exhibit S,orthe plans and/or specifications,if any,(Exhibit I; Attachment B &D).described In this Solicitation (hereinafter referred to as "the Project"or "Project") Interested persons who wish to respond to this Solicitation can obtain the complete Solicitation package atthe City Cleric's office Monday through Friday from 9:00 A.M.to 4:00 9SL orby accessing the following webpage: http://www.$outhmiamtf].gov/which is theCityofSouth Miami's webaddressfor solicitation information. Proposals are subject tothe Standard Terms and Conditions contained inthe complete Solicitation Package, including alldocumentslistedin the Solicitation. The Proposal Package shall consistofone(I)original unbound proposal,three (3 )additional copiesandone(I) digital (or comparable medium including Flash Drive,DVD or QD)copy all of which shall be delivered tothe Office of the City Clerk located at South Miami City Halt 6430 Sunset Drive,South Miami,Florida 3§W3.The entire Proposal Package shall be enclosed ina sealed envelope or container and shall have the following Envelope Information clearlyprinted or writtenonthe exterior oftheenvelope or containerinwhichthe sealed proposal is delivered:"Citywide Draihage Improvement Projects?"RFP"JW»W-20I5-I9 andthenameof the Respondent(person or entityrespondingto the Solicitation.Special envelopes suchasthoseprovidedby UPS or FederalExpress will:not be opened unlesstheycontain the required Envelope Informationonthe front or back of theenvelope.SealedProposalsmustbereceivedbyOfficeoftheCity Clerk,eitherby mail or hand delivery,no 'later than I l:(M)AM.local time on August 14,1015.Hand delivery mustbe made during normal business daysandhoursof th§<p%e ofCityClerk. Apublicopening will takeplace at 11 AM onthesamedateintheCity Commission Chambers Located at City Hall,6130 Sunset Drive,South Miami 33141;Any Proposal received after 11 AM.local time on said date will not be accepted under any circumstances.Any uncertainty regarding the time a Proposal is received will be resolved against the person submitting;the proposal and in favor oftheClerk's receipt stamp, A Non-Mandatory Pre-Proposal Meeting will be conducted at City Hallin the Commission Chambers located at 6130 Sunset Drive,South Miami,Fl33143 on,August 3,2015 at 10:30 A.M.The conference shall be held regardlessofweather conditions.Proposals aresubject to the terms,conditionsand provisions of this letter aswellastothose provisions,terms,conditions,affidavits anddocumentscontained Inthis Solicitation Package.TheCityreservestheright to awardtheProjectto the person with the lowest,most responsive,responsible Proposal,asdeterminedbythe City,subjectto the rightofthe City,or the City Commission,toreject any and all proposals,and the right ofthe City to waive anyirregularity inthe Proposals or Solicitation procedureandsubjectalsotothe light oftheCityto award the Project,andexecuteacontract with a Respondent or Respondents,other thantoonewho provided thelowest Proposal Priceor,iftheScopeofthe Work isdivided into distinct subdivisions,to award eachsubdivision to a separate Respondent Maria M Menendez,CMC CityClerk,City ofSouth Miami Proposal Submittal Checklist Form Citywide Drainage improvement Projects RFP#PW-20I5-I9 Thischecklistindicatestheformsanddocumentsrequired to besubmittedforthissolicitationand to be presented bythe deadline setfor within the solicitation.Fulfillment of ail solicitation requirements Ksted is mandatory for considerationofresponsetothe solicitation.Addftional documentsmayberequiredand,ifso,theywillbe identifiedinanaddendumtothisSolicitation;Theresponse shall includethefollowingitems: Schedule of Values EXHIBIT I,Attachment A <S C Indemnification and Insurance Documents;EXHIBIT 2 Bid Form EXHIBIT 4 RespondentsCost &Technical Proposal,EXHIBITS X Signed Contract Documents (All -including General Conditions ^^^^and Supptemeniary Conditions ifattached)EXH/B/T 6;7 <S 8 PerformanceandPaymentBonds(AsaCondition Award,Not •required withSubmittal,)EXHIBIT 9&10 Respondents Qualification Statement List of Proposed ^tebhtTactoi-s and Principal Suppliers Non-Collusion Affidavit PublicEntityCrimesandConflictsof Interest i&rug Free Workplace AcknowledgementofConformancewithOSHAStandards Affidavit Concerning Federal &StateVendor Listings RelatedPartyTransaction Verification Form Presentation Team Declaration/Affidavit of Representation S ^ / s $/ s S S s y / Submit this checklist along with yourproposal indicating the completion and submission of each required forms and/or documents. END OF SECTION M! RESPONDENT QUALIFICATION STATEMENT Citywide Drainage Improvement Projects RFP #PW-2015-19 The response tothis questionnaire shall be utilized aspartof the CITY'S overall Proposal Evaluation and RESPONDENT selection. I.Numberof similar projectscompleted, Ml 3k£- a)In thepast3years In thepast5yearsOn Schedule b)Inthepast 10 years Inthepast 10 yearsOn Schedule 2.Listthelast three (3)completed similar projects, a)Project Name: Owner Name: Owner Address: Owner telephone: W<A£*j ?**/&*<r*/Zifr *&*£$% Original Contract Completion Time (Days): Original Contract CompletionDate: Actual Final Contract Completion Date: g//z//$ »* Z\ £//i/t7S Original Contract Price: Actual Final Contract Price: ProjectName: Owner Name: Owner Address: Owner Telephone: Original Contract CompletionTime (Days): Original Contract CompletionDate: W0FV0 9jrr6j Of S7j-#nr)3 Actual Final Contract Date: Original Contract Price: Actual Final Contract Price <?£ 4MM Completion ^/A _J j g 12 ProjectName: Owner Name: Owner Address: Owner Telephone: for*&£\.iCfr#*nr ' Original ContractCompletion Time (Days): Original Contract CompletionDate: Actual Final ContractCompletion Date: Original Contract Price: Actual Final Contract Price: 3.Current workload *?£7>#<i£ ''47&'ir* a/'s/'s /£ee.*£w fl-tfc&i*^) S ') 4.The following information shall be attached tothe proposal. a)RESPONDENTS home office organization chart \/ b)RESPONDENT'S proposed project organizational chart V0^ c)Resumes of proposed key project personnel,including on-site Superintendent *r 5.Listanddescribe any: 13 a)Bankruptcy petitions filed by or against the Respondent or any predecessor organizations, b)Any arbitration or civil or criminal proceedings,or Suspension of contracts or debarring from Bidding or Responding by any public agsncy brought c)against the Respondent In the list five (5)years /tfle^xJ £*< &;Government References: List other Government Agencies or Quasl-govemment Agencies for which you have done business within thepastfive(5)years. Name of Agency;'CSjul.Jj?^OJ^C tm~j) Address: Telephone No.;r Contact Person: Type of Project ,„,,....,,^_____.,.,._. Nameof Agency:^ Address:^^ Telephone No- Contact Person: Type of Project:.;:;,:., Name of Agency:^.;.... Address: Telephone No.: Contact Person: Typeof Project 14 ENGINEERING CONTRACTOR-LIC:E-251302 11020 SW 55 ST.,MIAMI,PL 33105 PHONE:7B6-291-2949 FAX:786^72-8^31 maaaolc<S)vahoo.com PROJECTS UNDER CONSTRUCTION (All as a Prime Contractor) Current Workload FDOT-Districfwide (ADA)Push Button4>edestrian Safety Improvement (Owner FDOT- District 6 -$981,885.00)(Executed26%)(Completion August 2015)(305-978-0090-Marina Gershanovich) Drainage Improvements Project Multiple Sites#20140165 (Miami Dade County $350,000)(Executed 75%)(Completion September 30,2015)(305-375-1918-Pedro Marsan) Sub-Basin 10 (SW 88 Ave)Paving &Drainage Improv.(Village of Palmetto Bay, $922,633)(Executed38%)(Completion November 2015)(Danny Casals 305-969-5011) Sidewalk improvements Multiple Sites (Miami Dade County $518,371)(Executed 21%) (CompletionMay 30,2016)(305-297-0795-GeorgeCoppolechia) Mario Gonzalez Maggolc Inc./President ENGINEERING CONTRACTOR-UC:E-251302 11020 SW 55 ST.,MIAMI,FL 33105 PHONE:780-291-2048 FAX:780-472-8831 magoolclffivahoo.com SIMILAR DRAINAGE PROJECTS PERFORMED BY MAGGOLC INC. I-MIA Building3050ParkingLot Drainage &AsphaltImprovement ($103,000)(Aviation Department Miami- DadeCounty,Completed May 2011)(Greg tai 305-876 8444)(gtal@mikegconst.com) 2-SW 19Terrace Roadway andDrainage Improvements ($184,585)(City of Miami,Capital Improvements Department Completed October 2011)(Maurice Hardle 786-229 5463)(mhardie@miarnigov.com) 3-SR909(Alton Road}at West 52 Street Drainage Improvement ($138,000)(Florida Department of Transportation,Completed December 2011)(Roland Rodriguez 305-345 0696) (rrodrjgue2@pinnaclecei.com) 4-Suncrest Drive&MossRanchRoad Stormwater Improvements($110,000)(Village ofPinecrest,Public Works Dep.,Completed December2011}(Daniel Moretti 305-6696916)(moretti@pinecrest4l.gpv) 5-Long Kay State Park Roadway Improvements ($149,230)(Florida DepartmentofEnvironmentalProtection, Completed February2012)(FredHand 850-488 6322)(Fred.Hand@dep.state.fI.us) 6-Phase IV Drainage Improvement Project ($143,830)(Village of Palmetto Bay,Completed November 2012) (DannyCasals 305-9695091)(dcasals@palmettobay-fl.gov) 7-Kllllan Park Road Stormwater Improvement ($218,142)(Village ofPinecrest,Completed December2012) (Daniel Moretti 305-6696916)(moretti@pinecrest4l.gov) 8-ProgressRd.Roadwayand Drainage Improvements ($105,622)(City ofSouth Miami,Completed January 2013)(JorgeVera 305-403 2072](jvera@southmiamifl.gov) 9-NW8th ST &NW14CT Roadway andDrainageImprovements ($425,896)(City of Miami,Completed May 2013)(Robert Feriton 786-263-2133)(rfenton@miamigQV.com) 10-Friedland Manor DrainageImprovements ($406,567)(City of Florida City,Completed June 2013)(Sean Compel 786-502-0770)(sean.compS@stantec.com) II-Biscayne IslandDrainage Improvements ($735,559).(City of Miami,CompletedMarch2014)(Valentine Onuigbo 786-447-9817)(vonu|gbo@miamigov.a)m) 12-Beacom Project Area fmprovements-Phase I ($767,132)(City of Miami,CompletedMarch2014)(Robert Fenton 786-265V2133)(rfentbn@miamigpv.com) 13-NW If ST from27 Ave to 37 Ave.Area Roadway Improvements.($188,874)(City of Miami,Completed October 2014)(Valentine Onuigbo 786-447-9817)(vonuigbo@miamlgov.com) 14-NW18PLRoadandDrainageImprovements ($473,087.20)(City of Miami,Completed March 2015)(Robert Fenton 786-263-2133)(rfenton@miamigov.com) 15-Lummus ParkLanding ($222,612.91)(City of Miami,Completed May 2015)(David Adato 305-416 1899/ 786-376 4391)(dadato@miamigov.com) 16-Beacom Project Area Improvements-Phase It($818,978.96)(Cityof Miami,CompletedJuly 2015)(Robert Fenton 786-263-2133)(rfenton@miamigov.com) ENGINEERING COMTRACTOR-LIC:E-251302 11020 SW 55 ST.,MIAMI,FL 33165 PHONE:786-291-2849 FAX:780-472-8831 maggolcfiSvahooxom CONTRACTS PERFORMED BY MAGGOLC INC. 1-Dralnage Improvement forNW22CT from NW 107 ST to NW 112 ST,($318,000)(Miami-Dade County Public Works Dept,Completed Dec.2007).(Alberto Estevez 786-256 2627).(esteva@miamidade.gov) 2-Varlous Park Parking Lot Re-striping &Wheel Stop Replace.($24,500)(Miami-DadeParkand Recreation Dept Completed March 2008).(305-596 4460) 3-Seal Coatand Re-striping of Station 13/Logistics ParkingArea.($19,000)(Miami-Dade Fire Rescue Dept. Completed July 20QS).(786*331 4529) 4-Norman and Jean Reach Park/Foul ballNetting.($25,000)(Miami-DadeParkandRecreationDept., Completed June 2008).(305-696 4460) 5-Olymplc Park Concrete Sidewalk Construction.($184,000)(Miami-Dade Park arid Recreation Dept., Completed July 2008):(Dan Crawford 305-596 4460)(dc93@miamldade.gov) 6-Dolphin Archaeiogical Site Concrete Sidewalk Construction.,($114,084)(Miami-Dade ParkandRecreation Dept,CompletedJuly 2000).(Dan Crawford 305-596 4460)(dci3@miarhidade.gov) 7-Countywide Repair of Existing Asphalt Pavement.(Milling &Resurfacing)($949,990)(Florida Department ofTransportation,Dist.Six,Executed the year2008 and renewedfortoyear2009and 2010,CompletedJune 2011).(JaniceCorn 305-256 6359)(Janice.corn@dotstate.fl.us) 8-Countywide Intersections Improvement,Roadway andDrainage.($443,637)(Miami-Dade County Public Works Dept,CompletedDec.2008).(Joaquin Rabassa 305-2999822)(jra@miamldade.gov) 9-WestPerrlnePark Concrete Slabs,Sidewalks andPouredinPlace.($34,000)(Miami-Dade Park and RecreationDept.,CompletedJanuary2009).(305-5964460) 10-West LittleRiver Asphalt DrivewaysPhase IV-B.($68,000)(Miami-Dade County Office of Community and Economic Development,Completed January wfid).(Mario Berrios 786-469 2112)(mberr@miamidade.gov) 11-Brentwood Pool Park NewAsphalt Walkways.($34,000)(City of Miami Gardens,Completed April 2009). (305-622 8000)OaJlen@miamlgardens-fl.gov) 12-Country Club of Miami Parcel1169&1168-E NewAsphaltWalkways.($178,000)(Miami-Dade Park and Recreation Dept.,Completed July 2009).(Dan Crawford 305-596 4460)(dc93@miamidade.gov) 13-Country Clubof Miami Grading,Sltework &Greens.($107,000)(Miami-Dade Park and Recreation Dept., CompletedAugust2009).(305-5964460) 14-SR 907(AltonRd)atAllison Dr.for Drainage and Retention Improvements.($134,000)(FDOT,Completed December 2009)(Anthony Ss&bag305-256 6380)(anthony.sabbag@dotstate.fl.us) 15-West LittleRiverAsphalt Driveways Phase IV-D.($35,000)(Miami-Dade County Office of Community and Economic Development,Completed Depember 2009).(Mario Berrios 786-469 2112)(mberr@miamidade.gov) 16-District 2-Sidewalk Repair Project II ($75,300)(Public Works Dep.City of Miami,Completed March 2010) (Fabiola Qubuisson 305-4161755 &305-801 7816)(fdubuisson@miamigov.com) 17-Blue RoadRoundabouts Re-Bid ($145,000)(Public Works Dep.City of Coral Gables,Completed March 2010)(305-460 5018)(epino@coralgables.com) 18-Harbor Drive Lighting and Resurfacing Improvement ($270,000)(Public Works Dep.Village of Key Biscayne April 2010)(786-255 6765)(anune2@keybiscayne.fl.g0v) 19-District 1-SidewalkRepair Project II ($95,990)(Public Works Dep.City of Miami,Completed September 2010)(Fabiola Dubuisson 305-4161755 &305-801 7816)(fdubuisson@miamigov.com) 20-Golden Shore Park PaversSidewalk ($23,895.00)(Public Works Dep.City ofSunny Isles Beach,November 2010)(305-947 0606)(gbatista@sibfl.net) 21-AD Barnes Park Asphalt Walkways ($86,615.00)(Mlaml-Dade Park and Recreation Dept.,Completed December2010)(305-7557985)(rttolon@miamidade.gov) 22-lnstallation ofSidewalksandRampsalong NE 12Ave ($123,750.00)(Public Works Dep.City of North Mjami,Completed December 2010)(Gerardo Hernandez 305-893 6511)(ghernandez@northmiamifl.gov) 23-lntersectlon Realignment SW 139 Terr&SW140 Dr.and fast Guava Street One Way Street Conversion ($36,775)(Public Works Dep.,Village of Palmetto Bay,Completed December 2010)(305-969 5011) (dcasals@palmettobay-fl.gov) 24-District#3CitywideADASidewalkImprovements,($107,414)(Public WorksDep.CityOfMiami,Completed February 2011)(Fabiola Dubuisson305 4161755 &305*601 7816)(fdubuisson@miamlgov.com) 25-District#1CitywideADA Sidewalk Improvements,($155,523)(Public WorksDep.Cityof Miami,Completed May2011)(Fabiola Dubuisson305 4161755 &305-801 7316)(fdubui8Son@miamigov.com) 26-MIA Building 3050 Parking Lot Drainage &Asphalt Improvement ($103,000)(Aviation Department Miami- DadeCounty,CompletedMay 2011)(Greg Tai 305-8768444)(gtal@mikegconst.com) 27-MIA-NW67 Aye &NW36Street Intersection Improvements ($65,000),(concrete works)(Aviation Department Miami DadeCounty,Complete July 2011)(JohnPeterson 305-622 8000)(jpet@rrlBcegconst.com) 28-District#4 Citywide ADA Sidewalk improvements,($149,397)(Public WorksDep.Cityof Miami,Completed October 2011)(Fabiola Dubuisson 305-4161755 &305-801 7816)(fdubjuis80n@miamigov.com) 29-tamlami Canal Miccosukee Linear Parte,Tamiami Trail andSW122Ave.($87,703)(Miami Dade Park & Recreation Department,Completed October 2011)(Ruben Teurbe totan 786-586 8360)(rttolon@mlamldade.gov) 30-SW 19 Terrace Roadway and Drainage Improvements ($184,585)(Cityof Miami,Capital Improvements Department,Completed October 2011)(Maurice Hardle 786-229 5463)(mhardie@miamigov.com) 31-SR 909(AltonRoad)at West 52 Street Drainage Improvement ($138,000)(Rorlda Departmentof Transportation,Completed December 2011)(Roland Rodriguez 305-345 0696) (rrodriguez@pinneclecei.cpm) 32-Suncrest Drive&MossRanchRoadStormwaterImprovements($110,000)(Village of Pinecrest,Public Works Dep.,Completed December 2011)(Daniel Moretti 305-669 6916)(moretti@pjnecrest-fl.gov) 33-Long Key State Park Roadway Improvements ($149,230)(Florida Departmentof Environmental Protection, Completed February2012)(FredHand 850-488 6322)(Fred.Hand@dep.state.fl.us) 34-District #2 Citywide ADA Sidewalk Improvements,($105,303)(PublicWorksDep.Cityof Miami,Completed February2012)(FabiolaDubuisson 305-4161755 &305-8017816)(fdubujssqn@miamigov.com) 35-SW 64 Street Corridor Improvement,($60,000)(PublicWorksDep.Cityof South Miami,Completed February2012)(KeithA.Ng 305-403 2072)(kng@s0i4hmiamifl.gov) 36-LongKey State ParkCampgroundEntrance Modification ($49,450)(Florida Departmentof Environmental Protection,CompletedJuly 2012)(FredHand 850-488 6322)(Fred.Hand@dep.state.fi.us) 37-FDOT LAP Roadway Improvements Project ($117,371)(PublicWorksDep.CityofSweetwater,Completed July 2012)(Eric Gomez 305-553 5457)(egpmez.egsc@att.net) 38-SR 94/SW 88 ST/Kendall Dr.at SW 142 Ave ($134,843)(Florida Department of Transportation,Completed October 2012)(Roland Rodriguez 305-345 0696)(rrpdriguez@pinnaclecei.com) 39-Phase IV Drainage Improvement Project ($143,830)(Village of Palmetto Bay,Completed November 2012) (Danny Casals 305-969 5091)(dcasals@palmettobay-fl.gbv) 40-Kiliian Park Road Stormwater Improvement ($218,142)(Village of Pinecrest,Completed December 2012) (DanielMoretti 305-669 6916)(moretti@pinecrest-fl.gov) 41-ProgressRd.Roadway and Drainage Improvements ($105,522)(City of South Miami,Completed January 2013)(JorgeVera305-4032072)(jvera@southmiamifl.gov) 42-ARRA Municipalities Group B:City of Miami Gardens Bus Shelters ($894,000)(Miami DadeTransit, CompletedMarch 2013)(JavierSalmon786-473 4710)(jsalmon@miamidade.gov) 43-1-195/Julia Tuttie from SR 5/Biscayne Blvd to SR 907/AltonRd-Bike Path/Trail($121,520)(Florida Department of Transportation,Completed March 2013)(Roland Rodriguez 305-345 0696) (rrodriguez@pinnacIecei.com) 44-NW8thST &NW 14CTRoadwayand Drainage Improvements ($425,895)(City of Miami,Completed May 2013)(Robert Fenton 786-263-2133)(rfenton@miamigov.com) 45-Friedland Manor Drainage Improvements ($406,567)(Cityof Florida City,Completed June 2013)(Sean Compel 786-502^0770)(sean.compel@stantec.com) 46-SR9(NW27Ave),FromNW79 ST toNW84STRoadway Improvements ($119,000)(Florida Department of Transportation,CompletedJuly 2013)(Roland Rodriguez 305-345 0696)(rrodriguez@pinnaclecei.com) 47-Sidewalk Improvements along SR A1A/Collins Ave @ SR 826/NW63ST.($205,521)(Florida Department of Transportation,CompletedOctober 2013)(Roland Rodriguez 305-345 0696)(rrodriguez@pinnaclecei.com) 48-Doral Trolley Route 3InfrastructureImprovements.($114,210)(City of Doral,Completed November 2013) (Rudyde la Torre 786-236-5912)(rudy.delatorre@cityofdoral.com) 49-Doral TrolleyInfrastructureImprovementsCitywide.($217,349)(City of Doral,Completed December 2013) (RudydelaTorre 786-236-5912)(rudy.delatorre@cityofdoral.com) 50-WildLimeParkParkingExpansionandConcreteWalkway.($201,442)(Miami DadePark&Recreation Department,Completed January 2014)(Leroy Garcia 786-210-5937)(garcial@mlamidade.gov) 51-Biscayne IslandDrainage Improvements ($735,559).(City of Miami,Completed March 2014)(Valentine Onuigbo 786-447-9817)<vonuigbo@miamigov,com) 52-BeacomProjectArea Improvements-Phase I ($767,132)(City of Miami,Completed March 2014)(Robert Fenton 786-263-2133)(rfenton@miamigov.com) 53-Sunset Drive Downtown Median.(84,663)(City ofSouth Miami,Completed October 2014)(Ricardo Ayala 305-403-2072)(rayala@southrtiiarllffl.gov) 54-NW 11 ST from 27Aveto37Ave.Area Roadway Improvements.($188,874)(City of Miami,Completed October 2014)(Valentine Qfluigbo 786-447-9817)(vonuigbo@miamigov.com) 55-Dlstrictwide Minor Asphalt Repair.($250,000)(FOOT,District 6,Completed December 2014)(John Garzia 305-640-7177)(johh.ga0a@dotstate.fl.us) 56-Multiple Parks-ADA Improvements ($336,741.68)(Miami Dade Park&Recreation Department Completed January2015)(Leopoldo Aybar 786-201 -2422)(aybar@miamidade.gov) 57-NW 18PL Road and Praiiiiage Improvements ($473,087.20)(City of Miami,Completed March 2015)(Robert Fenton786-263-2133)(rfentc«i@nfilamigov.com) 58-Lummus Park Lending ($222,612.91)(City of Miami,CompletedMay 2015)(David Adato 305-416 1899/ 786-376 4391)(dadato@miamigov.oom) 59-Beacom Project AreaImprovements-Phase II ($818,978.96)(City of Miami,Completed July 2015)(Robert Fenton 786-263-2133)(rfenton@miamigov.com) li ! ENGINEERING CONTRACTOR -LIC:E-251302 11020 SW 59 ST.,MIAMI,FL 33169 PHONE:786-291-2949 FAX:789-472-8831 maaaolc@vahoo.com OFFICE ORGANIZATION CHART ENGINEERING CONTRACTOR -UC:E-251302 11020 SW 55 ST,MIAMI,FL3316S PHONE:78S.291-2M8 FAX:7B8-472-8831 maanoleawhoOrFom PROJECT ORGANIZATION CHART EngineeringContractorStic.E-251302 11020 SW55ST,,Miami,FL33165 Phone:786.291-2940 Fax:78W72-8831 maaaolc@vahooxom RESUME: MARIO GONZALEZ Superintendent/Project Manager of Maggolc Inc, GonzalezisaRoadwayConstnictionandCivil Engineer withover24years of progressive experienceinthe fields ofhighwayandrailway design,construction,maintenance,and operations. EDUCATION: InstituteSuperiorPolitgcnico(HigherPolytechnicInstitute)"Julio Antonio Mella",SantiagodeCuba,Cuba. Degree:INGENIERO VIAL (Roadway ConstructionEngineer),July1988.ThisisequivalenttoaBachelor of ScienceinCivilEngineering(BSCE)fromaregionallyaccreditedinstitution ofhighereducationintheUnited States. Universidad Centralde Venezuela,Caracas,Venezuela. Degree:INGENIERO CIVIL (Civil Engineer),July 1997. CERTIFICATIONS: -TROXLER ElectronicsLab -Nuclear GaugeSafety Trailing,(20Q1 &2004) -FDOT -MUTCD/Mamtei^ce OfTraffic,Intermediate Level (2014) -ASPHALTPA\WGTE(^QflOAN--Level 1(2004) -EARTlSWOJUk^ -Ad,Concrete Field Testing Techtttciatt-Grade 1.(2005) -FDOTConcreteField Inspector Specifications.(2005) LICENSES: -GeneralEngineeringContractor -Generd BuildingContractor -Registered and Certificate State ofFlorida Undergraund Utilities Contractor.1 -Registered General Contractor State of Florida j WORK EXPERIENCE:i •i MAGGOLC INC.,Miami,Florida,USA.(June2005toPresent). Gonzalezis the ownerandpresident of MaggolcInc.,thisisan Engineering Contractor Company.Specializedin Drainage Systems,Pavement andConcrete. Workfoeqiftft -BeacomProjectAreaDrainageandRoadImprovements-PhaseII(City ofMiami)2015 -NW 18FLDraiangeand Road Improvements (City ofMiami)2015 -Multiple Parks-ADA Improvements (MiamiDadePark&Rec Dep.)2015 -Dlstrictwide Minor Asphalt Repair (FDOT)2014 -NW 11ST from NW27 Ave to37AveAreaRoadway Improv.(City ofMiami)2014 -Sunset Drive Downtown Median (City of SouthMiami)2014 -Dorm Ave Drainage Improvements (City of SouthMiami)2014 -Beacom Project Area Improvements-PhaseI(City ofMiami)2013 -Wild lime ParkParkingExpansionandConcrete Walkway (MiamiDadePark Jk RecDep.)2013 -Biscayne IslandDrainage Improvements (City ofMiami)2013 -Sidewalk Improvements along SR A1A/CollinsAve@ SR 826 (FDOT)2013 -SR9(NW27Ave)@ NW 79 STRoadwayImprovements (FDOT)2013 -FriedlandManorDrainageImprovements(City ofFlorida City)2013 -NW 8ST&NW U CT Roadway &Drainage Improvements(City ofMiami)2013 -1-195/Jnjia Tntfte Bike Path/Trail (FDQT)2013 -ARRA MunicipalitiesGroupB:City of MiamiGardens Bos Shelters(MiamiDadeTransit)2013 -ProgressRd Roadway &DrainageImprovements(City of South Miami)2012 -Killian ParkRd Stormwater Improvements (Village of Pinecrest)2012 -Phase IV DrainageImprovements.(Village ofPalmetto Bay)2012 -SR 94/KendallDrat SW 142Ave Roadway Improv.(FDOT)2012 -FDOTLAPRoadwayImprovements.(City ofSweetwater)2012 -SW 64StreetCorridorImprov.(City of SouthMiami)2012 -District#2 Citywide ADA Sidewalk Improvements.(City ofMiami)2012 *Long Key StatePark *ResurfaceCampgroundRoad (Florida Dep.ofEnvironmental Protection)2012. -Suncrest Sir.&MossRanch Rd.StormwaterImprovements (Village ofPinecrest)2011. -SR 909(AltonRoad)atWest52Street Drainage Improvements (FDOT District 6)2011 -SW 19TerraceRoadway A Drainage Improvements (CEP,City ofMiami)2011. -TamlamiCanalMiccosukee LinearPark (Miami-Dade County,Park &Recreation Dep.)2011. -District#4CitywideADASidewalkImprovements (City ofMiami)2011 -MIA NW 36 Street &67 Aye Intersection Improvement (concrete )(Aviation Department M-D County) 2011 •MIA Buildmg 3050 Parkmg I^t Improvements (Aviation Departs County)2011 -District #1 Citywide ADA SidewalkImprovements(City ofMiami)2011 District#3CitywideADASidewalkImprovements(City ofMiami)2011 -IntersectionRealignmentSW139Terr.&SW140Dr.and Esat GuavaSTOneWayStreet Conversion. (VOlage-of PalmettoBay)2010 -Installation of Sidewalksand Ramps along NE12 Ave.(City ofNorthMiami)2010. -AD Barnes Park Asphalt Walkways..(M-DCountyPark &Recreation)2010. -GoldenShore Park PaversSidewalks.(City of SunnyIsles).2010 -District I,Sidewalks Repair.(City ofMiami).2010 -Crandon Park ADA ParkingSpace Striping andSigns.(M4>County Park &Recreation)2010. -District II,SidewalksRepair.(City ofMiami).2010 -Harbor Drive Lighting and Resurfacing Improv.(Village ofKey Biscayne)2010 j -BlueRoadRoundabouts and Drainage.(Cityof Coral Gables)2010 j -Drainage Retention Improvements of State Ed.907 (Alton Rd.)at Allison Drive.Milling and Asphalt j Resurfacing.(FDOT,District 6)2009 j -Country Club of Miami Park Concrete and Asphalt Walkway (Miami-Dade County,Park &Recreation ! Dep.)2009.j -Brendwood Park Asphalt Walkway.(City ofMiami Gardens)2009. -West Little River Improve Asphalt Driveways.(Miami-Dade CountyOffice of Community andEconomic Development)2008.j -West Perrine Park Concrete SlabsandPouredSafetySurface.(M-DCParkandRecreation)2008 -Asphalt Pavement Repair.Florida Department of Transportation (District 6).2008-2009,2009-2010 and ! 201O-2011.\ -Improve Intersections Countywide Project,includeMillingand Asphalt Resurfacing.(Sidewalk,Handicap Ranms,Curb&Guttere,P^^j -Seal Coat and Restriplng of Station 13 and Logistics Parking Area.(MD County Fire Rescue Department)j 2008 | -Dolphin Archaeological Site Sidewalk Construction.(M-D County Park and Recreation)2008.j -OlympicPark Sidewalks Construction.(M-DCountyParkandRecreation)2007 -Norman &Jean Reach Park Foul Ball Netting.(M-D County ParkandRecreation)2007 -Drainage Improvement Project for NW 22Courtfrom NW 107 ST to NW 112 ST.(M-DCountyPublic Woik Dep.).2006,etc OthersPlaces whereGonzalezwas wnifanp; SRS ENGINEEiaNG;iNC,,'MiaimVFlol^USA (August 2006 to My 2007). ConstructionFieldInspector ofDrainage andRoadway Restoration.(Public Work Department,Miami-Dade County Projects). -Allaphatta PhaseI. -Hardwood "village PhaseII. BERMELLO,AJAMIL &PARTNERS,INC.,Miami,Florida,USA (May2005toJuly2006). QualityControl(QC)ConstructionInspector (DOT Projects):(Earthwork,ConcreteandAsphalt). -Okeechobee Road,(W 12 Ave toPalmetto Expwy) -Miami Garden Drive.(NW 2 Ave toNW 17 Ave.) -Biscayne Blvd.(NW 96 ST to NW 104 ST) -Golden Gate Pkwy (Naples) -Florida'sTurnpike(GriffinRdtoSunrise Blvd). -A-l-A (Key West). MARLUS ENGINEERING INC.,Miami,Florida,USA (October2000 -May 2005). February 2004to May 2005. ConstructionField Inspector ofDrainage andRoadway(FEMA-DERM,Miami-DadeCounty Projects). Activities Included: Verify of storm drainage structures in accordance withthe approved shop drawings,installation of drainage and pollution control structures,drainage pipe inverts,joints,seals,French DrainSystems,solidpipeplacementand bedding material.Checkthe Contractor's compliance withall Maintenance ofTraffic. Reconstruction of Pavement,Roadway Milling and Resurfacing;reconstruction of CurbandGutterand Sidewalks;SiteRestoration,includingGrading of Swales,SodPlacement,etc. Requirements: -Ensurethequality of theconstruction work,asperthePublicWorksDepartment Manual,FDOT Standards,andProjectContractDocuments. -Ensure the mil restoration ofthe project;includingsitecleanliness,Swale grading,andsod placement -Keeprecords of dailyactivities,daily production,sitetesting,and progress ofthe work. -Resolve complaints by residentsresultingfromconstructionactivities. March 2001 to February 2004:Project Enfffaeer ProjectEngineerforthe design,roadway restoration,andstorm drainage systemsimprovement,including independentsitesandcommunity.(DERM/FEMA Program administered by theDivision of Recovery and Mitigation-DORM)inMiami-DadeCountyandCity of MiamiStorm Drainage Improvement Program). Working closely with Microstation and AutoCAD software. October2000toMarch2001andOctober2002to February 2003:Roadway Inspector. Surveying,inspecting and drawing sketches for roadway restoration projects in Q.N.LP,Public Work Department of Miami-DadeCounty.Inspecting and supervisingconstruction of asphalt patching,millingand resurfacing operations. iNQmEERINOOONTRACTOR-UC:&2Biat>2 11020 «WM ST.,MWWI.FL381W PHONE:7M4B14iU MXS70B4»4Sai nwimtf'pnTn'T^i'ifm MAGGOLC GOVERMENT REFERENCE LISTING 1)Company Name:Miami DadeCounty Public Works Department Address:111 NW 1st ST 14 Root,Miami.FL 33128 Contact Person:Joaquin Rabassa Telephone #305-299 9822,305-989 4943 2)Company Name:Miami Dade Park*Recreation Department. Addrese:275 NW 2nd Street,4th Floor,Miami,FL 33128 Contact Person:RubenTeurbeTolon/LeroyGarcia Telephone #305 7555485 3)Company Name:Officeof Community &Economic Development M-D County Addrees:70lNW 1st CT14 Floor Miami,FL 33136 Contact Person:Mario Berrlos Telephone #786469 2112 4)Company Name:Florida Department of Transportation /Pinnacle Consulting Address:1773NE 206 Street North Miami Beach,FL33179 Contact Person:Roland Rodriguez Telephone #305 640 7185 5)Company Name:City of Miami Gardens Address:1050 NW 163 DrMiami Gardens,FL 33169 Contact Person:Osdel Larrea Telephone #305-622 8000 Ext,3107 6)Company Name:City of Miami Address:444SW 2nd Ave,6 Floor,Miami FL 33130 Contact Person:Fabiola Dubuisson Telephone #305 4161755 7}Company Name:City of Norm Miami Addrass:776 NE 125 Street,North Miami,FL 33161 Contact Person:GerardoHernandez Telephone #305 8959831 8)Company Name:Village of KeyBiscayne Address:88 Wast Mclntyre Street Suits 220KeyBiscayne,FL33149 Contact Pereon:Armando Nunez Telephone #305 365 7574 9)Company Name:City of Coral Gables Addresa:2800 SW 72 Ave Miami,FL 33155 Contact Pereon:Ernesto Pino Telephone #305 926 2784 10)Company Name:Cityof Miami -Capital Improvement Program Address:444 SW 2nd Ave,8th Floor,Miami.FL 33130 Contact Pereon:MauriceHardie Telephone #78&229 5483 11)Company Name:Standee Address:901 Ponce de Leon Bivd Suite 900 Coral Gables,FL 33134 ContactPerson:Sean Compel Telephone#305-445 2900Ext 2230,786-502 0770 12)Company Name:Village of Pinecrest Address:10800 Red Road,Pinecrest,FL 33156 Contact Person:Daniel F.Moretti Telephone #305-669 6916 13)Company Name:City of Florida City Address:404 West Palm Dr.Florida City,FL 33034 Contact Pereon;Richard Stauts Telephone #305 247 8221/305 7721157 14)Company Name:City of South Miami Address:6130 Sunset Drive South Miami 13143 Contact Person:Rteardo Ayala Telephone #305-403 2063 15)Company Name:City of Miami -Capital ImprovementProgram Address:444 SW 2nd Ave,8thFloor,Miami,FL 33130 Contact Pereon:Robert Fenton Telephone #786-263-2133 i flecWcal Irrigation Graphics ».4Jlillll6V Excavation Building Structures Plumbing Painting UST OP PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPUERS Citywide Drainage Improvement Projects RFP#PW-2Q!5-|9 all propose^subcontractx3rs,Ifsubcontractors are allowed by thetermsofthis Solicitation to this project if they are awarded the 1 ^^rft^mu 7M m**m&\2C£&- irrm iar>G<tf>~68 to TestingLaboratory SoilFumigator Signs Other Thislist shall be provided tothe GityofSouth Miami bytheapparentlowest responsive and responsible Bidder within five (5)business daysafter Bid Opening. END OF SECTION 15 NON COLLUSION AFFIDAVIT STATE OF FLORIDA COUNTY OF MIAMI-DADE (I)Me^he/They is/are the &tk)lAJLf beingfirstdulysworn,deposesandstatesthat: (2) (3) (4) (5) (Owner,Partner,Officer,RepresentativeorAgent)of the Respondent that has submittedthe atcacl jje/Sfie/Thev is/are fully informed concerning die preparation and contents ofthe attached Proposal and of all pertinent circumstances concerning such Proposal; Such Proposal isgenuineandisnota collusive or sham Proposal; Neither the said Respondentnoranyof its officers,partners,owners,agents,representatives, employeesorpartiesin interest,including this affiant,haveinanywaycolluded,conspired,connived or agreed;directlyor indirectly,withany o^er Respondent,firm,orpersontosubmita collusive or sham Proposal In connection with the Work for which theattached Proposal hasbeensubmitted;or to refrain from Bidding or proposing in connection with such Work;orhaveinanymanner,directly or indirectly,soughtbyagreementor collusion,or communication,orconferencewithany Respondent;firm,orpersonto fix any overhead,profit,orcostelementsofthe Proposal orof any other Respondent,or to fixany overhead,profit,orcostelementsofthe Proposal Price orthe Proposal Price ofanyother Respondent,orto secure through any collusion,conspiracy,connivance, or unlawful agreementany advantage against (Recipient),orany person interestedinthe proposed Work; The price or prices quoted inthe attached Proposal are fair and proper and arenot tainted by any collusion,conspiracy,connivance,or unlawful agreementonthepartoftheRespondentoranyother of Its agents,representatives,owners,employees or parties ofinterest,incjrfcfiife this affiant Signed,sealed and delivered inthe presence of: STATE OF FLORIDA COUNTY OF MIAMI-DADE Signaturesignature *^ Print Name and Title "t ACKNOWLEDGEMENT ) ) ) On this the 'Z>day of T^^ft/il .20 /^.before me,the undersigned Notary Public ofthe State of Florida,personalty appeared (Name(s)of ind'rvtdual(s)who appeared before /*>davof 4*MIr.7a /£l 16 notary)^rfflrtf*#0aJZ*/#Z, within Instrument,and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. and whose Dftjne(s)js/are Subscribed to the NOTARY PUBLIC SEAL OF OFFICE YUNCrtr BARACALDOCABALURO **MY COMMISSION #FF8fi9996 r#j_>%,EXPIRES Arty 14,2019 17 Notify Public,Stateof florida •Jame of Notary Pbbjjb~PlHitti Stain}*or type asoommfasfoned.) ^Personally known to me,or ••Personalidentification: Type of Identification Produced Did take anoath,or Did Not take an oath. PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant to the provisions of Paragraph (2)(a)of Section 287.133,Florida StateStatutes-"Apersonor affiliate whohasbeen pfeced ontheconvictedvendorlist following aconvictionfora pjublic entitycrimemaynot submit a Proposal orbidonaContracttoprovideanygoodsor services toa public entity,maynotsubmitaBidor proposal foraContractwitha public entityforthe construction of repair of a public building or public work,may not submit bids or proposals on leases or real property toa public entity,may notbe awarded to perform Work asa RESPONDENT,Sub-contractor,supplier,Sub-consultant,orConsultantunderaContractwithany public entity,andmaynot transact businesswithany public entityinexcessofthethresholdamount Category Twoof Section 287.017,Florida Statutes,forthirtysix(36)monthsfromthedateofbeing placed ontheconvictedvendor list". Theaward of anycontract hereunder issubjecttothe provisions of Chapter 112,Florida StateStatutes. Respondents mustdisclosewiththeir Proposals,the name of anyofficer,director,partner,associateoragentwho isalsoanofficeroremployee of the CityofSouth Miami orits agencies. SWORN STATEMENTPURSUANTTOSECTION 287.133 (3)(a), FLORIDA STATUTES.ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TD ADMINISTER OATHS. I.This sworn statement is submitted to <q£Se^jJ-i AMrc [printnameofthe public entity] b^iiA individual's naneand titlel v .. Ot^* of entity submitting sworn statement] whose business address is f(Q 9~Q g»MAp \5"jT and (if applicable)its Federal Employer Identification Number (FEIN)is %0~&3 4 JT^frgflf the entityhasno FEIN,include the Social Security Number ofthe individual signing thisswornstatement 2.I understand thata "public entity crime1*as defined In Paragraph 287.133 (l)(g),RorMir ftaffiffla- means a violation ofanystateor federal lawbya person with respectto and directly related tothe transaction of business withany public entity or with an agency,or political subdivision ofanyotherstate or of the United States,including,butnot limited to ,any bid,proposal or contract forgoodsor services tobe provided to any public entityoran agency or political subdivision of any other state orofthe United States and involving antitrust,fraud,theft,bribery,cpllusion,racketeering,conspiracy,or material misrepresentation. 3.I understand that "convicted"or "conviction"as defined in Paragraph 287.133 (!)(b),Florida SauiJfiL means a finding of guilt ora conviction ofa public entity crime,withorwithout an adjudication of guiit,in any federal or state trial court of record relating to charges brought by indictment or information after July I,1989,asa result ofa jury verdict,non-jury trial,or entryofa plea of guilty or nolo contendere. 4.I understand thatan "affiliate"as defined in Paragraph 287,133 (I)(a),Florida Statutes,means: (a)A predecessor or successor ofa person convicted ofa public entity crime;or (b)An entity under the control of any natural person who is active inthe management of the entity andwho has beenconvictedofa public entity crime.Theterm "affiliate"includes those officers, 18 directors,executives,partners,shareholders,employees,members,and agents whoareactivein the management of an affiliate.The ownership by one person of shares constituting a controlling interest inany person,or a pooling ofequipmentor Income among persons whennotfor fair market value under an arm's length agreement,shall bea prima fade case thatone person controls another person.A person who knowingly enters into a joint venture witha person who has been convicted ofa public entity crime in Florida during the preceding 36months shall be considered an affiliate. f understand that a "person"as defined in Paragraph 287.133 (1)(e),Florida Statutes,means any natural person orentity organized under the laws of any state orofthe United States withthe legal power toenterintoa binding contractand which bids or proposal or applies tobidor proposal on contracts forthe provision of goods or services letbya public entity,or which otherwise transacts or applies to transact business witha public entity.Theterm "person"includes those officers,directors, executives,partners,shareholders,employees,members,and agents whoare active in management of an entity. Based on Informationandbelief,the statement which I havemarked:below is true In relation to the entity submitting thissworn statement [Indicate which statementapplies.] y Neithertheentity submitting thissworn statement;nor any ofits officers,directors,executives, partners,shareholders,employees,members,or agents whoare active inthe management oftheentity, norany affiliate oftheentityhasbeen charged withand convicted ofa public entitycrimesubsequentto July 1,1989. m Theentity submitting thisswornstatement,oroneormoreofits officers,directors,executives, partners,shareholders,employees,members,or agents whoare active inthe management ofthe entity* oran affiliate oftheentityhasbeen charged with and convicted ofa public entity crime subsequent to July I,1989. Theentity submitting thisswornstatement,oroneormoreofits officers,directory executives, partners,shareholders,employees,members,or agents whoare active inthe management oftheentity, or an affiliate ofthe entity has been charged with and convicted ofa public entitycrime subsequent of July I,1989.However,therehasbeena subsequent proceeding beforea Hearing Officer oftheStateof Florida,Division of Administrative Hearings andthe Final Orderenteredbythe Hearing Officer determined1 thatitwasnotinthe public interestto place theentity submitting thisswornstatementon theconvictedvendorlist [attach acopyofthe final order.] 1 UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFRCER FOR THE PUBLIC B4TFTY INDENTIFIEB IN PARAGRAPH I ,(©NE)ABOVE ISfOR THAT RUBUS ENTTTYONLY,AND THAT THIS FORM iSVAUD THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT REQUIRED TO INFORMTHE PUBUC ENTITY PRIOR TO ENTERIN THRESHOLD AMOUNT PROVIDED IN ACTION 287J0I7, CHANGE IN THE INFORMATION CONTAiNH3 IN THIS FORM. UNDHISTAND THAT I AM CT IN EXCESS OF THE CATEGORY TWO OF ANY Sworn to and subscribed beforemethis a /h mdayof Personallyknown OR Produced i (Type of identification) Form PUR 7068 (Rev.06/11/92) *flfc YUMBttY BAflACALDO CA8AUe*0 i*t A >*t MYGOMMIS8tON#FFe$9996 ^w!0 EXPIRES Juty 14,2019 (40ft 3*4183 Pn>iie^fca^fcM<iwft«i if >•- 19 Notary Public -Stateof „ My commission expires *J>*Jfy /Y/$0'^ ited,typedorstampedcommissioned(Printed,typedorstamped nameofnotary public) DRUG FREE WORKPLACE Whenever two ormore Bids or Proposals whichare equal withrespecttoprice,quality andservicearereceived bytheStateor by any political subdivisions forthe procurement of commodities or contractual services,a Bid or Proposal received from a business that certifies thatit has implemented a drug-free workplace program shall be given preference inthe award process.Established procedures for processing tie Bids or Proposals shall be followed ifnoneofthetiedvendorshavea drug-free workplace program.In ordertohavea drug-free workplace program,a business shall: 1)Publish astatementnotifying employees thatthe unlawful manufacture,distribution,dispensing, possession,oruseofa controlled substance is prohibited inthe workplace and specifying the actionsthat shall betaken against employeesfor violations of such prohibition. 2)inform employeesaboutthe dangers of drug abuse inthe workplace,die business'policy of maintaining adrug-free workplace,any available drug counseling,rehabilitation,andemployee assistance programs,andthe penalties thatmaybe imposed upqn employeesfordrugabuse violations. 3)Give each employee engaged in providing the commodities or contractual servicesthatareunder Bid acopy of the statement specified in Subsection(I). 4)In thestatement specified in Subsection (I),notifythe employees,that,as a condition ofworking of the commoditiesor contractual servicesthatareunderBid,heemployee shall abidebythe terms of the statement and shall notifytheemployeeofanyconvictionof,or pleaof guilty or nob contendere to,any violation of Chapter 893 orof any controlled substance law ofthe United Statesorany state,fora violation occurringintheworkplacenolaterthanfive(5)businessdays after sMCh conviction. 5)Imposeasanctionon,orrequirethesatisfactory participation in a drug abuse assistance or rehabilitation program,ifsuchis available intheemployee'scommunity,byanyemployeewhois so convicted.^y^ 6)Make a good faith jtfforyfoytontinue to maintain a drug-free workplace through implementation ofthis section:Iff As the person authorized to sign trfe statement",Icertify that this firm complies fully with the above requirements. RESPONDENTS Signature:{ji*l Print Name:/6//3 rf(Q -.Q Date:%/ftf/f f 20 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS TO THE OTY OF SOUTH MIAMI CONTI *.(Name of CONTRACTOR),hereby acknowledge andagreethatas the Citywide Oratnage Improvement Projects project as specified bants thesoleresponsibility for compliance w'rtJi alt the requirements of*e Federal Occupational Safety and Health Aa 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.Lynn &•Ciyft Worta (Consultant)against anyand all liability,claims,damages,losses and expenses they may q.cV ^kc BY:4 «••**<**Name' '**-&&-* Tide 21 Ttft- AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS The person,orentity,whois responding tothe City's solicitation,hereinafter referredtoas "Respondent",must certifythatthe Respondent's nameDoesNotappearontheStateof Florida,Departmentof Management Services, "CONVICTED,SUSPENDED,DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR LISTINGS". Ifthe Respondent'snameDoesappearonone or allthe "Listings*"summarized below.Respondentsmust "Check ifApplies"nexttothe applicable "Listing "The "Listings*'can be accessed through the following link tothe Florida Departmentof Management Serviceswebsite: http!/ywww,dms,myflbrida.com/business operations/state purchasing/vendor information/convicted susp ended ditffertmmatory complaintsvendorlists yfi x JBECLARATION UNDER PENALTY OF PERJURY I,pJ^A^yQ Ut&ASSf^feeaetaafter referred to as the "Declarant")state,under penalty of perjury, that the following statements aretrue and correct:j t (1)I represent the Respondent whose name is &{&. (2)1have the following relationship with the Respondent sole proprietor),President (if Respondent Is a corporation)Partner (if Respondent is a partnership),General1 Partner(ifRespondentisa Limited Partnership)or Managing Member>(if Respondent Isa Limited Liability Company). (3)I have reviewed the Florida Departmentof Management Services websiteatthe following URL address: http://www.dms.myflqnda?c^ &rifitfn*ti^ (4)I haveenteredan V or acheckmarkbesideeach listing/category setforthbelowifthe Respondent's nameappearsinthe list foundonthe Florida Departmentof Management Services websiteforthat category or listing.If I didnot enter amark beside a listing/category it means that I amattesting to thefactthat the Respondent'snamedoesnotappearon die listing forthat category inthe Florida Departmentof Management Services website as of the date ofthis affidavit Check If Applicable Convicted Vendor List SuspendedVendor List DiscriminatoryVendor List :5 FederalExcludedPartiesList VendorComplaintList FURTHER DECLARANT SAYETH NOT. ACKNOWLEDGEMEI STATE OF FLORIDA ) COUNTY OF MIAMI-DADE ) Lc ,^^6 */aJ*rfoStctO J^ttS (Owner (if Respondent is a ^ffi day6f &&&(Xfcr .20 /£\before me,t$e undersigned authority,personally f/r&&/&W0 ASTfM/f £,who is personally know to me or who provided theappeared. following ide foregoing Affidavit as the Declarant .and who took an oath or affirmed tHaythat he/she/they executed the WITNESS myhandand official seal. NOTARY PUBLIC: SEAL YUNCtiY BAfUCMOOCAMJLLCRO >:MY COMMISSION*FF889996 EXPIRESJuly 14,2019 1407)8«MKS3 FtotttNflttryfl«rVte».cont 22 Nota/y Public,Stateof ft/uPx/ty/UMaJoO \ofNotary ftiblic Print, Stamp or typeascommissioned.) RELATED PARTY TRANSACTION VERIFICATION FORM 1MOind 6J0O7^^nd*M^and on behalfof M(l&f^U>*TKq f'firm'Oliave Name ofRepresentative CoWa/yAfendor/Enflty read m City of South Nianr("Gty7s Code of Ethics, Section 8A-1 ofthe City's Code of Ordinances and I hereby certify,under penalty of perjury that tothe best of my knowledge,information and belief: (I)'neither I nor the Firm have any conflict ofinterest (as defined in section 8A-1)with regard to the contract or business that I,and/or the Firm,am(are)aboutto perform for,orto transact with,the City,and (2)neither I nor any employees,officers,directors ofthe Firm,nor anyone who has a financial interest greater than 5%In the Firm,has any relative(s),as defined in section BA-I,who is an employee ofthe City orwho ls(are) an appointed or electiajofpffal dif the City,orwho is(are)a member of any public body created bythe City Commission,/.&,a board or committee ofthe City,[while the ethics code still applies,ifthe person executing this 1brm Is dpiiig so pn behalf ofa firm whosfe stockis publicly traded,the statement inthis section (2)shall be based solely on the signatory's personal knowledlge and he/she is not required to make an independent Investigation as to the relationship of employees orthosewho have a financial interest inthe firm];and (3)neither I northe Firm,nor ahyone who has a financial interest greater than 5%inthe Firm,norany member of those persons'immediate family (i.e.,spouse,parents,children,brothers and sisters)has transacted or entered intoanycontracts)withtheCityor has a financial interest;direct or indirect,inany business bang transacted with treaty,or with any person or agency actingfor the dty,other than as follows: wuwM":w'ftri''rnece£^,1j^onthis 'lines:tibwever,you mustmake reference,ontheabove line,to the additional sheet and the additional sheetmustbe signed under oath),[while the ethics code still applies,ifthe person executing this form is doing soon behalf ofa firm whose stock is publicly traded,the statement in this section (3)shall be based solely on the signatory's personal knowledge and he/she is not required to make an Independent investigation as to the relationship ofthose who havea financial interestinthe Firm.];and (4)noelected and/or appointed official or employee ofthe Cityiof South Miami*oranyoftheirimmediate family members (he*spouse,parents,children,brothersand sisters)hasa financial interest,directly or indirectly,inthe contractbetweenyou and/or your Firm andthe City otherthanthe following individuals whose Interest is set forth following their use a separate names:/**}/A (if necessary,use a separate sheetto suppiy additional information that will notfit on this line;however,youmust 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 andthat of all elected and/or appointed dty officials or board members,who own,directly or indirectly,aninterest of five percent (5%)or more ofthe total assets of capital stock inthe firm areasfollows:> /°/t (if necessary,useaseparatesheettosupply additional information thatwillnot fit onthis line;however,youmust make reference,ontheabove line*tothe additional sheetand the additional sheetmustbe signed under oath), [while theethicscode still applies,ifthepersonexecutingthis form is doing so on behalf:ofa firm whosestock is publicly traded,thestatementinthissection(4)shall bebasedsolely on the signatory's personal knowledge and he/she isnotrequired to makeanindependent investigation astothe financial interestinthe Firm ofcity employees,appointed officials orthe immediate family membersofelected and/or appointed official or employee.] (5)I andthe Firm furtheragree not touseorattempttouseanyknowledge,propertyorresourcewhichmay cometous through our position of trust,or through our performance of our duties under the terms ofthe contract withthe (Sty,to secure a special privilege,benefitor exemption for ourselves,or others.We agree that wemaynotdisdoseoruse information,not available tomembersofthe general publicforour personal gain or benefitorforthe personal gain orbenefitof any.other personor business entity,outsideofthenormal gain or benefitantidpatedthrough the performanceofthe contract (6)I and the Firm herebyacknowledgethat we have not contractedortransactedanybusinesswith the Cityor anypersonor agency acting fortheCity,and that wehavenot appeared in representation ofanythirdparty 23 beforeany board,commission or agency oftheCitywithin the pasttwoyearsotherthanas follows:/J/A ,^,(if necessary,usea separate sheetto supply additional information that will not fit on this line;however,you must makereference,on the above line,tothe additional sheetandthe additional sheetmustbesignedunderoath). X:\Purchasing\Vendor Regstration\l2.28.l2 RELATED PARTY TRANSACTION VERIFICATION FORM P].docx (7)Neither I nor any employees,officers,or directors ofthe Firm,noranyoftheir immediate family (i.e.,as a spouse,son,daughter,parent,brother or sister)is related by blood or marriage to:(i)any member oftheCity Commission;Jii)any dty employee;or (iii)any member ofany board or agency ofthe City other than as follows: /Ojf A-(if necessary*use aseparate sheet to supply additional information that will not fit on this line;however,you must make reference,onthe above line,tothe additional sheetandthe additional sheetmustbe signed under bath),[while theethicscode still applies,iftheperson executing this form is doing soon behalf ofa firm whose stock is publicly traded,the statement in this section (7) shall bebased solely onthe signatory's personal knowledge and he/sheisnotrequiredto make all independent investigation astothe relationship bybloodor marriage of employees,officers,ordirectors of the Rrm,orofany of their immediate family toanyappointedorelected officials oftheCity,ortotheirimmediate family members]. (8)NoOther Firm,noranyofficersordirectorsofthatOther Firm oranyone who hasa financial interestgreater than5%inthatOtherRrm,noranymember of thosepersons'immediate family (i.e.,spouse,parents,children, brothersandsisters)noranyofmyimmediate family members (hereinafter referredtoas"Related Parties**)has responded to a solicitation bythe Oty inwhich I ortheRrmthat I represent oranyonewho has a financial interestgreaterthan5%inthe Firm,oranymemberofthose persons'immediate family (te.spouse,parents, children,brothers and sisters)havealso responded,other than the following:_yo/rf Of necessary,useaseparatesheettosupply additional information that will notfitonthis line;however,youmust makereference,ontheabove line,to the additional sheetandthe additional sheetmustbesignedunder oath), [while the ethicscodestill applies,ifthepersonexecutingthisformisdoingsoonbehalfof afirm whose stockis publicly traded,the statement inthissection (8)shall bebased solely on the signator/spersonalknowledgeand he/she is not required to makeanindependent investigation intothe Other Rrm,ortheRrm he/she represents,as totheir officers,directorsoranyone having a financial interestinthose Firms oranyoftheiranymemberofthose persons'immediate family.] (9)I andthe Firm agreethatweare obligated tosupplementthis Verification FormandinformtheCityofany change in circumstances thatwould change our answers tothis document,Spedfically,aftertheopeningofany responses to a soiidtation,I and die Firm havean obligation to supplement this Verification Form with the name of all Related Parties whohavealsorespondedtothesame solicitation and to disclose the relationship ofthose parties to me and the Rrm. (10)A violation oftheCity's Ernies Code,the giving ofany false information onthe failure tosupplementthis Verification Form,maysubjectmeorthe Firm to immediate termination of anyagreementwith the City,andthe imposition ofthp maxjmwm fine and/or any penalties allowed by law.Additionally,violations may be considered by and subject to/|ction by tne Miami-Dade County Commission on Ethics.Under penalty of perjury,Ideclare that 1 have made aMgent jlfoft to investigate the matters to which Iam attesting hereinabove and that the statements made hereinabove aikjrve and correct to the best of my knowledge!information and belief. Signature: Print Name & Date: 24 Sec.8A-I.-Conflict of interest and code of ethics ordinance. (a)Designation. Thissection shall be designated and frown asthe "Dty of South Miami Conflict of Interest andCodeof Ethics Ordinance."This section shall b>appJUSbte to all dty personnel as defined below,and.shall also constitute a standard of ethical conduct and behavior for all autonomous personnel,quasi-judicial personnel,advisory personnel and departmental personnel.The provisions of tfiis section shall beapplied in acumulative manner.By way of example*and not as a limitation,subsections (c)and (d)may be applied tothe same pontract or transaction. (b)Deffnftfon*.Forthe purposes of this section the following definitions shall be effective: (1)The term "commission members"shall refer tothe mayor and the members ofthecity commission. (2)The term "autonomous personnel?shall refer tothe members of autonomous authorities,boards and agencies, such asthedty community redevelopment agency and the health facilities authority. (3)The term ^uaShjudicla!personnel!1 shall refer to the members of the planning board,the environmental review andpreservation board,thecocfe enfercemeniboardandsuchother individuals,boardsrand agencies ofthecityasperform quasi-Judicial functions. (4)The term "advisory personnel1 shall refer tothe members of those cityadvisory boards and agencies whose sole or primary responsibility is to reoomrnend legislation or give advjce to the city commission. (5)The term "departmental personnel"shall refer to the city clerf^the city manager,department heads,the city attorney,and all assistants tothedty clerk,citymanager and city attorney,however tided. (6)Theterrn "employees"shall refer to all other personnel employed bythe city. (7)The term "compensation"shall refer to any money,gift,favor,thing of value or financial benefit conferred,or to be conferred,in return for services rendered or to be rendered. (8)Theterm "controlling Jinandal interest"shall refer to ownership,directly or indirectly,of ten percent ormore ofthe outstanding capital stoctk in any corporation ora director indirect interest often percent ormoreina firm, partnership,orother business entityatthe time of transacting business withthe city. (9)Theterm "immedSate family"shall refer tothe spouse,parents,children,brothers and Sisters ofthe person involved. (10)Theterm "transact any business"shall refer tothe purchase or sale bythe city of specific goods or services for consideration and to submitting a bid,a proposal in response toa Solicitation,astatementof qualifications in response to arequestbythe city,or entering intocontract negotiations forthe provision onanygoods or services,whichever firstoccurs. (c)Prohibition on transacting business withthe dty. No person included intheterms defined in paragraphs (b)(1)through (6)andin paragraph (b)(9)shall enter into anycontractortransactanybusiness in Which that person oramemberofthe immediate family has a finandal interest*directorindirectwiththecityoranypersonor agency acting forthecity,andanysuch contract, agreementorbusinessengagement entered in violation of thissubsection shall renderthetransactionvoidable. Willfulviolation of this subsection shall constitute malfeasanceinofficeandshall affea forfeiture of office or position.Nothinginthissubsection shall prohibitormake illegal: (1)The payment oftaxes,special assessments or fees for services provided bythedty government; (2)The purchase of bonds,anticipation notesorother securities that ma/be issued bythecity through underwriters ordirectlyfrom time to time. Wamr of prohibition.The requirements ofthis subsection maybe waived fora particular transaction onlybyfour affirmative votes of the city commission^fter public hearing upon finding that: (1)An open-to-all sealed competitive proposal has been submitted byadty person as defined in paragraphs (b)(2), (3)and (4); (2)The proposal hasbeensubmittedbyapersonor firm offering services withinthescope ofthe practice of architecture,professional engineering,or registered land surveyingasdefinedbythe laws of thestateand pursuant to the provisions ofthe Consultants'Competitive Negotiation Act,andwhenthe proposal has been submittedbyacityperson defined in paragraphs (b)(1),(3)and (4); (3)Thepropertyor services tobe involved in the proposed transaction are unique andthe dty cannotavail itself of suchproperty or services without enteringatransactionwhichwouldviolatethissubsectionbutforwaiver of its requirements;and (4)Thattheproposed transaction willbeinthebestinterestofthedty. Thissubsection shall be applicable onlytoprospective transactions,and the citycommissionmayinnocaseratifya transaction entered in violation ofthis subsection. Provisions cumulative.This subsection shaO betaken to becumulativeandshall not be construed to amend or repeal anyotherlaw pertaining to thesamesubject matter^ 25 (d)Further prohibition ontransactingbusiness with the city, Noperson induded intheterms defined in paragraphs (b)(1)through (6)andin paragraph (b)(9)shall enter into anycontractortransactany business througha firm,corporation,partnership or business entityin which that person or any member ofthe immediate family hasa controlling finandal interest,director indirect,with the city oranypersonor agency actingforthe city,andanysuch contract,agreementor business engagement entered in violationof this subsectionshallrenderthetransaction voidable.The remaining provisionsofsubsection(c)will alsobeapplicableto thissubsectionasthoughincorporatedbyrecitation. Additionally,nopersonindudedintheterm defined in paragraph (b)(1)shall voteonorparticipateinanywayin anymatterpresentedtothecity commission ifthatpersonhasanyofthe following relationships withanyofthe persons or entities which wouldbe or mightbedirectlyorindirectlyaffected byanyactionofthe dty commission: (1)Officer,director,partner,ofcounsel,consultant,employee,fiduciary or beneficiary;or (2)Stockholder,bondholder,debtor,or creditor,ifinanyinstancethetransaction or matter wouldaffectthe persondefinedin paragraph (b)(l)inamannerdistinctfromthemannerinwhichitwouldaffectthe public generally.Anypersonincludedintheterm defined in paragraph (b}(I)whohasanyofthe specified relationships or whcf would or might,directly or indirectly,realizea profit bytheactionofthecity commission shall notvoteon or partidpate inanyway in the matter. (E)Gifts. (l)Pefjjn'ttion.Theterm *gift"shallrefertothetransferof anything ofeconomicvalue,whetherintheformof money,service,,loan,travel,entertainment,hospitality,item or promise,or inany other form,without adequate and lawful consideration. (^Exceptions.The provisions of paragraph (e)(I)shall not apply to: a.Political contributions specifically authorized bystate law; b»Giftsfromrelatives or membersofone'shousehold,unless thepersonisaconduitonbehalfofathirdpartyto the delivery ofa giftthat h prohibitedunder paragraph(3); cAwardsforprofessional or cjvic achievement: d.Material suchas books,reports,periodicals or pamphlets which are solely informational orofan advertising nature. (3)Prohibitions.Apersondescribedinparagraphs(b)(1)through(6)shall neither solidt nordemandanygiftItIs also unlawful foranyperson or entityto offer,give oragreeto give toanypersonindudedintheterms defined in paragraphs (b)(1)through(6),orforanyperson included Intheterms defined in paragraphs (b)(1)through(6)to acceptoragree to acceptfrom another person or entity,any gift for or because of: a.An offidal public actiontaken,or tobetaken,or which couldbetaken,oran omission or failure to takea public action; b.A legal duty performed ortobe performed,or which could be performed,oran omission or failure to perform alegal duty; c.A legal duty violated ortobe violated,or which couldbe violated byanypersoninduded In theterm defined in paragraph (b)(1);or d Attendance or absencefroma public meetingatwhich official actionis to betaken. (4)Dtedosure.Any person included in theterm defined in paragraphs (b)(1)through(6)shall disdoseanygift,or seriesofgiftsfromanyonepersonorentity,having a value in excessof $25.00.The disclosure shall bemadeby filing acopyofthedisclosureformrequiredbychapter 112,FloridaStatutes,for "local officers"with the city derk simultaneously with the filing ofthe form with the clerk ofthe county andwith the Rorlda Secretary ofState. (f)Compulsory disclosure byemployees of firms doingbusiness with the dty. Should anyperson induded intheterms defined in paragraphs (h)(1)through (6)be employed bya corporation, firm,partnership or business entity in which that person or the'immediate family doesnot have a controlling finandal interest,andshouldthecorporation,firm,partnership or business entityhave substantial business commitments toor from the city or any city agency,orbe subject to direct regulation bythe dty ora city agency, then the person shall file a sworn statement disdpsing such employment and interestwith thederkofthe city. (g)Exploitation ofoffidal positionprohibited. No person induded intheterms defined in paragraphs (b)(l)through (6)shall corruptly useorattempttousean official position to secure special privileges or exemptions for that person or others. (h)Prohibitiononuse of confidential information. Noperson included In theterms defined in paragraphs (b)(1)through (6)shall acceptemployment or engage in any business or professional activity which one might reasonably expect would requireor induce oneto disclose confidential Information acquired byreasonof an official position,nor shall that person in fact ever disdose confidential information garnered or gained through an 26 offidal position with thedty,nor shall that person ever use such information,directly or indirecdy,for personal gain or benefit (I)Conflicting employment prohibited. No person Included in the terms defined in paragraphs (b)(1)through (6)shall accept other employment which would impair independence of judgment inthe performance of any public duties. (j)Prohibition an outsideemployment. (1)No person induded inthe terms defined in paragraphs (b)(6)shall receive any compensation for services as an officer or employee ofthecity from any source other than the city,except as may be permitted as follows: a.GeneroBy proMnted No full-time cityemployee!shall accept outside employment,either inddemal,occasional or otherwise,where dty time,equipment or material istobe used or where such employment or any part thereof is tobeperformedon city,time. b.When pemtiaea\A fall-time city employee may accept inddental or occasional outside employment so long as such employment isnot contrary,detrimerM!or adverse tothe interest ofthe city or any ofits departments and the approval required In subparagraph c Is obtained. c.Approval of department head required Any outside employment byany full-time city employee must first be approved in writing bythe employee's department head who shall maintain a complete record of such employment d.Penalty.Any person convicted of violating any provision ofthis subsection shall be punished as provided in section I-I I ofthe Code of Miami-Dade County and,in addition shall be subject to dismissal bythe appointing authority.Thedty may also assess against a violator a fine nottoexceed $500.00 and the costs of investigation incurredby the city. (2)All falMame city employees engaged in any outside employment for any person,firm,corporation or entity otherthan the city,Or any of Its agencies or instrumentalities,shall,file,under oath,an annual report indicating the source ofthe outside employment,the nature ofthe Work being done and any amount of money orother consideration received bythe 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 for Inspection by the public.The dty manager may require monthly reports from individual employees or groups ofemployeesforgood cause.. (k)Prohibited investments. No person included intheterms defined in paragraphs (b)(1)through (6)ora member ofthe immediate family shall have personal investmentsin any enterprise which will createa substantial conflict between private interests and the public interest (I)Certain appearances and payment prohibited (1)No person Included intheterms defined in paragraphs (b)(1),(5)and (6)shall appear before anycity board or agency andmakea presentation onbehalfof athird parson with respecttoany matter,license,contract* certificate,ruling,decision,opinion,rate schedule,franlhls^,or other benefit sought bythe third person-Nor shall the person receive any compensationor gift,diredrty or indirectly,for services renderedtoathirdperson,who has applied fororisseekingsomebenefitfromthedtyora city agency,in connection withthe particular benefit soughtbythethirdperson.Nor shall theperson appear inanycourtorbeforeany administrative tribunalas counselor legal advisor toa party who seeks legal relief from thecityora city agency through thesuitin question. (2)Noperson included intheterms defined in paragraphs (b)(2),(3)and (4)shall appear beforethecity commission or agency onwhichthe person serves,either directly or through an associate,and makea presentation onbehalfof athirdpersonwithrespecttoanymatter,license,contract,certificate,ruling,decision, opinion,rate schedule,franchise,orother benefit sought bythethird person.Nor shall such person receive any compensation or gift,direcdyor indirectly,for services rendered toathird party who has applied fororis seeking some benefitfromthe dty commissionor agency on which thepersonservesin connection with the particular benefitsoughtbythethird puty.Ndf shall theperson appear inanycourtorbeforeany administrative tribunal as counselor legM advisor to %thirdpartywho seeks legal relief fromthedty cqmrnjssion or agency on which such personservesthrough the suitinquestion. (m)Actions prohtotted whenfinancial interests involved. Noperson induded intheterms defined in paragraphs (b)(I)through (6)shall partidpate inanyofficial action directly or Indirectly affectinga businessin which thatpersonoranymember of the immediatefamily hasa finandal interest A finandal interestis defined inthis subsection to include,butnotbe limited to,anydirect or indirectinterestinany investment equity,or debt (n)Acquiringfinancial interests. Noperson induded in the termsdefinedin paragraphs (b)(1)through(6)shall acquirea finandal interestina project businessentityor property ata time whenthepersonbelieves or hasreason to believethat the financial 27 interest maybedirectlyaffectedby official actionsorby official actionsby the cityor city agencyofwhichthe person is anoffidal,officeroremployee. (0)Recommending professfonar services. NopersonInducedintheterms defined in paragraphs (b)(1)through(4)may recommend the services ofany lawyerorlaw firm,architect or architectural firm,public relations firm,Orany other personor firm,professional orotherwise,to assistin any transaction involving thecityoranyofits agencies,provided thata recommendation mayproperlybemadewhenrequired to bemadebythedutiesof officeand In advance atapublicmeetingattendedbyothercity officials,officersoremployees. (p)Continuing application after dty service. (!)Noperson included intheterms defined in paragraphs (b)(1),(5)and(6)shall,foraperiodof two yearsafter hisor her cityservice or employment has ceased lobbyany dty official [asdefinedin paragraphs (b)(1)through (6)]inconnectionwithany judicial orother proceeding,application,Solicitation,RFQ,bid,request for ruling or other determination,contract daim,controversy,charge,accusation,arrestor other particular subjectmatterinwhichthecityor one ofits agencies is apartyorhasanyinterestwhatever,whetherdirector IndirectNothingcontainedin this subsection shall prohibitany Individual fromsubmitting a routineadministrative requestor application toacity department or agency during thetwo-year period afterhisorherservicehas (2)The provisionsof the subsection shall notapplytopersonswhobecomeemployedby governmental entities, 501 (c)(3)non-profit entities or educational institutions or entitles,and who lobby on behalf ofthose entities in theirofficial capacities. (3)The provisions ofthis subsection shall apply to all persons described in paragraph (p)(l)whosedty service or employment ceased aftertheeffectivedateofthe ordinance from which thissection derives. (4)Nopersondescribed in paragraph (p)(I)whose dty serviceoremploymentceasedwithintwoyears priorio theeffectivedate of thisordinance shall foraperiodoftwoyearsafterhisorherserviceoremploymententer into alobbyingcontracttolobbyanycity offidal inconnection With anysubject described in paragraph (p)(l)in which the dty oroneofits agencies isapartyorhas arty direct arid substantial interest;andinwhichhe Of she participateddirectly or indirectlythroughdecision,approval,disapproval,recommendation,therenderingof advice,investigation,orotherwise,duringhisorhercity service or employment Aperson partidpated "directly" whereheorshe was substantially involvedin the particular subjectmatterthroughdedsion,approval,disapproval, recommendation,therenderingof advice,investigation,orotherwise,during hisorhercity service or employmentA person participated "indirectly"wherehe or she knowingly participated in any way inthe particular subjectmatterthroughdedsion,approval,disapproval,recommendation,therenderingof advice,investigation,or otherwise,during hisorhercityserviceoremploymentAllpersonscoveredbythis paragraph shall executean affidavit onaformapprovedbythe dty attorney prior to lobbyinganycityoffidal attesting that the requirementsofthissubsectiondonotprecludetheperson from lobbying dty officials. (5)Anyperson who violatesthissubsection shall besubjecttothe penalties providedinsection8A-2(p). («f)City attorney to render opinions on request Whenever any person indudedintheterms defined in paragraphs (b)(1)through (6)and paragraph (b)(9)isin doubtasto the properinterpretationor application of this conflictof Interestandcodeofethicsordinance,or wheneveranypersonwhorendersservicesto thecityisindoubtasto the applicability of theordinancethat person,maysubmittothecityattorneya full writtenstatement of the facts andquestions.The dty attorney shall thenrenderanopinion to suchpersonand shall publish theseopinionswithoutuseofthenameoftheperson advisedunlessthepersonpermitstheuseofaname. (Ord Ho.6-99-1 Wft §Z3-2-99) Editor's note-Ord.No.6-99-1680,§I,adopted 3-2-99,repealed §§8A-Iand8A-2intheirentiretyand replaced them with new §§ 8A-Iand 8A-2.Former §§8A-Iand8A-2 pertained to declaration of policy and definitions,respectively,and derivedfrom Ord No.634,§§I (IA-1),I (IA-2)adoptedJan.II,1969. END OF SECTION 28 PRESENTATION TEAM DECIARATION/AFFIDVAIT OF REPRESENTATION This affidavit is not required for compliance with the City's Solicitation;however,it may be used to avoid theneedto register members of your presentation teamas lobbyists.Pursuant toOty Ordinance 28-14- 2206 (c)(9),any person who appears asa representative for an individual or firm for an oral presentation beforea City certification,evaluation,selection,technical review or similar committee,shall listonan affidavit provided bythe City staff,all individuals whomaymake %presentation.The affidavit shall be filed bystaff with the Clerk's office atthetimethe committee's proposal is submitted totheOty Manager.For the purpose ofthis subsection only,the listed members ofthe presentation team,with the exception of any person otherwise required to register as a lobbyist,shall notbe required to pay any registration fees.No person shall appear before any committee on behalf of an anyone unless heorshe has been listed as part ofthe firm's presentation team pursuant tothis paragraph or unless he or she is registered With the City Clerk's Office asa lobbyist andhas paid all applicable lobbyist registration fees. Pursuant to '92.525(2),Florida Statutes,the undersigned ^ClH&CP-^ma^^he following declarationunderpenalty of perjury: Listed below are all individuals whomaymakea presentation on behalf oftheentitythatthe affiant represents.Please note;Noperson shall appear beforeanycommitteeonbehalfofanyoneunlesshe orshehasbeenlistedaspartofthe firm's presentation team pursuant tothis paragraph orunlesshe orsheis registered withthe Clerk's officeasa lobbyist andhas paid all applicable lobbyist registration fees. NAME TITLE For thepurposeofthis Affidavit of Representation only,the listed membersofthepresentationteam, with the exceptionofanypersonotherwise required to register asa lobbyist,shall notbe required to pay any registration fees.The Affidavit of Representation shall be filed withthe Oty Clerk's office atthe time the committee's proposal issubmittedtothe City aspartoftheprocurement process. Under penalties of perjury,I declare that I have read the foregoing declaration andthatthe facts stated initaretry*and specifically thatthe persons listed above are the members ofthe presentation teamof ted below /JLday of flaV^ASJr .20 |>T Print Name and Title /Print name of entity beingffepresented 29 EXHIBIT #1 Scope of Services &Schedule of Values/Summary of Quantities Attachment A: Project:SW 78 Street &SW 63 Avenue I.Scope of Work: Scopeofwork involves performing road,drainage andsidewalkimprovementswithin the CityofSouth Miami.Work shall complywith applicable standards,including butnot limited to theFDOTand the Miami DadeCounty Public Works standards.Work covered under this contract shall also include and is not limited to maintenance of traffic,drainage,sidewalk,milling,clearingand grubbing,asphaltplacement,and striping. Theconstructionis to beperformedper specifications andtheconstructiondocuments ofSW 78*Street Roadway and Drainage Improvements,prepared by T.Y.Un International/HJ Ross.Thisincludes,butis not limited to,the furnishingofalllabor, material,tools,equipment,machinery,disposalofallmaterials,superintendence and services necessary for the completionofthe construction of the project Thei awarded veBdor nriuSt obtainanypermits required;TheCitywillwaiveall City permitfees.Permits that mayberequiredby other agencies will be the responsibility of the awarded vendor,including applicable fees. Work activity islimited to thehoursfrom7:00a.m.through6:00 p.m.,onweekdays from Monday through Friday. II.Site Locations: 1.SW Ttf*Street a.West of SW 63rd Avenue towards the South Miami Dog Park, b.East ofSW 63rd Avenue along SW 78th Streetfor approximately 50 LF 2.SW 63rd Avenue,from SW 78*Street,North tothe limit ofthe FDOT righj of way on US I. Hi.Plans and Specifications: Plans preparedby T.Y.Lin International,titled "EXHIBIT I,Attachment B-"SW 78th Street Roadway andDrainage Improvements"areapartofthis RFP bywayof reference. IV,Project Duration &Liquidated Damages: The current estimatetocompleteconstructionoftheprojectis 60 calendar days substantial completion.Thermoplastic paint shall be installed 30calendar days after substantial completion.90 total calendar days to final completion from issuance of Notice to Proceed. 32 Liquidated Damages shall be paid bytheContractorattherateof $1,500-00 dollars per day,plus any monies paid by the Owner tothe Consultant,if any,for additional engineering and inspection services,if any,associated with such delay. V.Project Funding: Thisprojectis funded throughCity Funds. VI.Schedule ofValues: Respondents shall completeandsubmit with their proposal,the>attached Schedule of Values. VIL Warranty: Ifequipment is being provided,the standard manufacturer's warranty information must beprovided in writing for all equipment being proposed,including installation byan authorized dealerbefore final paymentismade. NOTE:Respondents shall quoteboth Projects;Refer to Exhibit 5, "RespondentsCost 6 TechnicalProposal."-"$W 78 Street &63 Avenue."and "Twin Lakes,"in accordance with Exhibit I "Scope of Services,"Attachment A,B,C,D.The City,at its discretion,may award both projectfs to a single contractor or,each project to separate contractors. A Performance and Payment Bondis required for the full amount of the project END OF SECTION 33 EXHIBIT #1 Attachment A: "Schedule of Values" Project -SW 78 Street &SW 63 Avenue Respondents Shall Complete and Submit With Their Proposal 34 ITEM: NUMBER 10 11 12 13 14 15 tB 17 18 19 20 21 22 23 24 "ST PAY ITEM mr JQZrT 11M-1 ms 285*711 32^70-1 337^740 425-5 42fr5 523" 5223 700-1-11 700-1-12 700-1-eo 7Q&3 711-1-611-1 711-1»621r4 711-1-1123 711 -1-112r5 430-17AM1B 443?70>4 42&&-61 425-1521 570-1-2 SW 7B Street- Schedule of Values Mx&W^t^true PAY ITEM DESCRIPTION Mobilization MatntertancevOf Trafffc Clearingand Gmbfeiq" Llmerock^few M6rt9riM»:R^(81 Optional Base Group 11412lIainTfj^^ Mining Exlsfino Asphalt PevemeMtr Average) Asph Cone Frictton Coure^Traffl^Bs(lgCr9^)(t.5"resurfadnfl 2"reconstruction) Manhole Adjust Valve Adjust Sh&tefroatSi^12SF .TO12^20 SF Sindfe Post Stan.Remove Rellecova Pavement MarkersfrTY) Thermoplastic:Std -Other Surfaces.White.SoDd.6" Thermoplastic,Std-Other Surfaces,Yeltovift Sdid,8" Thermoplastic.White,Solid.12" Thermoplastic White.Solid.W Phoe Cuivflrt Optional Material.Round Shape 18*S/CP French Drain,24"HOPE Manhole TvpcfaP-8 <W Catch Basin Type C Performance Turf.Sod todudsaraqradod swale area,fitter fabric 3/4^gravel.frsand soO jriB OffDittyPoJlctfOffiber*""" UNIT LS LS LS* SY ^:SY" SY :sn EA EA SY 9f AS AS AS EA NM NM LF TT LF LF EA EA SY HR PLAN QUANTITY! The off-duty Pofice officer hoursitemisan estimate.Selectedcontractorwill berequiredtoapplyfor arightof Way permit during whioh PoliceWill evaluatethe MOT planand assess ifan off-duty police officer wffl be required.Ifthe contractor belivesthatmorethan80hoursare required for tWs project the contractor shalladujst the qtientrties andtotalcostforthisitemin the proposal.Ifthenumberof hours required Is lees thanthe proposed numberofhours;the difference shallbecreditedtothe City- 35 S W 7 8 S t r e e t . Sc h e d u l e o f Va l u e s • Pa r k i n g A r e a Th e Cit y wUI de s i r e to ha v e , a* ase p a r a t e it e m , th e pro p o s a l to str i p e th r e e p a r t i n g sp a c e s , as de p i c t e d in th e sk e t c h be l o w . A J fi t £L S? ** bC * —^-^C-^ P A Y IT E M P A Y IT E M DE S C R I P T I O N 71 1 - 1 - 1 4 2 - 1 7 1 1 - 1 - 6 1 1 - f 7 1 1 - 1 6 1 3 1 5 4 2 - 7 0 Th e r m o p l a s t i c , St a n d a r d . Bl u e t . So l i d , 6* Th e r m o p l a s t i c ; St d - Ot h e r Su r f e c e s , Wh i t e . So l i d . 8* T h e r m o p l a s t i c W h i t e . Sk i p . 6* (2 * 4 ) Bu m p e r Gu a r d s . Co n c r e t e ) Wh e e l r S t o p / DO G 6" P A R K 3 6 U N I T LF NM G M E A S K E T C H Q U A N T I T Y 5 7 pr m ° o m j L — A 5* f U N I T P R I C E COST 22 3i•wr T O T A l J2t32.i2£BT- EXHIBIT #1 Scope of Services &Schedule of Values/Summary of Quantities Attachment C:Project -Twin Lakes I.Scope of Work: Scopeofwork involves drainage improvements within theCityofSouth Miami.Work shall comply with applicable standards,including butnot limited tothe FDOT andthe Miami Dade County Public Works standards.Work covered under this contract shall also include and isnot limited to maintenance of traffic,drainage,milling,clearing and grubbing,and asphalt placement. Theconstructionistobe performed per specifications andtheconstructiondocuments of Twin Lakes Drainage Improvements,preparedby Civil Works.This includes,butisnot limited to,the furnishing of all labor,material,tools,equipment,machinery,disposal of all materials,superintendence and services necessary forthe completion of the construction of the project TheCity will include additional resurfacing beyond whatisinthe plans inthe intersection of SW 63rd Avenue and SW 64th Court Theawardedvendormustobtain any permits required.TheCity will waive all City permit fees.Permits that may be required by other agencies will bethe responsibility of theawardedvendor,including applicable fees. Work activity is limited tothehoursfrom 7:00 am through 6:00 pm,on weekdays fromMondaythrough Friday. II.Site Locations: There are two separate projectareas to be considered andquotedseparatelyas described below: Area I •SW 62nd Terrace andSW 63*Terrace,fromSW64*Court toSW 63rd Court •SW 64th Court andSW 63rd Court,fromSW 62nd TerracetoSW 64th Street Area 2 •SW 63rd AvenueandSW 62nd Place,fromSW 62nd TerracetoSW 64th Street •SW W*Terrace,fromSW 63rd Avenue toSW 62nd Court •SW 63*Terrace,fromSW 6T*Placeto SW 62nd Court •SW 62nd Court,fromSW 62nd Terrace to SW 63H Terrace. 50 III.Plans and Specifications Plans prepared by Civil Works Inc.titled "Twin Lakes Drainage improvements"Exhibit j, Attachment D,are apartofthis RFP bywayofreference. IV.Project Duration &Liquidated Damages The current estimatetocomplete construction oftheprojectis60 calendar days substantial completion for each work area.Thermoplastic paint shall be installed 30 calendardaysafter substantial completion.90 total calendar days to final completion from issuance of Notice to Proceed.Liquidated Damages shall be paid by die Contractorattherateof $2,000.00dollarsperday,plus any monies paid bytheOwnertothe Consultant,if any,for additional engineering and inspection services,if any,associatedwithsuch delay. V.Project Funding: This project isfunded through CityFunds. VI.Schedule ofValues: Respondents shall completeandsubmitwiththeirproposal,theattached Schedule of Values. VII.Warranty: Ifequipmentisbeingprovided,thestandard manufacturer's warranty information must be providedinwritingforallequipmentbeingproposed,including installation byan authorized dealerbefore final paymentis made. NOTE:Respondents shall quote both Projects;Refer to Exhibit5, "Respondents Cost cS Technical Proposal"-"SW 78 Street &63 Avenue."and 'Twin Lakes."in accordance with Exhibit I "Scope of Services/1 Attachment Ap B,C,D.The City,at its discretion,may award both projects to a single contractor or,each project to separate contractors. APerformanceandPaymentBondisrequiredfor the full amountoftheproject END OF SECTION si EXHIBIT #1 Attachment C: "Schedule of Values" Project -Twin Lakes Respondents Shall CompleteandSubmit With Their Proposal 52 Twin Lakes Drainage Schedule of Values Area 1 M*s-&a^3TUc. Item Description Unit C-5 C-6 '&7 C-8 C-9 Crib C-11 C-12 C-13 Quantity Unti Price Total Manhole .iA 1 1 0 0 1 1 1 ,1 0 ..,6 3,300"/?;&#& Inlet EA 0 0 2 '»0 0 0 0 Q 4 3.&PO f&-,<&& 18"0 Exfiltnation Trench LF 33 0 0 0 142 143 0 0 0 318 f&O 3S.&0.*" 18"0 Solid Pipe LF 0 40 166 132 125 126 29 34 0 652 <&44^36 00 15"0 Solid Pipe LF 0 0 0 0 0 0 0 0 0 0 12"Solid Gone.Pipe LF W 10 0 0 0 0 .10 10 Q 40 &jf *wz Concrete Collars EA "Sjf 2 0 0 0 02 %0 8:300 2.46*." MWing (1 inch ave.)SY 406 113 310 89 284 276 81 117 0 1676 4 fr*>fJ TO .1 Resurfacing Type S-l (1in)TN 22i3 6.2 'ftt .4.9 15.6 15,2 4.5 6.4 0.0 92 f%>fyecb.V* Asphalt Apron 1inch*TN 0.2 QJ3 0.8 0.5 0.0 0.0 0.0 0.0 0.0 1 /80 *'/40.<~ Driveway Restoration (Asphalt)TN 0:0 0 1.05 0 00 0 %1r /&>/m." Off-Duty Police Officer**HR 80 $45.00 $3,600.00 Base Rework (10%of M&R)SY 168 to M90SV Total:ttswr' Contractor toverify the pay item notes in the plans.Sheet C-4. •Line item 339-1 AsphaltApronshallinclude the costforasphaltand limerock base. **The ofkduty Policeofficer hours itemisan estimate.Selected contractorwill be requiredtoapplyforarightofwaypermit,during Which Police will evaluatethe MOT plan and assess ifan ofMuty police officerwill b&require 80,hoursarerequiredforthis project,the <»ritr£fc^tq&*costfor thisiteminthe proposal.Ifthenumber ofhours required Is lessthan the proposednumber of hours,theidrfferenoe shallbe credited totheCity. sy Twin Lakes Drainage Schedule of Values Area 2 &&&-&&£*> Item Description Unit C-14 C-15=C-16 C-17 C-18 C-t9 C-20 0-21 c.22:Quantity Unti Price Total Manhole ;&*!0 "%0 0 :"''i 0 0 2 0 4 3f 3(JV &&&"* Inlet EA 2 0 0 2 0 0 1 1 2 "$3f0D0 SMOVS* 18"0 Exfiltration Trench LF 0 0 0 0 33 0 0 92 163 288 /aa 3&J8BL 9* 18"0 Solid Pipe LF 148 37 0 34 0 0 40 179 69 507s >•.£%-'<,Td*»»£v^^ft Iff'aSdlidPipe LF'0 §0 0 0 0 0 0 0 5 «aa9." 12"Solid Cone.Pipe ^®0 0 :10 10 0 0 0 0 20 SO tt&**0r Concrete Collars EA 0 1 0 2 2 0 0 0 0 5 zoo f&tf.*7 Milling(1 inch ave.)SY 562 1026;0 388 718 0 461 475 235 3865 wmmiXjzmtA Resurfacing Type S4 (1 in)"TN 30.9 56.4 0.0 213 39.5:0,0 25.4 56.1 12.9 lis /*&3&2&L SW Asphalt Apron .1 inch*TN 0.4 0:0 0.0 0.8 *"W '6»@ ,0.5 ,0.4 0.6:&*sw • Driveway Restoration (Asphalt)"1H 0.61 0 0 0 0 0 0 fj i '-••••5f /So /&&«'• Remove Drainage Structure :**•0 1 0 1 0 0 0 0 0 i 4fCD >&B&* Off-Duty Police Officer**HR 80 $45.00 $3,600.00 BaseRework (10%of M&R)SY 387 ro ^thd.*' Total:tkfrtaw Contractor to verify the pay item notes in the plans,Sheet C-4. *Line item 339-1 Asphalt Apron shall include the cost for asphalt and limerock base; **The off-duty Police officer hours item isan estimate.Selected contractor willbe:required to apply foraright of way permit,during which;Police will evaluate the MOTplan and assess ifan off-duty police officer will be required.If the contractor belives that more than 80 hours are required for this project,the contractor shall adujst the quantities and total cost for this item in the proposal.Ifthe number of hours requiredis less than the proposed number ofhours,the differenceshall be creditedtotheCity. S4 EXHIBITS Insurance &Indemnification Requirements LOI Insurance A.Withgpt limiting its liability,the contractor,consultant or consulting firm (hereinafter referred to as "FIRM"with regard to Insurance and Indemnification requirements)shall berequiredtoprocureand maintain atitsownexpense during the life ofthe Contract,insurance ofthetypesandinthe minimum amountsstatedbelowas will protectthe FIRM,from claims winch mayarise out oforresultfrom the contract orthe performance ofthe contract withtheCityof South Miami,whether such claim is against the FIRM or any sub-contractor,orby anyone directly or indirectly employed byanyofthemor by anyonefor whose actsany of them may be liable. B.No fnsuritfcg required by theCITY shall be issued orwrittenby a surplus linescarrierunlessauthorized in writing by theCITYandsuch authorization shall beatthe CITY'S sole and absolute discretion.The FIRM shall purchase insurance fromand shall maintain the insurance withacompanyor companies lawfully authorized to sell Insurance intheStateof Florida,on forms approved by the Stateof Florida,as willprotectthe FIRM,ataminimum,fromall claims as set forth below whichmay arise out of or result from the FIRMPs operations under the Contract and for which the FIRM may be legally liable,whether such operations bebythe FIRM orbya Subcontractor orbyanyone directly or Indirectly employed by any ofthem,or by anyone for whose acts any of them may be liable:(a)claims under workers' compensation,disability benefitand other similar employeebenefitactswhichare applicable to the Work tobeperformed;(b)claims for damages becauseof bodily injury,occupational sicknessor disease,or deathof the FIRM'S employees;(c)claimsfor damages becauseofbodily injury,sickness or disease,or deathofanyperson other tiian the FIRM'S employees;(d)claims for damages insuredby usual personal injury liability coverage;(e)claims for damages,otherthan to the Work Itself,becauseofinjuryto or destruction of tangible property,including lossofuse resulting there from;(f)claims for damages because of bodily injury,deathofapersonorproperty damage arising out of ownership,maintenance oruseofa motor vehicle;(g)claims for bodily injury or property damage arising outofcompleted operations;and (h)claims involving contractual liability insurance applicable tothe FIRM'S obligations underthe Contract. 1.02 Firm'sInsuranceGenerally.The RRMshallprovideandmaintaininforceand effect untilallthe Work to beperformedunder this ContracthasbeencompletedandacceptedbyCITY(orforsuch duration asisotherwise specified hereinafter),the insurance coverage written on Rorlda approved forms and assetforth below: 1.03 Workers'Compensation Insurance atthestatutoryamountas to all employeesin compliance withthe "Workers'Compensation Law"of the Stateof Florida including Chapter 44Q,Florida Statutes,aspresentlywritten orhereafter amended,and all applicable federal laws.In addition,the policy (ies)must include:Employers'Liability atthe statutory coverage amount The RRM shall further insure that all ofits Subcontractors maintain appropriate levelsofWorker's Compensation Insurance. 1.04 CommercialComprehensiveGeneral Liability insurance withbroadformendorsement,as well as automobile liability,completedoperationsandproducts liability,contractual liability,severability ofinterestwith cross liability provision*and personal Injury and property damage liability with limits of $1,000,000 combined single limit per occurrence arid $2,000,000 aggregate,including: •Personal Injury:$1,000,000; •Medical Insurance:$5,000per person; •Property Damage:$500,000eachoccurrence; 1.05 Umbrella Commercial Comprehensive General Liability insurance shall be writtenona Florida approved form withthe same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and $2,000,000 Annual Aggregate.Coverage mustbe afforded ona form nomore restrictive thanthelatest edition of the Comprehensive General Liability policy,without restrictive endorsements,as filed bythe Insurance Services Office,and must Include. (a)PremisesandOperation (b)Independent Contractors (c)Products and/orCompletedOperations Hazard (d)Explosion,Collapse and Underground Hazard Coverage 85 (e)Broad FormProperty Damage (f)Broad Form Contractual Coverage applicable to this specific Contract,including any hold harmless and/or indemnification agreement (g)Personal Injury Coverage with Employee and Contractual Exclusions removed,with minimum limits of coverage equal to those required for Bodily Injury^^Liabl%and Property Dainage Liability. I-06 Business Automobile Liability with minimum limits ofOne Million Dollars ($1,000,000.00)plus an additional One Million Dollar ($1,000,0001)0)umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability.Umbrella coverage must be afforded ona form nomore restrictive than the latest edition ofthe Business Automobile Liability policy,without restrictive endorsements,as filed by with the state ofFlorida,and must Include: (a)Owned Vehicles. (b)Hiredand Non-Owned Vehicles (c)Employers*Non-Ownership 1.07 SUBCONTRACTS;The RRM agrees that ifany part oftheWork under the Contract is sublet,the subcontract shall contain the same Insurance provision asset forth in section 5.1 above and 5.4belowand substituting the word Subcontractor for the word FIRM and substituting die word FIRM for CITY where applicable. 1.08 Rre and Extended Coverage Insurance (Builders'Risk!IF APPLICABLE: A,In die eventthatthis contract involves the cbnstructioji ofa structure,theCONTRACTOR shall maintain,withan Insurance Company or Insurance Companies acceptable to the CITY,,?Broad"form/AJI Risk Insurance on buildings and structures,Including Vandalism &Malicious Mischief coverage*while In the course of construction,including foundations,additions,attachments and all permanent fixtures belonging to and constituting a part of said buildings or structures.The policy or policies shall also cover machinery,Ifthecostof machinery is included in the Contract,or If the machinery is located ina building thatis being renovated by reason ofthiscontractThe amount of insurance must,at all times,beat least equal tothe replacement .and actual cash value ofthe insured property.The policy shall beinthe name of the CITYandthe CONTRACTOR*astheir Interest mayappear,and shall also covertheinterestsof all Subcontractors performing Work B.AJI of the provisions set forth in Section 5.4 herein below shall apply to this coverage unless it would be clearly not applicable. 1.09 Miscellaneous; A»Ifany notice of cancellation of insurance or change in coverage Is Issued bythe Insurance company or should any insurance have an expiration date that wil occurduring the period of this contractthe RRM shall be responsible for securing other acceptable insurance prior to such cancellation,change,or expiration soas to providecontinuouscoverage as specified In thissectionandsoasto maintain coverage during the fife of this Contract B.AH deductibles mustbe declared bythe RRM and mustbe approved bythe CITY.Attheoptionofthe CITY,eitherthe;FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond,in a form satisfactory totheCITY covering the same. C The policies shall contain waiver of subrogation against CITYwhere applicable,shall expressly provide thatsuch policy or policies are primary overany other collectible insurance thatCITYmay have.The CITY reserves the right at any time to request a copy of die required policies for review.All policies shall contain a "severability of interest"or "cross liability"clause withoutobligation for premium payment ofthe CITY as well as contractual liability provision covering;the Contractors duty to indemnify theCityas provided In tills Agreement D.Beforestartingthe Work,the FIRM shall deliverto the CITY andCONSULTANTcertificatesof such Insurance,acceptable totheCITY,aswellasthe insurance binder,ifone Isissued,the insurance policy, including the declaration page and all applicable endorsementsand provide the name,addressand telephone numberofthe insurance agent orbrokerthrough whomthe policy was obtained.The insurer shall berated A.VI16r betterper A.MvBest'sKey Rating Guide,latest edition and authorized to Issue insurance in the Stateof Florida.All insurance policies mustbewrittenonformsapprovedby the State of Florida andthey must remain in full force and effect forthe duration ofthecontract period withthe CITY.The FIRM may be required bythe CITY,at Its sole discretion,to provide a "certified cop/'ofthe Policy (as defined inArticle1ofthis document}which shall Indude the declaration page and all required endorsements.In addition,the FIRM shall deliver,atthetimeof delivery ofthe Insurance certificate,the following endorsements: (I)a policy provision oran endorsement with substantially similar provisions as follows: 86 "The Cityof South Miami isan additional insured.Theinsurer shall pay all sumsthatthe City of South Miami becomes legally obligated to pay as damages because of 'bodily injury*,'property damage',or "personal and advertising injury"and it will providetotheCity all ofthe coverage that Is typically provided underthe standard Florida approved forms for commercial genera) liability coverage Aandcoverage B"; (2)a policy provision oran endorsement with subs^ntially similar provisions as follows: "This policy shall not be cancelled (including cancellation fornon-paymentof premium), terminated or materially modified without first gfving the Qty of South Miami ten (10)days advancedwrittennotice of theintentto materially modify the policyor to cancelorterminate the policy for any reason,The notification shall be delivered tothe City by certified mall,with proofof delivery tothe City " > E.If the FIRM is providing professional services,suchaswouldbeprovidedbyan architect engineer, attorney,oraccountant to namea few,theninsucheventandinadditiontotheaboverequirements, the FIRM shall alsoprovide Professional Liability Insurance ona Florida approvedformintheamountof $1,000,000 with deductible per claim if any,nottoexceed 5%ofthelimitof liability providing for all sums which the FIRM shall become legally obligated to pay as damages for claims arising outofthe services orwork performed bythe RRM Its agents,representatives,Sub Contractors or assigns,orby any person employed or retained byhimin connection withthisAgreementThis insurance shall be maintained forfouryearsaftercompletionoftheconstructionandacceptanceofanyProjectcoveredby this Agreement However,the FIRM may purchase Specific Project Professional Liability Insurance,in the amountandundertheterms specified above,whichisalso acceptable.No insurance shall beissuedbya surplus tinescarrierunlessauthorizedinwritingbythecityatthe city's sole,absoluteandunfettered discretion. Indemnification Requirement A.TheContractoracceptsand voluntarily incurs all risks ofany injuries,damages,or harmwhichmight ariseduringthe work oreventthatisoccurringon die CFTTs propertydue to the negligence orother fault ofthe Contractororanyone acting through oron behalf of the Contractor. B.The Contractor shaftindemnify,defend,saveandholdCITY,its officers,affiliates,employees, successorsand assigns,harmlessfromany and all damages,claims,liability,losses,claims,demands,suits,fines, judgmentsOrcost arid expenses,including reasonable attorney'sfees,paralegal fees and investigative costs incidental thereto and incurredpriorto,during or following any litigation,mediation,arbitration andat all appellate levels,whichmaybe suffered by,or accrued agunst,charged toor recoverable fromtheCityofSouth Miami,its officers,affiliates,employees,successors and assigns,by reason ofany causes of actions or dalm ofany kindor nature,including claims forinjuryto,ordeathofanypersonorpersonsandforthe loss or damage toany property arising outofa negligent error,omission,misconductoranygross negligence,intentional actor harmful conduct ofthe Contractor,its contractor/subcontractor or any oftheirofficers,directors,agents,representatives, employees,or assigns,or anyone acting through or on behalf of any ofthem,arising outof this Agreement, incident toitor resulting from the performance or non-performance ofthe Contractor's obligations under this AGREEMENT. CTheContractor shall pay all claims,lossesandexpensesofanykind or naturewhatsoever,in connectiontherewith,including theexpenseorlossoftheCITY and/or itsaffected officers,affiliates,employees, successorsand assigns,including theirattorney's fees,In thedefenseofanyaction in laworequitybroughtagainst themand arising fromthe negligent error,omission,oractofthe Contractor,Its Sub-Contractor or any oftheir agents,representatives,employees,or assigns,and/or arising out of,orincidentto,this Agreement orincidentto or resulting fromthe performance or non-performance ofthe Contractor's obligations underthis AGREEMENT. D.TheContractor agrees and recognizes thatneithertheCITYnor Its officers,affiliates,employees, successors and assigns shall be held liable or responsible for any claims,including thecosts and expensesof defendingsuchclaimswhichmayresultfromorarise out of actionsoromissions of theContractor,its contractor/subcontractor oranyoftheir agents,representatives,employees,or assigns,oranyone acting through oronbehalfofthe them,and arising out ofor concerning theworkoreventthatis occurring onthe CITY's property.In reviewing,approving orrejectingany submissions oractsoftheContractor,CITYinnoway assumes or shares responsibility or liability fortheactsor omissions ofthe Contractor,its contractor/subcontractor orany of their agents,representatives,employees,or assigns,oranyone acting throughoron behalf ofthem. 87 EThe Contractor has the duty to provide a defense with an attorney or law firm approved bytheCity ofSouth Miami,which approval will notbe unreasonably withheld. F.However,asto design professional contracts,and pursuant to Section 725.08 (I),Florida Statutes; noneofthe provisions set forth herein above thatarein conflict withthis subparagraph shall apply and this subparagraph shall setforththe sole responsibility ofthe design professional concerning indemnification.Thus, the design professlonars obligations astotheCity and its agencies,aswell asto Its officers and employees.Is to indemnify and hold diem harmless from liabilities,damages,losses,and costs,including,butnot limited to, reasonable attorneys'fees*to die extent caused bythe negligence,recklessness,or Intentionally wrongful conduct ofthe design professional and other persons employed or utilized bythe design professional in the performance of the contract END OF SECTION 08 ACORE?CERTIFICATE OF LIABILITY INSURANCE DATE(ftflM>BttYYY) 7/17/2015 THISCERTIFICATEISISSUED AS AMATTEROFINFORMATION ONLY AND CONFERS NORIGHTSUPONTHECERTIFICATEHOLDER.THIS CERTIFICATEDOES NOT AFRRMATIVELY OR NEGAflviLY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIRCATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THEISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.* IMPORTANT:If the certificate holder la an ADDITIONAL INSURED,the pollcyfles)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions ofthe policy,certain poilclss mayrequirean endorsement A statement on this certificate does not confer rightstothe certificateholder In lieu of such endorsement^). PRODUCER Eastern Inauranca Group,Inc* 9570 SW 107 Avenue Suite 104 Miami FL 33176 INSURED Maggolc,Inc. 11020 SW 55 Street Miami FL 33165 Sggfc^Pavid &£6pesCONTACT PHONE §3 heVfi 95-3323 APpRggft amandaaeasterninsurance.net ISSc.Mofc<30!J>S»5"7^ INSUREKXS)AFFORDING CQVBRAttg insurer a Colony insurance.Company insurer sMapIra Insurance Oo.of Florida insurer c :Tonifl National Insurance Company insurerDBucineeflFirst insurance Co. insurer e federal Insurance Company COVERAGES CERTIFICATE NUMBSRflaster 14 >15 Auto Hew:REVISION NUMBER; THIS IS TO CERTIFY THAT THE TOlMlESOF INSURANCE LISTED BgLOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TOE POLICY PERTOTJ INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHEi©0Cl|MiST WTH RESPECT TO WHICH 7Hg CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLM^S DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS m*CONDITIONS OF SUCH POLICIES .LIMITS SHOWN MAY HAVE BEEN REDUCED^pAtigGLAIMS; AtJEUSUBK ififfimiTYPEOPINSURANCE COMMERCIAL GENERAL LIABILITY |CUMMSrMADE \t\OCCUR gen-l aggregate limit applies per: poucyH^•log OTtgR: 6fcN 3 AUTOMOBILE UABlLnY ALL OWNED AUTOS HIRED AUTOS X SCHEDULED AUTOS NON-OWNED AUTOS UMBRELLA LUB EXCESS LIAS OCCUR CLAIMS-MADE OED RETENTIONS WORKERS COMPENSATION ANDEMPLOYERS'LIABILITY y/N ANY PROPRIETOR/PARTNER/EJSCUTIVE |] OFHCER^EMBER EXCLUDED?(llMdttofjrlriNH}'' Rftnt«a/Xiea0ed Equipment Contractor'0 Equipment ma. N/A POUCY NUMBER 103«JL00063D1-00 4150130008652 8g22agl40ALI 521-11888 45468147 45469147 9/22/2014 7/17/2015 9/22/2*14 9/22/2014 11/2/2014 a/a/aoy mv#&& 7/17/2016 9/32/2015 9/22/2015 li/|jj?atoi5 *i/27aois EACH OCCURRENCE DAMAGETO RENTED PREMISES lEa Mcffirenoal MED.EXP (Any oneperscn) PERSONAL&ADVINLIURY GENERAL AJSG^GATC PRODOCTS-COMPWAQG SINGLE LIMIT aedtfent) BODILYINJURY(Per person) BODILY INJURY(Peracddant) PROPERTY DAMAGE (PSfacddantr EACH OCCURRENCE AGGREGATE I PER I STATUTE OW" ER EL EACH ACCIDENT EL DISEASE -EA EMPLOYEf Et.DISEASE-POLICYUMTT $ 1,000,000 100,000 5,000 lr000,000 2,000,000 2,000,000 1.000,000 1,000,009 3,000.000 3,000,000 100,000 100,000 500,000 9250,000 $254,016 DESCRIPTION OF OPERATIONS/LOCATIONS/VEr^ Asphalt paving,concrete construction and drainage construction Cityof South Miami and Miami Dade County ara listed aaan additional nested inayfad and shall ba provided written notice 30 days before modification of this policy or cancellation for non-payment of premium or otherwise*Coverageasanadditionalinsuredisprovidedifrequiredby written contract* CERTIFICATE HOLDER CANCELLATION City of South Miami Building &Zoning Department 6130 Sunset Drive Miami,FL 33143 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVEREDIN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE David Lopez/AMANDA *^•,^_-——^"""""^ ©1988-2014ACORDCORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORDACORD25(201401) INS025 f?6l4fll\ EXHIBIT 4 Citywide Drainage Improvement Projects. RFP#PW-2QI5-I9 CONSTRUCTION BID FORM THIS PROPOSAL IS SUBMITTED TO: Steven Alexander CityManager City of South Miami 6130 Sunset Drive South Miami.FL 33143 1.Ifthis Proposal is accepted,the undersigned Respondent agrees toenter into a Contract with the City of South Miami in the form included inthis Solicitation Package andto perform and fornish all workas specified or indicated in this Solicitation*including asset forth in Exhibit I (Scope of Services)forthe ProposedPriceassetforth below,within the.Contract Time andin accordance with theothertermsand conditionsofthe Solicitation Package. 2.Respondent accepts all dftheterms'and conditions ofthe Solicitation and instructions to Respondents, includrng without limitation those dealing with the disposition of Proposal/Bid Bond,if required This Proposal will remain subjectto acceptance f&f 180 calendar daysafterthedayofthe Proposal Opening. The Respondent,by sighing and subrnltting this proposal,agreesto all ofthetermsand conditions ofthe formofcontractthat Is apartofthe Solicitation package with appropriate changes to conformtothe information contained inthis Bid Form.Respondent agrees to sign and submit the Bonds,if required by this Solicitation,required insurance documents,andother documents required bythe Solicitation, including theContractifnot already submitted,within ten (10)calendar days afterthedateoftheCity's Notice of Award. 3i In submitting this Proposal,Respondent representsthat a.Respondenthas examined copiesof all the Solicitation Documents andofthe following Addenda,ifany (receiptofallwhichishereby acknowledged.) Addendum No.Wj>Dated:3>f**ff&*W ^fi^r^ b.Respondenthas familiarized himselfwiththenatureandextentoftheContractDocuments,theproposed work,site,locajity,and all local conditions and laws and regulations that in any manner may affect cost, progress,performance or furnishing ofthe Work. c.Subsurface conditions:rfapplicable tothis Solicitation,the Respondent representsthat: i.Respondent has studied carefully all reports and drawings,if applicable,of subsurface conditions and drawingsof physical conditions. ii.Respondent has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying)all such examinations,investigations,explorations,tests and studies in addition toorto supplementthosereferredtoin this paragraph which pertaintothe subsurface or physical conditions atthe.site or otherwisemay affect the cost progress,performance,orthe furnishing ofthe Work at die Contract Price,within the Contract Time and in accordance with die other terms and conditions ofthe Contract Documents;TheRespondenthereby acknowledges thatno additional examinations, investigations,explorations,tests,reportsor similar information ordata are,or will,berequiredby Respondentforanyreason in connection withthe Proposal.The failure ofthe Respondent torequest apre-bid marking oftheconstructionsitebyanyorall utility companies shallcreateanirrefutable presumptionthatthe Respondent's bid,or proposalprice,hastakeninto consideration all possible undergroundconditionsand Respondent,ifawardedthe contract,shall notbeentitledtoa change order foranysuchconditiondiscoveredthereafter. fiL Respondent has correlated the results of all such observations,examinations,investigations, explorations,tests,reports andstudieswith the termsandconditionsofthe Contract Documents. 91 South%liami THE CITY OF PLEASANT LIVING ADDENDUM No-#1 ProjectName:CitywideDrainageImprovementProjects RFP NO.PW-20I5-I9 Date:July 29,2015 Sent*Fax/E-mail/webpage This addendumsubmissidhisissuedto clarify,supplement and/or modify the previouslyissued Solicitation,and isherebymadepartoftheDocuments.AllrequirementsoftheDocuments not modified hereinshallremainin full forceandeffectas originally set forth.It shall be the sole responsibility of the bidder to secure Addendums that maybeissuedforaspecific solicitation. Question #1: Can you tell me ifthe plans for this project includes the installation of type II baffle boxes? Answer to Question #1: Both projects,SW 78th Street and Twin Lakes Drainage,will usea Type II Skimmer (baffle) according to FDOTStandard Index 24 L Question #2; Is there a budget forthisproject? Answer to Question #2s There is nota specific line item forthe construction portion ofthe project in the Cit/Sj Adopted Budget for FY 20T4-2015,Capital Improvement Program 5-Year Plan. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page1 of1 \ktf SoutWviiami THE CITY OF PLEASANT LIVING APPENDUMNo.#2 Project Name:Citywide Drainage Improvement Projects RFP NO.PW-20I5-I9 Date:August 5,2015 Sent*Fax/E-mail/webpage Thisaddendum submission is issued to clarify,supplement and/or modify the previously issued Solicitation,and!is hereby madepartofthe Documents.All requirementsofthe Documents not modified herein shall remain in full force and effect as originally set forth.It shall bethe sole responsibility ofthebiddertosecure Addendums thatmaybeissuedfora specific solicitation. 1.Page 54ofthe RFP refersto additional quantities for milling and resurfacing butthose quantitiesarenotincludedwith the Schedule ofValues.Canyou clarify? RESPONSE: Thesketchshownon page 54ofthe RFP is referring to additional quantities for milling and resurfacing,depictedin the solidgreyhatch.Thesequantities are not included within the scheduleofvaluespostedwithin die RFP. ArevisedScheduleof Values is included withAddendumNo.2and,isa part ofthis RFP bywayofthis reference.TherevisedScheduleofValuesincludes the additional quantitiesinthe milling andresurfacinglineitemsfor sheet C-5andto dean upsome line terns forbothAreas I and2 that were repeated,withdifferenttypesof units, 2.Willthe City acceptalternatestothe A-2000 pipe material specified? RESPONSE: Yes,the City will accept aHDPEpipeasan alternate material. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page1 of1 y iv.Respondenthasreviewedandcheckedall information anddatashownorindicated in the Solicitation Package or intheContract Documents withrespectto existing Underground Facilities orconditions ator contiguous tothe site andassumes responsibility fortheaccuratelocationofallUnderground Facilities and conditions that may affect the Work.No additional examinations*investigations, explorations,tests,reportsor similar information ordatainrespecttoany Underground Facilities or conditions are,or will be,requiredby Respondent In ordertoperformand furnish theWork at the Contract Price,within the Contract Timeandin accordance with the other terms and conditions of the Contract DocumentsunlesstheProposal specifically statesthatthecontractpriceissubjectto adjustment for futurediscoveryofunderground facilities and/orconditionsthataffectthe cost of die Work andunless the respondentmakesawrittenrequesttotheCity tor additional information prior to submitting the bidorproposalasrequired In subsection Habove, d.Respondenthas given theCitywrittennoticeof all conflicts,errorsor discrepancies thatithas discoveredinthe Contract Documents and,ifany conflicts,errors or discrepancies havebeenfound andnotice given,the Respondentrepresents,by submitting its proposaltotheCity,thatthe Respondent has received sufficient noticeofthe resolution thereoffromthe City,thatsuchresolution isacceptabletoRespondentandthattheRespondentwaives any claim regarding the conflicts,errors or discrepancies. e.ThisProposalisgenuineandnotmadeinthe interest of oroh behalfofanyundisclosedperson,firm or corporationand is notsubmittedpursuanttoanyagreement or rulesofanygroup,association, Organization,or corporation;Respondenthasnotdirectly or indirectlyinduced or solicitedany other Respondent to submitafalse or shamProposal;Respondenthasnot solicited or inducedanyperson, firmorcorporationtorefrainfrom responding;and Respondenthasnotsoughtby collusion or otherwise to obtain for Itself any advantage over any other Respondent oroverthe CITY. 4.Respondentunderstandsandagreesthatthe Contract Priceis the amount thatitneeds to furnishand Install all oftheWorkcomplete arid in place.The Schedule of Values,if required,is providedforthe purposeofProposal Evaluation andwhen initiated bythe CITY,itshallformthebasisfor calculating the pricing of change orders.TheContractPriceshall notbe adjusted inanywaysoastoresult in a deviationfrom the Scheduleof Values,except to the extent that the CITY changesthe Scopeofthe Work aftertheContractDate.Assuch,the Respondent shall furnish all labor,materials,equipment tools,superintendence and services necessary to provide a complete,In place,Project forthe Proposal Price.Ifthis Solicitation requiresthe completion ofaCostand Technical Proposal as maybesetforthin inanexhibitto this Solicitation,such proposal must be attached to this Bid Form and will take the place of the Lump Sum Price,otherwise,the Contract Pricefor the completed work is as follows: LUMP SUM BASE PRICE Attach Exhibit 5."Cost andTechnical Proposal" Alternates:#1 #2 Afee breakdown foreachtask induded inthe lump sum contract price,ifapplicable,mustbe provided. Failure to provide this information shall renderthe proposal non-responsive. 5.The ENTIRE WORK shall be completed,in full,witiiin 90calendardays from the commencement date setforthinthe NOTICE TO PROCEED.Failure to complete theentirework during the described time period shall resultintheassessmentof liquidated damages asmaybesetforthinthe Contract 6.Insertthe following information for future communication with youconcerning this Proposal! ™ENT:•MsMfc£%<&'Telephone:»y-^/-Z,?4<?' Facsimile:Qryg-43>J^-3 &3/ Contact Person JJOst^g &**>Z^tJtL *S 92 7.The terms used In this Proposal which are defined In the Contract shall have the same meaning as is: assigned tothemintheContract Documents,unless specifically defined inthis Solicitation Package. 8.If a cost &technicalproposal is required bythe Solicitation,Respondent hereby certifies that all ofthe facts and responses tothe questions posed inthe cost&technicalproposal,ifsuchan exhibit is made apartofthe Solicitation,aretrue and correctandare hereby adoptedaspartofthis BidForm,andare madeapartof this proposal,byreference, 9.By submitting this proposal,I,oil behalf ofthe business that I represent herebyagreetothetermsofthe form ofcontract contained inthe Solicitation package and I agree to be bound bythose terms,with any appropriate blank boxesf.If any,checked and any blank line?filled in with the appropriate Information contained in the Solicitation 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 tire City in writing including e-mail confirmation,if any,I hereby certify under penalty of perjury that 1 am the lawful representative ofthe business entity referenced inthis Bid Formandthat I have authority to bid that entity. IBMITTEDTHIS /&DAY OF AcJ<?cJ*-^2o//T OPQSAL SUBMITTED BY:.^ Title j^A >TelephoneNumber horized toSubmitProposal Fax Number 1 ~'™,K :-r~;.'_„_•__\*^3^t&®uaL*rf «cc** fM/jLJ- END OF SECTION n EXHIBITS RESPONDENTS COST &TECHNICAL PROPOSAL Citywide Drainage Improvement Projects RFP#PW~20I5-I9 Respondents shall quote both Projects -"SW 78 Street &63 Avenue/9 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 PRICEFOR EACH PROJECT IS IN ACCORDANCE WITH EXHIBIT I "SCOPE OF SERVICES;ATTACHMENT A,B,C,&D: SUBMITTED THIS SW 78 Street &63 Avenue s 88,634.°* TWIN LAKES AREAI *(4^440." AREA 2 */6&&&*.** A3 DAY OF -/pJ~fUi£Lj0r 20 /Jt BY: Authorized toSubmit Proposal TelephoneNumber Fax Number t Email Qfl&ess jf**+JLfr END OF SECTION 94 I WITNESETH: EXHIBIT 6 CONSTRUCTION CONTRACT Citywide Drainage Improvement Projects RFP#PW-20I5-I9 THIS CONTRACT was made and entered Into on this /i6^day of <*4-£*4zJr»20 /^Tbyandbetween/UfljogfrlCL tEVi/v-(hereafter referred to as "Contractor"),and thirty ofSouth Miami (hereafter referred to as "Owner"),through its Oty Manager (hereafter referred to as"City"). That,the Contractor,forthe consideration hereinafter fully setout,hereby agrees with theOwneras follows: 1.The Contractor shall furnish all labor,materials,equipment,machinery,tools,apparatus,transportation and any other items necessary to perform all oftheworkshownonand described inthe Contraa Documents and shall do everything required by thisContraaandtheotherContraa Documents hereinafter referred to as the Work. 2.The Contraa Documents shall Include this Contraa General Conditions totheContraaif any,the drawings,plans,specifications and project manual,if any,any supplementary or special conditions,other documents referring to this contraa and signed by the parties,the solicitation documents ("hereinafter referred to as "Bid Documents")and any documents to which those documents refer which are used by the Owner as weH as any attachments or exhibits thatare made apartof any ofthe documents described herein. 3.The Contractor shall commence the Work to be performed under this Contraa ona date to be specified in a Notice to Proceed and shall complete all Work hereunder within the length of time set forth inthe Contraa Documents. 4.The Owner hereby agrees to pay to the Contractor for the faithful performance of this Contraa subjea to additions and deductions as provided in the Contraa Documents and any property approved,written change orders,in lawful money ofthe United States,the amount of:ftdi Dot*Amount »-)3fe h«i4nsA t7fy^f ^u^^tva^^^lL^DQlhrt (t/G^jfeo .00 ).Lump Sum ("Contraa 5.The expenses of performing Work after regular wortdng hours,and on Sunday and legal holidays shall be induded In the Contraa Price The City may demand,at any point in time,that any part,or all,of the Work be performed after regular working hours.In such event,the Respondent shall have no right to additional compensation for such work.However,nothing contained herein shall authorize work on days and during hours that are otherwise prohibited by ordinance unless specifically authorized or instructed in writingby the City. 6.If the Work is expected to require more than one month,the Owner shall make monthly partial payments to the Contractor on the basis of a duly certified and approved schedule ofvalues for the Work performed during each calendar month by the Contractor,less the retalnage (all as provided for in the Contraa Documents),which is to be withheld by the Owner until completion and acceptance of the complete project in accordance with this Contraa and theotherContraa Documents and until such Work has been accepted bythe City. 7.Upon submission by the Contraaor of evidence satisfactory to the Owner that all labor,material,and other costs incurred by the Contractor in connection with the construction of the Work have been paid in full,and after compliance with the terms for payment provided for in the Contraa Documents,final payment on account of this Contraa shall be made within sixty (60)calendar days after the completion by the Contractor of all Work covered by this Contraa and the acceptance of such Work by the Owner. 8.The Work shall be completed m W calendar da/I.In the event that the Contraaor shall fail to complete the Work within the time limit stipulated in the Contraa Documents,orthe extended time limit agreed upon,in accordance with the procedure as more particularly set forth in the Contraa Documents, liquidated damages shall be paid by the Contraaor at the rate of,in accordance with 'Exhibit lf "Scope °L-?r¥^ei'*—dollar$Pcr ***P,us any monies P*<*by the Owner to the Consultant,if any,foradditionalengineeringandinspectionservices,if any,associated with such delay. 95 no further payment tothe Gbntnctaranatt be dtaZS^h^^K?*80^bl"«*«wnt .rSSa^SSSSsasasssr— «etoumlni«Brtlie other counterpart ba deemed an original COMTRACTL Sbjitture: FHmStomor/tNune: TOe of Sanatory: thedayanddatecatforth •""ahafllwfdiow proof or i ii—•fl owNBtcnroF M Stewen^lawaler i^tjrffinager EXHIBIT 7 CONSTRUCTION CONTRACT GENERAL CONDITIONS Citywide Drainage Improvement Projects RFP #PW-2015-19 ARTICLE I-DEFINITIONS Whenever usedinthese General Conditions orintheotherContraa Documents,the following terms shall have the meaning indicated.These definitions shall always apply when the section oftheContraa specifically refersto this Article forthe purpose of interpreting awordor group ofwordsinthatsectionoftheContraa Document. However,whenthe section ofthe Contract,wherethe word tobe defined is used,doesnot specifically refers to this Article to define the word or group of words,the definitions contained in this Article shall not apply unless thewordor group of words,inthecontextofitor dieir use in theContraa Document in question,is/are ambiguous andopen for interpretation.In addition,these definitions shall also not apply to interpret termsina specific provision ofaContraa Document ifthat specific provision contains a definition oftheseterms: Addenda;Writtenor graphic documents issued prior tothe Bid Opening which modify or interpret the Contraa Documents*Drawings and Specifications,by addition,deletions,clarifications or correction. Application for Payment:A form approved bythe CONSULTANT,if any,ortheCity Manager which istobe used bythe CONTRACTOR in requesting progress payments. fiidl The offer or proposal ofthe Bidder submitted onthe prescribed form setting forth the prices and other termsforthe Work tobe performed. Bidden Any person,firm or corporation submitting a response tothe Owner's soiidtation for proposals or bids for Work. BiriJ^fflmffltt;The solicitation for bids or proposals and all documents that make up the solicitation including the instructions,form of documents and affidavits. fiends:Bid bond,performance and payment bonds and other instruments of security,furnished bythe CONTRACTOR and itssuretyin accordance withtheContraa Documents and in accordance withthe laws of the State of Florida. Change Order,Awritten order to the CONTRACTOR signed by the City Manager authorizing an addition, deletion or revision inthe Work,or an adjustment intheContraa Price ortheContraaTime issued after execution of the Contract Work Qnter Proposals:Written proposals from the CONTRACTOR in response to orders orrequest for work based on the Scope ofthe Work provided by theCity to the CONTRACTOR.The proposal includes line Item pricing where there are multiple locations,and the timeframe for completing the work, OH.The City Manager for theOtyof South Miami.6130 Sunset Drive,South Miami.FL 33143,unless the context wherein the word is used should more appropriately mean the City of South Miami. Cpnstrucfoo OfoerYgn An authorized representative ofthe CONSULTANT,ifany,or otherwise a representative ofthe Oty assigned to observe the Work performed and materials furnished by the CONTRACTOR.The CONTRACTOR shall be notified in writing ofthe identity ofthis representative. Contract Poflapejaa;The Contraa Documents shall include the Contraa between the Owner and the Contractor,other documents listed in the Contraa and modifications issued after execution ofthe Contraa as well as all Bid Documents Including but not limited to the solicitation for Bid.CONTRACTOR'S Bid,the Bonds, Insurance endorsements,Insurance Certificates and policies,the Notice of Award,the Notice to Proceed,the General Conditions,Special Conditions,ifany.any Supplementary Conditions,the Technical Specifications, Drawings,including any Incorporated specifications,addenda to the drawings issued prior to execution ofthe Contract.Change Orders,Construction Change Directives and any written order for aminor change In the Work,and written modifications to any ofthe Contraa Documents. Contract Pries;The total moneys payable to the CONTRACTOR pursuant to the terms ofthe Contraa Documents. Contract Time;The number ofcalendar days stated in the Contraa for the completion ofthe Work. Contracting Qfflfific The individual who is authorized to sign the contraa documents on behalf ofthe OWNER. CONTRACTOR;The person,firm or corporation with whom the OWNER has executed the Contract CONSULTANT;The person Identified as the CONSULTANT in the Supplementary Conditions or.ifnone,then Cmrs designated representative as identified in the Supplementary Conditions. 97 f^*^*^^l2*>1 pandit shall be presumedtobeacalendardayunlessspecificallydesignatedasabusinessday. Day*The number of twenty-four (24)hour periods following the event to which the word "days"refers C^Tu^^am «the start of the next day.Therefore,in computing any period of time prescribed or aflowed bytheContract Documents,the day ofthe act.event ordefauft from whto begins to run shall not be included.The last day ofthe period so computed shall be included unless ft is a Saturday,Sunday or legal holiday,in which event the period shall run until the end ofthe next business day that isnotaSaturday.Sunday or legal holiday.7 Defective Work;Work that is unsatisfactory,faulty,or deficient in that it does not conform tothe Contraa Documents,or does not meet the requirements of any applicable inspection,reference standard,test or approval referred to in the Contract Documents,or has been damaged prior tothe CONSULTANTS recommendation of final payment (unless responsibility for the protection thereof has been delegated to the Owner);substitutions that are not property approved and authorized,any deficiency in the Work,materials and equipment;materials and equipment furnished under the Contraa that are not good quality and new unless otherwise required or permittedby the Contraa Documents. QrajfidQgx The drawings which show the character an^Scope of the Worit to be performed w^ prepared or approved by the CONSULTANT,or if none,then by an architea or engineer hired by the City and are referred to in the Contraa Documents. BeMflDteri Awritten order issued by the CONSULTANT which clarifies or interprets the Contraa Documents in accordance with Paragraph 9.3 or orders minor changes in the Work in accordance with paragraph I0JL Modffiqttton;(a)Awritten amendment of the Contraa Documents signed by both parties,(b)aChange Order signed by both parties,(c )awritten dartfication or Interpretation if issued by the CONSULTANT in accordance with paragraph 9J or (d)awritten order for minor change or alteration in the Work issued by the CONSULTANT pursuant to Paragraph I0.Z Amodification may only be issued after execution ofthe Contract,it must bein writing and signed by the party against whom the modification is sought to be enforced. NoiKOnferming Work means work that does not conform to the Contraa Documents and includes work that Is uwatisfectory,fetihy,or deficient or that does not meet the requirements of any applicable inspection,reference standard,test,orthat does not meet any approval required by,or referred to in,the Contraa Documents,or work that has been damaged prior to CONSULTANTS recommendation of final payment (unless responsibility for the protection thereof has been assumed in writing by CITY). Notice Of Awanfc The written notice by CITY to the apparent successful Bidder stating that upon compliance with the conditions precedent to be fulfilled by it within the time specified,CITY will execute and deliver the Contraa to him. Notice to Proceed;Awritten notice given by CITY to CONTRACTOR (wfth copy to CONSULTANT)fixing the date on which the Contraa Time shall commence to run and on which CONTRACTOR shall start to perform its obligations under the Contraa Documents. EfiBfia:An individual or legal entity. trojssz The entire construction operation being performed as delineated In the Contraa Documents. EpJitt The term "policy*as used in the Contraa Documents shall mean the insurance binder,ifit is issued,the declaration page ofthe policy and the body ofthe policy,Including all endorsements. Rffi:Request for Proposal. Scope ofSendees..This phrase refers to the scope ofthe services orwork to be performed and it has the same meaning as Scope ofthe Work unless the context In which the phase is used clearly means otherwise. ShopPrawingR AH drawings,diagrams,illustrations,brochures,schedules and other data which are prepared by the CONTRACTOR,aSubcontractor,manufacturer,supplier,or distributor,and which illustrate the equipment, material or some portion oftheworkand as required by the Contraa Documents. &mpJe&Physical examples which illustrate materials,equipment or workmanship and establish standards bywhich theWork will be judged. Specifications;Those portions ofthe Contraa Documents consisting ofwritten technical descriptions of materials,equipment,construction systems,standards and workmanship as applied to the Work. Subcontractor;An individual,firm or corporation having a direa contraa with CONTRACTOR or with any other Subcontractor for the performance ofa part oftheWorkatthe construction site. SvtottntiaJ CpmptetiOP;The date,as certified by the CONSULTANT,when the construction of the Projea ora certified part thereof is sufficiently completed,In accordance wfth the Contraa Documents,sothat the Project,or a substantial part,can be utilized for the purposes for which It was Intended without restriction or limitation to any degree,otherthan for the repair of minor "punch list"items;oriftherebeno such certification,the date when final payment is due in accordance with paragraph 14.9.However,in no event shall the projea or portion 98 thereof,be deemed tobe substantially completed until a certificate of occupancy or certificate of use is lawfully issued bythe applicable governmental agency.A certificate of Substantial Completion,issued bythe CONSULTANT,shall be null and void ifit Is based on false,misleading or inaccurate information,from any source. orwhenitwouldnothavebeenissuebutforthe consideration ofWorkthatisthereafterfoundtobedefectiveto a degree greater than that which would normally tobe considered bytheCitytobe minor "punch list"work. Supplier;Any person or organization who supplies materials or equipment for the Work,including the fabrication ofan item,butwhodoesnotperformlaboratthesiteoftheWork. Sureac The individual orentitywhois an obligor ona Bond and whoisboundwiththeCONTRACTORfor the full and faithful performance oftheContraaand for the payment of all labor,services and materials used onthe projea Work;Any and all obligations,duties and responsibilities necessary for the successful performance and completion of the Contraa Notice;Theterm "Notice*'as used herein shall mean and include all written notices,demands,instructions, claims,approvals and disapprovals required to obtain compliance with Contraa requirements.Written notice shall be deemed to have been duly served if delivered in person tothe individual ortoamemberofthe firm orto an officer ofthe corporation for whom it is intended,orto an authorized representative of such individual,firm,or corporation,orif delivered atorsentby registered mail tothelastknownbusiness address.Unlessotherwise stated in writing,any notice toor demand upon the OWNER under this Contraa shall be delivered tothe Oty Manager and the CONSULTANT. ARTICLE 2-PRELIMINARY MATTER* Award; 11 The CITY reserves therighttorejectanyand all Bids,atitssole discretion.Bids shall be awarded by the CITY to the lowest responsive and responsible Bidder.No Notice of Award shall be given until the CITY has concluded its investigation,as it deems necessary,to establish,to the satisfaction ofthe CITY, which Bidder is the most responsive and responsible of all the Bidders to complete theWork within the time prescribed and in accordance with the Contraa Documents.The CITY reserves the right to rejea the Bid ofany Bidder who is not believed to be,in the sole discretion and satisfaction ofthe City,to be sufficiently responsible,qualified and financial able to perform the work.In analyzing a Bid,the CITY may also take into consideration alternate and unit prices,ifrequested by the Bid forms.Ifthe Contraa is awarded,the CITY shall issue the Notice of Award and tfve the successful Bidder a Contraa for execution within ninety (90)day after opening of Bids. Execution of Contract! 12 At least four counterparts ofthe Contract,the Performance and Payment Bond,the Certificates of Insurance,the Binder ofInsurance if issued,the Insurance Declaration Page rf not included in the Policy of Insurance,the Policy of Insurance required by the Contraa Documents,the written notice of designated supervisor or superintendent as provided in Section 6.1 ofthe General Conditions and such other Documents as required by the Contraa Documents shall be executed and delivered by CONTRACTOR to the CITY within ten (10)calendar days of receipt ofthe Notice of Award.A Contraa Document that requires the signature ofaparty may be executed in counterparts separately by each ofthe parties and,In such event,each counterpart separately executed shall,without proof or accounting for the other counterpart be deemed an original Contraa Document forfeiture of Kd Securto/PeTformance and Payment Bond if ^y ^required by the ippfieahte RFft 2.3 Within ten (10)calendar days ofbeing notified ofthe Award,CONTRACTOR shall furnish a Performance Bond and a Payment Bond containing all the provisions ofthe Performance Bond and Payment Bond attached. 23.1 Each Bond shall be in the amount ofone hundred percent (100%)of the Contraa Price guaranteeing to OWNER thecompletion and performance ofthe Work covered in such Contraa as well as full payment ofall suppliers,material man,laborers,or Subcontractor employed pursuant to this Project Each Bond shall be with a Surety company whose qualifications meet the requirementsofSections 2.3.4,2.3.5.and 13.6. 13.2 Each Bond shall continue in effea for five year after final completion and acceptance of the Work wfth the liability equal to one hundred percent (100%)ofthe Contraa Sum. 99 134^Z!?C™wto^«o>^^ ^^^uancewtththeUnitedStatesDepartmentofTreasuryCircular570,current 13.6j^shaBonlybereq^^. 13,7E^^ra^<edarethe«d^nys^^ Contractor'sP^-StartRepry^fi^^n; conditionsandfederal,stateandb*hi?JZ,„ST*^T^'Wo*•«»**"dwithallfocal performanceoftheWoTan"ISSaSrZ^SlSZfflV"to**mannerafife«requirementsoftheConwctDoS«COV^^n^f*""^*""o^™*""*•*the andinvestigations.report^sufcS?«hS°NTRASr?R^rePreientsthatithasstudiedallsurveys andmadeS.addK?su^^^^Sn;,^""*"••™*f^»-thespedficadon^WorkreflectedintheConSrSt^n,^!?8^^as<tdeemsneoass^fortheperformanceofthe therequirementso^^ CommencementofContractTime; 2.5^ContraaTimeshallcommeiKetomnontheda^ Startingth^p^^ MoreSortingCom^ction; m^meTaXS^^1^^^^^$hown*«*>"™dallapplicableneW harm,damageorlosssufferedhvrr>Km>Az-r/Cn.*WN5Uir'wTshallbeliableforany 17 Schedutenfr^pi^i^. Z8 Xt&522rTt'S^theretowitkin^J^nT^i\.^<-WNSULTANTshallapprovethisscheduleorrequirerevisions t^ttr^Sl^tt?'*^NereismoreAanoneCONTRACTOR S!£^S528**J"*?*f"0"""""*"conferenceshallbeheldtotJmSSm /vpiicauonstorPayment,andtoestablishaworkingunderstandingbetweenthepartiesastotheProject 19 lev Presentatthe conference will bethe CITYS representative.CONSULTANT.Resident Projea "Representatives,CONTRACTOR anditsSuperintendent Qualifications of Subcontractors.Material men and Suppliers! 2.10 Within five (5)business days after bid opening,the apparent lowest responsive and responsible Bidder shall submit tothe CITY andthe CONSULTANT for acceptance alistofthe names ofSubcontraaors and such other persons and organizations (including those who areto furnish principal items of materials or equipment)proposed forthose portions ofthe Work asto which the identity of Subcontractors and other persons and organizations mustbe submitted as specified in theContraa Documents.Within thirty (30)calendar days after receiving the list,the CONSULTANT will notify the CONTRACTOR in writing ifeither the CITY orthe CONSULTANT ha reasonable objection to any Subcontractor,person, or organization on such list.The failure ofthe CITY orthe CONSULTANT to make objection toany Subcontractor,person,or organization onthe list within thirty (30)calendar days ofthe receipt shall i constitute an acceptance of such Subcontractor,person or organization.Acceptance of any such j Subcontractor,person or organization shall not constitute awaiver of any right of the CITY orthe CONSULTANT torejea defective Work,material or equipment,or any Work,material or equipment j not in conformance with the requirements of the Contraa Documents. |2.11 If,prior tothe Notice of Award,the CITY or the CONSULTANT has reasonable objection to any j Subcontractor,person or organization listed,the apparent low Bidder may,prior to Notice ofAward, [submit an acceptable substitute without an increase in its bid price. 2.12 The apparent silence oftheContraa Documents as to any detail,orthe apparent omission from them of a detailed description concerning any Work to be done and materials tobefurnished,shall be regarded as meaning that only best practices are to prevail and only materials and workmanship ofthe best quality are tobeusedintheperformanceofthe Work. ARTICLE 3-COBRElATION.INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS 3.1 It is the intent oftheSpecifications and Drawings to describe a complete Projea tobeconstructed in accordance with theContraa Documents.The Contraa Documents comprise the entire Contraa between the OWNER and the CONTRACTOR.They may be altered only by a modification as defined in Article I. 3.2 The Contraa Documents are complementary;what is called for by one is as binding as if called for by all the documents.IfCONTRACTOR finds a conflict,error or discrepancy in the Contraa Documents,it shall,before proceeding with the Work affected thereby,immediately call ittothe CONSULTANTS attention In writing.The various Contraa Documents are complementary;in case of conflict,erroror discrepancy,the more stringent interpretation and requirement that shall provide the maximum benefit to theOwner shall apply 3.3 The words "furnish"and "furnish and instaT,"install",and "provide"orwords with similar meaning shall be interpreted,unless otherwise specifically stated,to mean •furnish and install complete in place and readyfor service". 3.4 Miscellaneous Items and accessories which are not specifically mentioned,but which are essential to produce a complete and property operating installation,or usable structure,providing the indicated functions,shall be furnished and installed without change in the Contraa Price.Such miscellaneous items and accessories shall be of the same quality standards,including material,style,finish,strength,class, weight and other applicable charaaeristics,as specified for the major component ofwhich the miscellaneous Item or accessory is an essential part,and shall be approved by the CONSULTANT before installation.The above requirement is 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 Contraa shall be coordinated by the CONTRACTOR in such a manner as obtain the best workmanship possible for the entire Project,and all components of the Work shall be installed or erected in accordance with the best practices of the particular trade 3.6 The CONTRACTOR shall be responsible for making the construction ofhabitable structures under this Contraa rain proof,and for making equipment and utility installations properly perform the specified function.If the CONTRACTOR is prevented from complying with this provision due to the Drawings or Specifications,the CONTRACTOR shall immediately notify the CONSULTANT in writing of such limiutions before proceeding with construction in the area where the problem exists. 3.7 Manufacturer's literature,when referenced,shall be dated and numbered and is intended to establish the minimum requirements acceptable.Whenever reference is given to codes,or standard specifications or 101 other data published by regulating agencies or accepted organizations,including but not limited to National Bectrical Code,applicable State Building Code,Florida Building Code,Federal Specifications, ASTM Ratifications,various institute specifications,and the like,it shall be understood that such reference is tothe latest edition Including addenda in effea ondie date ofthe Bid. 3.8 Brand names where used in the technical specifications,are intended to denote the standard or quality required for the particular material or produa The term "equal"or "equivalent0,when used in connection with brand names,shall be Interpreted to mean amaterial or produtt that is similar and equal in type,quality,size,capacity,composition,finish,color and other applicable characteristics to the material or produa specified by trade name,and that is suitable for the same use capable of performing the same function,in the opinion ofthe CONSULTANT,as the material or produa so specified Proposed equivalent items must be approved by CONSULTANT before they are purchased or incorporated in the Work.(When a brand name,catalog number,model number,orother identification,is used without the phrase "or equaT,the CONTRACTOR shall use the brand,make and model specified). 3.9 Throughout this agreement the male pronoun may be substituted for female and neuter and vice versa and the singular words substituted for plural and plural words substituted for singular wherever applicable. 3.10 All technical interpretations shall be made bythe CONSULTANT as set forth In Section 9.3 below. 3.11 The CONTRACTOR shall advised the CONSULTANT,prior to performing any work involvlnga conflia in the Contraa Documents and the CONSULTANT shall make the final dedsion as to which ofthe documents shall take precedence.In the event that there is aconflia between or among the Contraa Documents,only the latest version shall apply and the latest version ofthe Contraa Documents.The CONSULTANT shall use the following list ofContraa Documents as a guide.These documents are set forth below In the order oftheir precedence so that all the documents listed above agiven document should have precedence over all the documents listed belowit (a)Change Orders (b)Amendments/addenda to Contraa (c)Supplementary Conditions,if any (d)Contraa withallExhibits thereto (e)GeneralCondrtions (f)Writtenor figured dimensions (g)Scaleddimensions (h)Drawings ofa larger scale (i)Drawings ofa smaller scale 0)Drawings and Specifications are to be considered complementary to each other ARTICLE 4-AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS The OWNER shall furnish,as Indicated in the Contraa Documents,the lands upon which the Work is to be done,rights-of-way for access thereto,and such other lands which are designed for the use ofthe CONTRACTOR.Easements for permanent struaures orpermanent changes in existing facilities will be obtained and paid for bythe OWNER,unless otherwise specified in the Contraa Documents.Other access to such lands or rights-of-way for the CONTRACTOR'S convenience shaH bethe responsibility 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. 4.2 The CITY will,upon request furnish tothe Bidders,copies of all available boundary surveys and subsurface tests at no cost Subsurface Conditions! 43 The CONTRACTOR acknowledges that he has investigated prior to bidding and satisfied himself asto the conditions affecting the Work,including butnot limited to those bearing upon transportation, disposal,handling and storage of materials,availability of labor,water,electric power,roads and uncertainties of weather,river stages,tides,water tables or similar physical conditions atthe site,the conformation and conditions ofthe ground,the character of equipment and facilities needed preliminary to and during prosecution ofthe Work.The CONTRACTOR further acknowledges thathe has satisfied himself as tothe character,quality and quantity of surface and subsurface materials or obstacles tobe encountered Insofar asthis Information is reasonably ascertainable from an inspection ofthe site, 102 including all exploratory workdonebythe OWNER/CONSULTANT onthesiteor any contiguous rite, as well as from information presented by the Drawings and Specifications made partofthisContractor any other information made available toit prior to receipt of bids.Any failure by the CONTRACTOR to acquaint itself withthe available information shall not relieve it from responsibility for estimating property the difficulty orcostof successfully performing Work.The OWNER assumes no responsibility forany conclusions or interpretations made by the CONTRACTOR onthe basis ofthe information made available bytheOWNER/CONSULTANT. Differing SiteConditions: 4.4The CONTRACTOR shall within forty eight (48)hours ofits discovery,andbeforesuch conditions are disturbed,notify the CITYin writing,of: 4.4.1 Subsurface orlatent physical conditions atthesite differing materially from those indicated inthe Contraa Documents,and 4.4.2 Unknown physical conditions atthe site,ofan unusual nature,differing materially from those ordinarily encounteredand generally inherentinWorkofthecharacterprovidedfor In this Contract.The CITY shall promptly investigate the conditions,andifit finds that such condrtions do materially differtotheextentastocausean increase ordecreaseinthe CONTRACTOR'S cost of,or thetimerequiredfor,performance ofanypartofthe Work underthis Contract an equitableadjustment shall bemadeandthe Contraa modified in writing accordingly. 4.5No claim oftheCONTRACTORunderthisclause shall beallowedunlesstheCONTRACTORhasgiven thenoticerequired in 4.4 above;provided,however,thetimeprescribedthereforemaybeextendedby the CITY,but only If doneinwriting signed bythe City Manager or the CONSULTANT. ARTICLE 5 -INSURANCE Contraaor shall complywiththeinsurancerequirements set forthinthe RFP and as set ford)intheSupplementaryConditionstothe Contract if any.Ifbothhaveinsurancerequirementsandif thereisaconfliabetweenthetwo,the insurance requirementsinthe Supplemental Conditionsshalltake precedent ARTICLE 6 -CONTRACTOR'S RESPONSIBILITIES Supervision andSuperintendence: 6.1 The CONTRACTOR shall supervise and direa the Work.It shall besolelyresponsible forthe means, methods,techniques,sequences and procedures of construction.The CONTRACTOR shall employ and maintain a qualified supervisororsuperintendent(hereinafterreferredtoas"Supervisor"attheWork sitewho shall bedesignatedinwritingbythe CONTRACTOR,before the CONTRACTOR commences theWorkand within thetimerequiredbytheContractasthe CONTRACTOR'S representative atthe site.TheSupervisor orso designated shall have full authority to aa on behalf ofthe CONTRACTOR and all communications given tothe Supervisor shall beas binding as rf given tothe CONTRACTOR.The Supervisors)shall bepresentateachsiteat all timesas required toperform adequate supervision and coordination ofthe Work.(Copies of written communications given tothe Supervisor shall be mailed to the CONTRACTOR'S home office). 6.1.1 The CONTRACTOR shall keeponerecord copy of all Specifications,Drawings,Addenda, Modifications and Shop Drawings atthesiteat all times and ingoodorderand annotated to show all changes made during the construction process.These shall be available tothe CONSULTANT andany CITY Representative at all reasonable times.Asetof "As-Built"drawings,as well asthe original Specifications,Drawings,Addenda,Modifications andShop Drawings with annotations, shall be made available tothe City at all times and it shall be delivered tothe CITY upon completionofthe Project Labor.Materials and Equipment; 6.2 The CONTRACTOR shall provide competent suitably qualified personnel to lay outthe Work and perform construction as required bytheContraa Documents.It shall at all times maintain good discipline and order at the site. 6.3 The CONTRACTOR shall furnish all materials,equipment labor,transportation,construction equipment and machinery,tools,appliances,fuel,power,light heat local telephone,water and sanitary facilities and all other facilities and incidentals necessary forthe execution,testing,initial operation and completion of the Work. 103 ^^^^^^I^nt shall be new,except as otherwise provided in the Contraa Documents. are specified or approved,such materials shall be delivered to the site to their original packages orcontainerswithsealsunbrokenandlabelsintaa»"««**or "ilLmatSla,$*"!?lHPment *••ta •"**in$taHed'conn«ed.erected,used,cleaned and conditioned^ccoirdance wfth the instructions of the applicable manufacturer,fabricator,or processors,except as otherwise provided intheContraa Documents. Work,Materials,Equipment Prndurty and Subrtimtifi^ 6.6 Mahals,equipment and products incorporated in the Work must be approved for use before beinjr purchased by the CONTRACTOR.The CONTRACTOR shall submit to the CONSULTANT alist of proposed materials,equipment or products,together wrtfi such samples as i^^ Determine their acceptability and obtain their approval,within ninety (90)calendar days after award of Contraa unless otherwise stipulated in the Special Conditions.No request for payment for "or equal" equipment wiH be approved until this list has been received and approved by the CONSULTANT. 6.6.1 Whenever amaterial,article or piece of equipment is identified on the Drawings or Specifications by reference to brand name or catalog number,it shall be understood that this is referenced for the purpose ofdefining the performance or other salient requirements and that other products of equal capacities,quality and function shall be considered.The CONTRACTOR may recommend the substitution ofa material,article,or piece ofequipment ofequal substance and function for those referred to in the Contraa Documents by reference to brand name or catalog number,and if,In the opinion of the CONSULTANT,such material,article,or piece of equipment is ofequal substance and function to that specified,the CONSULTANT may approve its substitution and use by the CONTRACTOR.Incidental changes or extra component parts required to accommodate the substitute will be made by the CONTRACTOR wh^out a change in the Contraa Price orthe Contraa Time. 6.62 No substitute shall be ordered or installed without the written approval ofthe CONSULTANT who shall bethe judge of quality. 6.6 J Delay caused by obtaining approvals for substitute materials shall not be considered justifiable groundsforanextension of construction time. 6.6.4 Should any Work or materials,equipment or products not conform to requirements ofdie Drawings and Specifications orbecome damaged during the process ofthe Work,such Work or materials shall be removed and replaced,together with any Work disarranged by such alterations, atany time before completion and acceptance ofthe Projea All such Work shall bedone atthe expense of the CONTRACTOR. 6.63 No materials or supplies for the Work shall be purchased by the CONTRACTOR or any Subcontractor subjea to any chattel mortgage or under acomfitional sale or other agreement by which an interest is retained by the Seller.The CONTRACTOR warrants that they have good title to all materials and supplies used bythem In the Work. 6.6.6 Non-conforming Work:The Chy ofSouth Miami may withhold acceptance of,or rejea items which are found upon examination,not to meet the specification requirements orconform to the plans and drawings.Upon written notification of rejection,items shall be removed or uninstalled within five (5)business days by the CONTRACTOR at his own expense and redelivered andfor reinstalled at his expense.Rejected goods left longer than thirty (30)calendar days shall be regarded as abandoned and the CITY shall have the right to dispose ofthem as Its own properly and the CONTRACTOR thereby waives any claim to the good orto compensation ofany kind for said goods.Rejection for non-conformance or failure to meet delivery schedules may result in theCONTRACTOR being found In default 6.67 In case of default bytheCONTRACTOR,the City of South Miami may procure thearticles or services from othersources and hold the CONTRACTOR responsible for any excess costs occasioned or incurred thereby. 6.6.8 The CITY reserves the right in the event the CONTRACTOR cannot provide an item(s)or service(s)ina timely manner as requested,to obtain the good and/or services from other sources and deducting thecost from the Contraa Price without violating the intent oftheContraa ConcerningSMbwimmrs; 104 67TheCONTRACTOR shall notemployany Subcontraaor,against whomtheCITYorthe CONSULTANT may have reasonable objection,norwill the CONTRACTOR be required to employ any Subcontractor who hasbeenacceptedbytheCITYandthe CONSULTANT,unlessthe CONSULTANT determinesthat there isgood cause for doing so. 6.8TheCONTRACTOR shall be fully responsible for alt actsand omissions ofits Subcontractors andof persons and organizations directly or indirectly employed byit and of persons and organizations for whoseacts any ofthem may be liable tothe same extentthattheyare responsible forthe actsand omissions of persons direcdy employed by them.Nothing inthe Contraa Documents shall create any contractual relationship between OWNER or CONSULTANT and any Subcontractor orother person or organization having adireacontraawith CONTRACTOR,nor shall it create any obligation onthepart of OWNER or CONSULTANT to pay orto see to payment of any persons due subcontractor orother person or organization,exceptas may otherwise be required by law.CITY or CONSULTANT may furnish to any Subcontractor orother person or organization,totheextent practicable,evidence of amounts paid totheCONTRACTORon account of specified Workdonein accordance withthe schedule values. 6.9 The divisions and sections ofthe Specifications and the identifications of any Drawings shall not control the CONTRACTOR in dividing the Work among Subcontraaors or delineating theWork performed by anyspecifictrade. 6.10 The CONTRACTOR agrees to bind specifically every Subcontractor tothe applicable terms and conditions of the Contraa Documents for the benefit of the OWNER. 6.11 All Work performed for the CONTRACTOR by a Subcontraaor shall be pursuant to an appropriate agreement between the CONTRACTOR andthe Subcontractor. 6.12 The CONTRACTOR shall be responsible for the coordination ofthe trades,Subcontraaors material and menengagedupon their Work. 6.12.1 The CONTRACTOR shall cause appropriate provisions tobe inserted in all subcontracts relative totheWorkto bind Subcontractors tothe CONTRACTOR bythe terms of these General Conditions and other Contraa Documents insofar as applicable totheWorkof Subcontractors, and give the CONTRACTOR the same power as regards to terminating any subcontraa that the OWNER may exercise over the CONTRACTOR under any provisions of the Contraa Documents. 6.12.2 The CITY or CONSULTANT will not undertake to settle any differences between the CONTRACTOR andtheir Subcontractors orbetween Subcontractors. 6.12.3 If in the opinion ofthe CONSULTANT,any Subcontractor on the Projea proves to be incompetent or otherwise unsatisfactory,they shall be promptly replaced bythe CONTRACTOR ifand when directed bythe CONSULTANT in writing. 6.12A Discrimination:No action shall be taken by the any subcontractor with regard to the fulfillment ofthe terms ofthe subcontract including the hiring and retention of employees for the performance ofWork that would discriminate against any person on the basis ofrace,color,creed,religion,national origin,sex, age,sexual orientation,familial status or disability.This paragraph shall be made a part ofthe subcontraaors contraa withthe Contraaor. Patent Fees and Royalties; 6.13 The CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use of any Invention,design,process or device which is the subjea of patent rights or copyrights held by others.He shall indemnify and hold harmless the OWNER and the CONSULTANT and anyone direcdy or indirectly employed by either of them from against all claims,damages,losses and expenses (including attorney's 52?T^g °Ut °f any infHn*ement of such nrftt*during or after the completion of the Work,and shalldefendallsuchclaimsinconnectionwithanyallegedinfringementofsuchrights. 6.14 The CONTRACTOR shall be responsible for determining the application of patent rights and royalties materials,appliances,articles or systems prior to bidding.However,he shall not be responsible for such determination on systems which do not involve purchase by them of materials,appliances and articles. Permits: 6.f5 The CONTRACTOR shall secure and pay for all construction permits and licenses and shall pay for all governmental charges and inspection fees necessary for the prosecution of the Work,which are applicable at the time of his Bid.When such charges are normally made by the CITY and when so stated in the Special Conditions,there will be no charges tothe CONTRACTOR.The CITY shall assist the I OS CONTRACTOR,when necessary,in obtaining such permits and licenses.The CONTRACTOR shall also pay all public utility charges. Electrical Power andUghrinp 6.16 Electrical power required during construction shall be provided by each prime CONTRACTOR as required by it This service shall be Installed by aqualified electrical Contractor approved by the CONSULTANT.Lighting shall be provided by the CONTRACTOR in all spaces atall times where necessary for good and proper workmanship,for inspection or for safely.No temporary power shall be used offtemporary lighting tines without specific approval oftheCONTRACTOR. Lawsand Regriatfons; 6.17 The CONTRACTOR shall comply with all notices,laws,ordinances,rules and regulations applicable to theWork.If the CONTRACTOR observes that the Specifications or Drawings are atvariance therewith, ft shall gjve the CONSULTANT prompt written notice thereof,and any necessary changes shall be adjusted by an appropriate modification.If the CONTRACTOR performs any Work knowing itto be contrary to such laws,ordnances,rules and regulations,and without such notice tothe CONSULTANT, it shall bear all costs arising there from;however,it shall not be its primary responsibility to make certain that the Drawings and Specifications are in accordance with such laws,ordinances,rules and regulations. Discrimination: 6.I7A No action shall betaken bythe Contractor with regard tothe fulfillment ofthe terms ofthe Contract including the hiring and retention of employees for the performance ofWorkthatwould discriminate against any person onthe basis of race,color,creed,religion,national origin,sex,age,sexual orientation, familial statusor disability. 6.18 Costof all applicable sales,consumer use,and othertaxesfor which theCONTRACTORis liable under the Contraa shall be included in the Contraa Price stated bythe CONTRACTOR. 6.19 The CONTRACTOR shall be responsible for initiating maintaining and supervising 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 theWork and all materials or equipment tobe incorporated therein,whether in storage onor off the she,and 6.19.3 Other property atthesiteor adjacent thereto,including trees,shrubs,lawns,walks,pavements, roadways,structures and utilities not designated for removal,relocation or replacement in the course of construction. 6.20 The CONTRACTOR shall designate a responsNe member of their organization atthesitewhose duty shall bethe prevention of accidents.This person shall bethe CONTRACTOR'S Superintendent unless otherwisedesignated in writing bythe CONTRACTOR tothe CITY. Emerggftctes; 671 In emergencies affecting the safety of persons ortheWorkor property atthesiteor adjacent thereto, theCONTRACTOR,without special instruction or authorization fromtheCONSULTANTor CITY,is obligated to act at his discretion,topreventthreatened damage,Injury or loss.He shall give the CONSULTANT prompt written noticeofanysignificant changes intheWorkor deviations from the ContraaDocumentscausedthereby.IftheCONTRACTOR believes that additional Work donebyhim inan emergency which arosefrom causes beyond his control entities himtoan Increase intheContraa Price oranextension ofthe Contraa Time,hemaymakea claim thereforeas provided in Articles 11 and 17 ShopDrawingsandSamples: 672 Aftercheckingandverifyingall field measurements,the CONTRACTOR shall submit to the CONSULTANTforreview,in accordance wfth the accepted schedule ofshop drawing submissions,six (6)copies (oratthe CONSULTANT option,one reproducible copy)of all Shop Drawings,which shall havebeencheckedbyand stamped withthe approval ofthe CONTRACTOR.TheShop Drawings shall 106 be numbered and identified as the CONSULTANT may require.The data shown on the Shop Drawings shall be complete with respeato dimensions,design criteria,materials of construction and the like to enable the CONSULTANT to review the information without any unnecessary investigation. 673 The CONTRACTOR shall also submit to the CONSULTANT for review,wfth such promptness as to cause no delay inWork,all samples required bythe Contraa Documents. All samples shall have been checked by and stamped with the approval of the CONTRACTOR,identified dearly as to material,manufaaurer,any pertinent catalog numbers and the use for which intended 674 Atthe time ofeach submission,the CONTRACTOR shall notify the CONSULTANT,in writing ofany deviations between the Shop Drawings or samples and the requirements of the Contraa Documents. 6.25 The CONSULTANT shall review with responsible promptness Shop Drawings and Samples,but his review shall be only for conformance with the design concept of the Projea and for compliance with the information given in the Contraa Documents.The review ofa separate item as such will not indicate review ofthe assembly In which the items functions.The CONTRACTOR shall make any corrections required by the CONSULTANT and shall return the required number ofcorrected copies ofShop Drawings and resubmit new samples until the review is satisfactory to the CONSULTANT.The CONTRACTOR shall notify the CONSULTANT,in writing ofany prior Shop Drawing orrevisions to Shop Drawings that are in conflia with each submission or re-submission.The CONTRACTOR'S stamp of approval on any Shop Drawings orsample shall constitute representation tothe CITY and the CONSULTANT that the CONTRACTOR has either determined and/or verified all quantities,dimension, field construction criteria,materials,catalog numbers and similar data or they assume full responsibility for doing so,and that they have reviewed or coordinated each Shop Drawing or sample with the requirements of the Work and the Contraa Documents. 676 No Work requiring asubmittal ofaShop Drawing orsample shall be commenced until the submission has been reviewed and approved in writing by the CONSULTANT.Acopy ofeach Shop Drawing and each approved sample shall be kept In good order,in a book or binder,in chronological order orin such other order required by the CONSULTANT in writing,by the CONTRACTOR at the sfte and shall be available to the CONSULTANT. 6.27 The CONSULTANTS review ofShop Drawings or samples shall not relieve the CONTRACTOR from his responsibility for any deviations from the requirements ofthe Contraa Documents unless the CONTRACTOR has informed the CONSULTANT,in writing to each deviation atthe time of submission and the CONSULTANT has given written approval to the specific deviation,nor shall any review by the CONSULTANT relieve the CONTRACTOR from responsibility for errors or omissions in the Shop Drawings or samples. 677A The CONTRACTOR shall be liable to the OWNER for any additional cost or delay that is caused by its failure to notify the CONSULTANT of any of said deviations or conflicts between Shop Drawings or due to errors inthe Shop Drawings or samples. Cleaning Up; 678 The CONTRACTOR shall clean up behind the Work as much as is reasonably possible as the Work nSSSS^U^k™?™.°f1th.e W0Tk*and "^**<**"<*of toil P*y«ent *r the Prt>jea by theTS^^TRACTOR 'hall remove all his surplus and discarded materials,excavated^rialandrubbishaswellasallothermaterialandequipmentthatdoesnotformapartoftheWork,from the rr^lr^v^?•^^i"**"*W ,awn and -l ad*cent Pr°Perty-ln •*"*».the SEJ^si i SS^p0,t,on °f Work ,nV0,ved ]n an******under *»Cont^*>*««ofurthercleaningbytheOWNERisnecessarypriortoitsoccupancyandheshallrestoreallproperty,bothpublicandprivate^which has been disturted or damaged during the prosecution of the Work soas to *™u^^r^j!^°rk ^Work Slte ln aneat **Potable condition.rS^L?^CT0^~t clean the Work site,the CITY may clean the Work Site of the materialsreferredtoinparagraph678andchargethecosttotheCONTRACTOR. Public Convenience ar^fafay; 6.30 The CONTRACTOR shall,at all times,condua the Work in such amanner as to insure the leastpracticableobstructiontopublictravel.The convenience of the general public and of the residents along £2K*£1^W°t *•"**prOVlded for fn a"*•*"*—»•«™**nt ^h the gTSZZl,Oicond,0o,li *™C|o*ed"signs shall be placed Immediately adjacent to the Work,in dSSSB^At "Xtirnettet street!«quired to beclosed,the CONTRACTOR shall notify law enforcement agencies and in particular,the City of South 107 Miami Police Department before the street Is closed and again as soon as itis opened.Access to fire hydrants and other fire extinguishing equipment shall be provided and maintained atall times. Sanitary Provens; 6.31 The CONTRACTOR shall provide on-site office,and necessary toilet facilities,secluded from public observation,for use of all personnel on the Work Site,whether or not in his employ.They shall be kept in aclean and sanitary condition and shall comply with the requirements and regulations ofthe Public Authorities having jurisdiction.They shall commit no public nuisance.Temporary field office and sanitary facilities shall be removed upon completion ofthe Work and the premises shall be left dean. Indemnification! 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 ifthere Is a conflia between the two,the indemnification requirements in the Supplemental Conditions shall take precedent 6.33 In the event that any action or proceeding is brought against OWNER or CONSULTANT by reason of any such claim or demand,CONTRACTOR,upon written notice from CITY shall defend such 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 all dalms ofliability and all suits and actions ofevery name and description that may be brought agwnst OWNER orCONSULTANT,excluding only those claims that allege that the injuries arose out ofthe sole negligence of OWNER orCONSULTANT, 6.34 The obligations ofthe CONTRACTOR under paragraph 6.33 shall not extend tothe liability ofthe CONSULTANT,its agents or employees arising out of (a)the preparation or approval ofmaps,drawings, opinions,reports,surveys,Change Orders,designs orspecifications or (b)the giving oforthe failure to gfve directions or Instructions by the CONSULTANT,its agents or employees provided such aaor omission isthe primary cause of Injury or damage 6.34A All ofthe forgoing indemnification provisions shall survive thetermofthe Contraa to which these General Concfitions are a part IncterrmrficatJon shall not exceed an amount equal to the total value ofall insurance coverage required bySection 5.1 ofthis document Indemnification is limited to damages caused in whole or in part by any act,omission,or default ofthe Contractor,theContractor's subcontractors, sub-subcontractors,materialmen,or agents ofany tier ortheir respective employees to the extent caused bythe negligence,recklessness,or intentional wrongful miscondua of the indemnifying party and persons employed or utilized by the indemnifying party in the performance ofthe construction contraa Responsibility for Connection to Existing Work- 6.35 It shall bethe responsibility ofthe CONTRACTOR to connea its Work to each part of the existing Work,existing building or structure orWork previously installed as required bythe Drawings and Specifications to provide a complete installation. 6.36 Excavations,grading fill storm drainage,paving and any other construction or installations in rights-of- ways of streets,highways,public carrier lines,utility lines,either aerial,surface or subsurface,etc,shall be done inaccordance with requirements ofthe special conditions.The OWNER will be responsible for obtaining all permits necessary for theWork described in this paragraph 636.Upon completion ofthe Work,CONTRACTOR shall present to CONSULTANT certificates,In triplicate,from the proper authorities,stating thattheWork has been done inaccordance with their requirements. 6.36.1 The CITY will cooperate with the CONTRACTOR in obtaining action from any utilities or public authorities involved inthe above requirements. 6.367The CONSULTANT shall be responsible for obtaining elevations of curbs and gutters,pavement storm drainage structures,and other Items which mustbe established by governmental departments as soon as grading operations are begun on the siteand,in any case,sufficiently early inthe construction period topreventany adverse effeaontheProjea Cooperation with Governmental Depaoments.Public Utilities.Efti: 6.37 The CONTRACTOR shall be responsible for making all necessary arrangements withgovernmental departments,public utilities,public carriers,service companies and corporations (hereinafter referred to as"third parties")owning or controlling roadways,railways,water,sewer,gas,electrical conduits, telephone,and telegraph facilities such as pavements,tracks,piping wires,cables,conduits,poles,guys, 108 etc Including Incidental structures conneaed therewith,thatare encountered intheWorkinorderthat such items areproperlyshored,supported and protected,thattheir location is identified andtoobtain authority fromthesethirdpartiesfor relocation ifthe CONTRACTOR desirestorelocatetheitem.The CONTRACTOR shall give all proper notices,shall comply with ad requirements ofsuchthirdparties In the performance ofhis Work,shall permitentrance ofsuchthirdpartiesontheProjeainorderthatthey may perform their necessary work,and shall pay ail charges and fees madeby such thirdpartiesfortheir work. 6.37.1 TheCONTRACTOR'Sattentioniscalledtothefact that there maybedelayson the Projea due toworktobedoneby governmental departments,public utilities,andothersin repairing or moving poles,conduits,etc The CONTRACTOR shall cooperatewiththeabovepartiesinevery way possible,so that theconstructioncanbecompleted In the leastpossible time. 6.377 The CONTRACTOR shall have made "itself familiar with all codes,laws,ordinances,and |regulations which in any manneraffeathose engaged or employed inthe Work,or materials and I equipment useinor upon the Work,or in any way affeatheconduaofthe Work,andno plea of I misunderstanding will be considered on account of damage or delay caused by his ignorance f thereof. |Use Premises 6.38CONTRACTORshallconfineitsapparatus,storageof materials,andoperationsofitsworkmentothe limitsindicatedbylaw,ordinances,permitsanddirectionsof CONSULTANT and CITY,and shall not unnecessarilyencumber any part of the siteoranyareasoff site. 638.1 CONTRACTORshallnotoverloadorpermitanypartofany structure tobeloadedwithsuch weightaswillendangeritssafety,nor shall it subjea anyworktostresses or pressuresthat will endanger it 638.2 CONTRACTOR shall enforcetherulesand regulation promulgated bythe CONSULTANT and OWNERaswellastheirinstructionswithregardto sigis,advertisements,firesand smoking. 6.38.3 CONTRACTORshall arrangeandcooperate wfth CITY inroutingand parking of automobiles of itsemployees,subcontraaors andother personnel,as well asthatofthematerialdeliverytrucks and other vehicles that cometothe Projea site. 638.4 TheCitywilldesignate specific areasonthesfteforstorage,parking,etc andthejobsite shall be fenced to protea thejobsiteandthe general public. 638.5TheCONTRACTOR shall furnish,install and maintain adequateconstruction office facilities for all workersemployedbyit or byits Subcontractors.Temporary offices shall beprovidedand locatedwheredirectedandapprovedbythe CONSULTANT.Ail such facilities shall be furnished In stria accordancewithexistinggoverning regulations.Field offices shall include telephone facilities. Proteoion of Exittmg Property Improvements; 6.38Anyexisting surfaceor subsurface improvements,such as pavements,curbs,sidewalks,pipesor utilities, footings,orstructures (including portions thereof),treesand shrubbery,not indicated onthe Drawings or noted inthe Specifications as being removed or altered shall be protected from damage during construction oftheProject Any such improvements damaged during construction oftheProjea shall berestoredattheexpenseofthe CONTRACTOR toa condition equal tothat existing atthe time of award of Contract ARTICLE 7 «WORK BY OTHERS 7.1 The CITY may perform additional Work related totheProjeaor may letotherdlrea contracts therefor whichshall contain General Conditions similar to these The CONTRACTOR shallafford the other contractors whoarepartiesto such dlrea contracts (orthe OWNER,ifit is performing the additional Work itself),reasonable opportunity forthe introduction and storage of materials and equipment and the execution of Work,and shall properly connea and coordinate itsWork wfth theirs. 7.2 If any part ofthe CONTRACTOR'S Work depends upon proper execution or results ofthe Work of any other contractor orthe OWNER,the CONTRACTOR shall promptly reporttothe CONSULTANT in writingany defects or deficienciesinsuch Work that render it unsuitable for the CONTRACTOR'S Work. 73 The CONTRACTOR shall do all cutting fitting and patching of the Work that may be required to make fts several partscometogether properly and fit to receive orbe received by such otherWork.The CONTRACTOR shall not endanger any Work ofotiiers by cutting excavating or otherwise altering their 109 Work and shall only cut or alter their Work with the written consent of the CONSULTANT and of the other contractor whose work willbe affected. 7.4 If the performance of addftional Work by other contractors or the OWNER is not noted in the Contraa tSSS!?**prior w **execution of to Contract,written notice thereof shall be ^ven to theCONTRACTORpriortostartinganysuchadditionalWork.If the CONTRACTOR believes that the perfonnance ofsuch additional Work by the OWNER or others will cause the CONTRACTOR additional expense orentitles him to an extension of the Contraa Time,he may make a daim therefore asprovided in Articles 11 and 17 75 7l^Practlcab,e'to CONTRACTOR shall build around the work of other separate contractors or S^T^Cha$C5,^and hole$Mre^uired *>receiv«™°to conceal within the general constructionWorktheworkofsuchotherseparatecontractorsasdirectedbythem.Where such chases,slots,etc are impracticable,the Work shall require specific approval ofthe CONSULTANT. 7.6 Necessary chases,slots,and holes not built or left by the CONTRACTOR shall be cut by the separate contractor requiring such alterations after approval ofthe CONTRACTOR.The CONTRACTOR shall do all patching and finishing of the work of other contractors where it is cut by them and such patching and finishing shall beatthe expense of CONTRACTOR 7.7 Cooperation is required to the use of site facilities and in the detailed execution ofthe Work.Each contractor shall coordinate their operation with those ofthe other Contractors forthe best interest of the Work to orderto prevent delay in the execution thereof. 7.8 Each of several contractors working on the Projea Sfte shall keep themselves informed of the progress of the work of other contractors.Should lack of progress ordefective workmanship on the part of other contractors interfere with the CONTRACTOR'S operations,the CONTRACTOR shall notify the CONSULTANT immediately and In writing.Lack ofsuch notice tothe CONSULTANT shall be construed as acceptance by the CONTRACTOR of the status of the work of other contractors as being satisfactory forproper coordination of CONTRACTOR'S ownWork. 7.9 The cost of extra Work resulting from lack of notice,untimely notice,failure to respond to notice, Defective Workor lack of coordination shall bethe CONTRACTOR'S cost 7.10 The CITY reserves the right in the event the CONTRACTOR cannot provide an ftem(s)orservice(s)to a timely manner as requested,to obtain the good and/or services from other sources and deducting the costfrom theContraa Price without violating the intent ofthe Contract ARTICLE 8 -CITY'S RESPONSIBILITIES 8.1 The CITY will Issue all communications to the CONTRACTOR through the CONSULTANT. 8.2 In cases oftermination ofemployment ofthe CONSULTANT,the CITY will appoint a CONSULTANT whosestatus under theContraa Documents shall bethatofthe former CONSULTANT. 83 The CITY shall promptly furnish the data required ofthem under theContraa Documents. 8.4 The CITTS duties in respea to providing lands and easements are setforth in Paragraphs 4.1 and 47 85 The CITY shall have the right to take possession of and use any completed or partially completed portions of the Work,notwithstanding the faathat the time for completing the entire Work or any portion thereof may not have expired;but such taking possession and use shall notbe deemed an acceptance of any Worknot completed to accordance with theContraa Documents. ARTICHE f -CONSULTANTS'STATUS during construction. City's Representative! 9.1 The CONSULTANT shall be the CITTS representative during the construction period.The duties and responsibilities and the limitations ofauthority of the CONSULTANT as die CITY'S representative during construction aresetforthin Articles I through 16 ofthese General Conditions and shaH notbe extended withoutwrittenconsentoftheCITYandthe CONSULTANT. 9.1.1 The CONSULTANTS dedsion,in matters relating to aesthetics,shall be final,Ifwithin the terms of the Contraa Documents. 9.17 Except as may be otherwise provided in this contract all claims,counterclaims,disputes and other matters in question between the CITY and the CONSULTANT arising outofor relating tothis Contraaorthe breach thereof,shall be decided in a court of competent jurisdiction within the State of Florida. Visits to Ste; no 97 The CONSULTANT shall provide an inspector to make periodic visits tothesiteateach phase of construction to observe the progress and quality ofthe executed Workandto determine iftheWorkis proceeding in accordance withtheContraa Documents.His efforts shall bedireaed toward providing assurance fortheOWNERand all applicable regulatory agencies that construction isin compliance with the Construction Documents and applicable laws,rules and regulations.Onthe basis oftheseon site- observations asan experienced and qualified design professional,he shall keepthe CITY informed ofthe progress oftheWorkand shall guard the OWNER against defects and deficiencies intheWorkof CONTRACTOR. Clarifications and Interpretations: 9.3The CONSULTANT shallissue,with reasonablepromptness,suchwritten clarifications or interpretations of the Contraa Documents(intheformof Drawings or otherwise)asitmaydeterminenecessary,which shall beconsistentwith,or reasonably inferable from,the overall intentofthe Contraa Documents.If the CONTRACTOR seeks an increase in the Contraa Price or extension of Contraa Time based on a written clarification and/or interpretationit shall be required to submit a timely claim as provided in Articles 11 and 17 Measurement of Quantities: 9.4AllWork completedunderthe Contraa shall bemeasuredbythe CONSULTANT accordingtothe UnitedStatesStandardMeasures.All linearsurfacemeasurementsshallbemadehorizontally or vertically as required by the item measured. RejectingDefective Woric 9.5 The CONSULTANT shallhaveauthoritytodisapprove or rejea Work thatis"Defective Work"as defined inArticle I.It shall also have authority torequire special inspection ortestingoftheWork including Work fabricated onoroff sfte,installed or completed as provided.In theeventthatthe CONSULTANT requirestestingof completed Work,thecostofsuch inspections and/or testing shall be approvedinwritingbythe CITY.All consequential costofsuch inspections and testing including butnot limited tothecostoftestingand Inspection,thecostof repairing anyofthe Work,ortheworkofothers, thecostto move furniture and equipment and/orthecostto provide alternative facilities until therepair workcanbecompleted,shall paid bythe CONTRACTOR ifthe Work is found tobe Defective Work. Shop Drawings.Change Orders and Pxymentsi 9.6 In connection with the CONSULTANT responsibility asto Shop Drawings and samples,see paragraphs 6.25through678,inclusive. 9.7 In connection wfth the CONSULTANTS responsibility for Change OrdersseeArticles 10,11,and 17 9.8 In connection wfth the CONSULTANT responsibilities with respeatothe Application for Payment etc, see Article 14. Decisionson Disagreements: 9.10 The CONSULTANT shall bethe initial interpreter ofthe Construction Documents. Limitations onConsultant's Responsibilities: 9.11 The CONSULTANT will notbe responsible for the construction means,methods,techniques,sequences or procedures,orthe safety precautions and programs Incident thereto. 9.12 The CONSULTANT will not be responsible for the acts or omissions ofthe CONTRACTOR,or any Subcontraaors,or any oftheir agent servants or employees,or any other person performing any ofthe Workunderorthroughthem. ARTICLE 10 -CHANGES IN THE WQR* 10.1 Without invalidating theContraathe CITY may.at any time or from time to time,order additions, deletions or revisions In orto the Work which shall only be authorized by a written Change Orders. Upon receipt ofa Change Order,the CONTRACTOR shall proceed with theWork involved.All such Work shall be performed under the applicable conditions ofthe Contraa Documents.If any authorized written Change Order causes an increase or decrease inthe Contraa Price oran extension or shortening oftheContraaTime,an equitable adjustment will be made as provided in Article 11 or Article 17 A written Change Ordersigned by the CITY and the CONTRACTOR indicates their hi agreement to the terms 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 thetime to complete the Work under the circumstances.The failure to include a time extension in die Change Order orin the request for achaiigeordershallresuftinawarverofa^ due to the change in the work as refteaed in the Change Order. 107 The CONSULTANT may authorize minor changes or alterations in the Work not involving extra cost and not inconsistent with the overall intent of the Contraa Documents without the need for a formal written Change Order provided the CONTRACTOR does not request additional time or additional compensation.These may be accomplished by a written Field Order.Ifthe CONTRACTOR believes that any change or alteration authorized by the CONSULTANTS Field Order would entitles the CONTRACTOR to an increase in the Contraa Price or extension ofContraa Time,it must submit a written notice ofintent to demand a Change Order within twenty four (24)hours ofthe issuance ofthe Field Order and submit a written proposal for Change Order within four (4)days thereafter,otherwise the CONTRACTOR shall be deemed to have waived such claim. 103 Additional Work performed by the CONTRACTOR without authorization of a written Change Order shall not entitle it to an increase in the Contraa Price or an extension of the Contraa Time,except in the case ofan emergency as provided in paragraph 672 and except as provided in paragraph 107. 10.4 The CITY will execute appropriate Change Orders prepared by the CONSULTANT covering changes in the Work,to be performed as provided in paragraph 4.4,and Work i«rformed in an emergency as provided in paragraph 6.22 andany other daim ofthe CONTRACTOR for a change in the Contraa Time ortheContraa Price which is approved bythe CONSULTANT. IOS It is the CONTRACTOR'S responsibility to notify its Surety of any changes affecting the general Scope of the Work or change In the Contraa Price or Contraa Time and the amount ofthe applicable bonds shall be adjusted accordingly.The CONTRACTOR shall furnish proof ofsuch an adjustment tothe CITY before commencement ofthe Change Order Work.The Work shall be stopped until the CONTRACTOR provides such proof ofadjustment in the Bond amount and any such delay shall be chargedto the CONTRACTOR. ARTICLE 11 -CHANGE OF CONTRACT PRICT M.I The Contraa Price constitutes the total compensation payable to the CONTRACTOR for Performing the Work.All duties,responsibilities and obligations assigned toor undertaken by the CONTRACTOR shall beatits expense without changing theContraa Price. 117 The CITY may,at any time,without written notice to the sureties,by written order designated or indicated tobea Change Order,make any change in the Work within thegeneral scope ofthe Contract, including butnot limited to changes toorto: 1171 Specifications (including drawings and designs); 1172 Method or manner of performance ofthe Work. 1173 CITY-furnished facilities,equipment materials,services,or site;or 117.4 Acceleration in the performance ofthe Work 113 Exceptas provided inthissection,or sections referred tointhis section,noorder,statementor condua ofthe CITY shall betreatedasa Change Orderor entitle the CONTRACTOR toan equitable adjustment unless and until the change intheWorkis specifically and expressly provided for to a written Change Order,orasotherwise provided inanothersection oftheContraa Documents. 11.4 When a Change Orderis issued bythe CONSULTANT and signed bythe OTY or issued by the CITY in writing,the COJSfTRACTOR shall perform theWork even Ifthe CONTRACTOR doesnotagree with die dollar amount ofthe Change Order.Ifany Change Order causes an increase or decrease to the CONTRACTOR'S costof,or thetime required for,the performance of any partoftheWork under this Contractfor which the CITY andthe CONTRACTOR cannot reach a timely agreement,an equitable adjustmentbasedon the cost ofthe Work shallbemadeandthe Contraa modified accordingly. 11.5 Ifthe CONTRACTOR intends toasserta claim foran equitable adjustment orcontestthe equitable adjustmentmadebythe CONSULTANT,it shall,within ten (10)calendar days afterreceiptofawritten Change Order,submit tothe CITY and CONSULTANT awritten notice including astatementsetting forththe general natureand monetary extentof such claim for equitable adjustment time extension requested and supporting data.In determining thecostofthe Change Order,thecosts shall be limited to those listed in section 11.7 and 11.8. 11.6 Nodaimbythe CONTRACTOR foran equitable adjustment hereunder shall be allowed ifnot submitted toaccordancewiththissectionorifassertedafter final paymentunderthis Contract 112 I 11.7 The value ofany Work coveredbya Change Orderorofany claim foran increase or decrease inthe Contraa Priceshallbe determined inone of thefollowingways: 11.7.1 Bynegotiatedlump sum j 11.7.2 Onthe basis ofthe reasonable costand savings thatresults from the change in theWork plus a !mutually agreed uponfeetothe CONTRACTOR tocover overhead andprofitnottoexceed j 15%.If the CONTRACTOR disagrees with the CONSULTANTS determination ofreasonable costs,the CONTRACT shall providealistof all coststogetherwfthbackupdocumentation |11.8 The term cost of the Work means the sum of all direa extra costs necessarily incurred and paid bydie |CONTRACTOR intheproper performance ofthe Change Order.Except as otherwise may be agreed toinwritingby CfTY,suchcosts shall beinamountsnohigherthanthose prevailing in Miami-Dade Countyand shall include onlythe following items: 11.8.1 Payroll costsforemployees In thedireaemployofCONTRACTORinthe performance of the Work described In the Change Orderunderschedulesofjob classifications agreed uponbyCITY and CONTRACTOR.Payroll costsforemployeesnotemployed full timeon the Work shall be apportionedon the basisoftheirtimespentonthe Work.Payroll costsshallbelimitedto: salaries andwages,plusthecostsof fringe benefitswhich shall indude social security contributions,unemploymentexciseand payroll taxes,workers'compensation,health and retirement benefits,sick leave,vacation and holiday pay applicable thereto.Such employees shall indude superintendents and foremen atthe sfte.Theexpensesof performing Workafter regular working hours,on Sunday or legal holidays shall be included inthe above only if authorized by CITYand provided itwasnotinany way,whetherinwholeorinparttheresultofthe fault ofthe CONTRACTORdueto negligence ofthe CONTRACTOR orthose acting byor through himor due In wholeor in parttoDefective Work ofthe CONTRACTOR. 11.8.2 Costof all materials and equipment furnished and incorporated inthe Work,induding costsof transportation and storage,and manufacturers'field services required in connection therewith. TheCONTRACTOR shall notify theCITYof all cash discounts thatare available and offerthe CITY the opportunity to deposit funds wfth the CONTRACTOR for the payment for items that offera discount Cashdiscounts shall accrue to CONTRACTOR unless the CONTRACTOR fails totimely notify theCITYofthe discounts oriftheOWNER deposits funds with CONTRACTOR withwhichtomake payments inwhich cases thecash discounts shall accruetotheOWNER.All trade discounts,rebates and refunds,and all returns from sale of surplus materials and equipment shall accrue to OWNER,and CONTRACTOR shall make provisions sothatthey may be obtained. J1.83 Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors.If required by CITY.CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to him and shall deliver such bids to CITY who will then determine, with the advice ofthe CONSULTANT,which Bids will be accepted.No subcontraa shad bea cost plus contraa unless approved in writing bythe CITY.If a Subcontraa provides that the Subcontraaor is tobe paid onthe basis of Cost ofWork plus a fee,thecostoftheWork shall be determined to accordance this section 11.8 and in such case theword "Subcontraaor"shall be substituted for the word "CONTRACTOR". 11.8.4 Rentals of all construction equipment and machinery,except hand tools,and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved byCITY with the advice ofCONSULTANT,and the costs oftransportation,loading, unloading,installation,dismantling and removal thereof -all in accordance withtermsof said rental agreements.The rental of any such equipment,machinery or parts shall cease when the usethereofisno longer necessary for theWork. 11.8.5 Sales,use or similar taxes related to the Work,and for which CONTRACTOR Is liable,Imposed byanygovernmental authority. 11.8.6 Payments and fees for permits and licenses.Costs for permits and licenses must be shown as a separate Item. 11.8.7 Thecostof utilities,fuel and sanitary facilities atthe site. 11.8.8 Minor expenses such as telegrams,long distance telephone calls,telephone service at the site, expressageandsimilarpettycashitemsinconnectionwith the Work. 11.8.9 Cost of premiums for additional Bonds and insurance required solely because ofchanges to the Work,notto exceed two percent (2%)ofthe increase in theCostofthe Work. II .9 The term Cost ofthe Work shall NOT include any ofthe following 113 11.9.1 Payroll costs and other compensation of CONTRACTOR'S officers,executives,printipals (of partnership and sole proprietorships),general managers,engneers.architects,estimators,lawyers, agents,expediters,timekeepers,clerks and other personnel employed by CONTRACTOR whether at the sfte or In its principal ora branch office for general administration ofthe Work and not specifically included in the schedule referred to to Subparagraph 115. 11.9.2 expenses of CONTRACTORS principal and branch offices other than Its office atthe sfte. 11.93 Any part of CONTRACTORS capital expenses,Including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 11.9.4 Cost of premiums for all bonds and for all insurance policies whether ornot CONTRACTOR is required by the Contraa Documents to purchase and maintain the same (except as otherwise provided in Subparagraph 11.8.9). 11.9.5 Costs due tothe negligence of CONTRACTOR,any Subcontractor,or anyone directly or indirectly employed by any of them orfor whose acts any of them may be liable,induding but not limited to,the correction of defective work,disposal of materials or equipment wrongly supplied and making good any damage to property. 11.9.6 Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly induded in Paragraph 11.8. 11.10 The CONTRACTOR'S fee which shall be allowed to CONTRACTOR for its overhead and profit shall be determined as follows: 11.10.1 Amutually acceptable firm fixed price;or if none can be agreed upon. I f.107 Amutually acceptable fixed percentage (not to exceed 15%). ILI 1 The amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in anet decrease to cost will bethe amount ofthe actual net decrease in costs calculated in the same manner as provided in 11.8.When both additions and credits are involved in any one change,the net shall be computed to indude overhead and profit identified separately,for both additions and credit provided however,the CONTRACTOR shall not be entitled todaim lost profits for any Work not performed. **I!£"I ""Jg FQR COMPLETION.UOUIDATED DAMAGES AND CHANGE OP THE CONTRACT TIME, 171 Time is oftheessence to this contraa and the date ofbeginning and thetime for completion ofthe Work are essential conditions oftheContraa Therefore,the Work shall becommenced on thedate specified inthe Notice to Proceed and completed within the time specified for completion ofthe work. 127 The CONTRACTOR shall proceed with the Work atsuch rate ofprogress to ensure foil completion within the Contract Time.It is expressly understood and agreed,by and between the CONTRACTOR and the OWNER,thatthe Contraa Time for the completion ofthe Work described herein isa reasonable time,taking into consideration the average dimatic and economic conditions and other fattors prevailing In the locality ofthe Work.No extension oftime shall be granted due conditions thatthe Contractor knew ofor should have known of before bidding on the projeaor due to inclement weather, except asprovidedinsection 177. 123 Ifthe CONTRACTOR shall fail to complete the Work within theContraa Time,or extension of time granted by the CITY,then the CONTRACTOR shall pay tothe OWNER the amount of liquidated damages as specified intheContraa Documents for each calendar day after the scheduled datefor completion as adjusted by written Change Orders that extended the completion date. 173.1 These amounts arenot penalties butare liquidated damages incurred by the OWNER for its inability to obtain full useoftheProjea Liquidated damages are hereby fixed and agreed upon between the parties,recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained asa consequence of such delay,and both parties desiring to obviate any question ordispute concerning the amount of said damages andthecostandeffeaofthe failure of CONTRACTOR to complete theContraaon time.The above-stated liquidated damages shall apply separatelytoeachphaseofthe Projea for which atimefor completion is given. 1237 CITY is authorized todeduathe liquidated damages from monies dueto CONTRACTOR forthe Work under this Contraa 12.4 TheContraa Time may only be.changed bya written Change Order.Any claim foran extension in the CONTRACT TIME shall be basedon written noticedelivered to theCITYand CONSULTANT within five (5)business days ofthe occurrence ofthe event giving rise tothe daim and stating the general nature ofthe daim induding supporting data.AH claims for adjustment In the Contraa Time shall be evaluated 114 and recommended bythe CONSULTANT,with final approval bythe CITTS representative.Any change intheContraa Time resulting from any such claim shall be incorporated ina written Change Order. 12.5 All time limits stated in the Contraa Documents are of the essence of the Contraa 12.6 No daim for delay shall be allowed because offailure to furnish Drawings before the expiration of fourteen (14)calendar days after demand has been made in writing to the CONSULTANT forsuch Drawings.Furthermore,there shall beno monetary compensation forsuch delay andthe CONTRACTOR'S soleremedyshallbean extension oftimefor the periodof delay. 177 Extensions tothe Contraa Timefor delays caused bythe effects of inclement weather shall notbe granted unless theweather was unusual for South Florida and could not have been anticipated,the abnormal weather is documented by records from the national weather service andthe abnormal weather Is documented to have had a substantial affected on the construction schedule. 12.8 No Damages for Delay:The CONTRACTOR agreesthathe shall nothave any claim for damages dueto delay unless thedelayexceeds6 months,whether individually or cumulatively,andthenthe damages shall be limited toincreasedcostofmaterialsthatwereunantidpatedand that wouldnothavebeenincurred butforthedelay.Other thanas set forth above,theonlyremedyforanydelay shall belimitedtoan extensionoftimeasprovidedforinSection 12.4 which shall bethesoleand exdusfve remedyforsuch resultingdelay.Other thanas set forth above,CONTRACTORshall not beentitled to anincreaseinthe Contraa Price or payment or compensationofany kind from OWNER for direct indirect consequential, impaa or other costs,expenses or damages,including butnotlimitedto,costsofacceleration or ineffidency,overhead or lost profits,arising because of delay,disruption,interferenceorhindrancefrom anycause whatsoever,whether such delay,disruption,interference or hindrancebereasonable or unreasonable,foreseeable or unforeseeable,or avoidable or unavoidable. 179 The CONTRACTOR waives alldaimsthatarenotpresentedtothe City inwritingon or beforethe 21 st day following the dateoftheeventupon which the claim is based. 12.10 Dispute Resolution:Ifany dispute concerning a question offaa arises underthe Contract otherthan termination fordefaultor convenience,the CONTRACTOR andthechy department responsible forthe administration ofthe Contraa shall makea good faith efforttoresolvethe dispute,ff the dispute cannot be resolved byagreementthenthe department with the advice oftheCity Attorney andthe CONSULTANT shaH ruleonthedisputed issue andsendawrittencopyofits decision tothe CONTRACTOR.CONTRACTOR shall comply wfth such decision and shall not delay the projea ARTICLE 13-GUARANTEE 13.1 The CONTRACTOR shall guarantee and unconditionally warrant through eitherthe manufacturer orthe CONTRACTOR directly,all materials and equipment furnished and Work performed for patent Defective Workfora period ofone (I)year from the date of Final Acceptance as indicated to the CONSULTANT Letterof Recommendation of Acceptance or from thedate when the defect was first observable,whichever is later.Thesame guarantee and unconditional warranty shall be extend for five (5)years from thedateof final Acceptance as indicated inthe CONSULTANT Letterof Recommendation of Acceptance for latent Defective Work The CITY will give notice of observed defects with reasonable promptness.Intheeventthatthe CONTRACTOR should fail to commence to correa such Defective Workwithin ten (10)calendar days after having received written notice ofthe defect or should the CONTRACTOR commence the corrective work,but fail to prosecute the corrective work continuously and diligently and to accordance wfth theContraaDocuments,applicable law,rules and regulations,the CITY may declare an event of default terminate theContraa to whole or in paa and cause the Defective Workto be removed or corrected and to complete the Work atthe CONTRACTOR'S expense,and the CITY shall charge the CONTRACTOR the cost thereby incurred. The Performance Bond shall remain in full force and effea through the guarantee period 137 The specific warranty periods listed In the Contraa Documents,if different from the period oftime listed to Section 13.1,shall take precedence overSection 13.1. 133 CONTRACTOR shall aa as agent on a limited basis for the OWNER,at the CITY'S option,solely for the follow-up concerning warranty compliance for all Items under manufaaurer's Warranty/Guarantee and forthe purpose of completing all forms for Warranty/Guarantee coverage under this Contraa 13.4 In case ofdefault by the CONTRACTOR,the City ofSouth Miami may procure the articles or services from other sources and hold the CONTRACTOR responsible for any excess costs occasioned or incurredthereby. 13.5 The CITY may withhold acceptance of,or rejea Items which are found upon examination,not to meet the specification requirements.Upon written notification ofrejection,items shall be removed within five US (5)business days by the CONTRACTOR at his own expense and redelivered at his expense.Rejected goods left longer than thirty (30)calendar days shall be regarded as abandoned and the City shall have the right to dispose ofthem as its own property and the CONTRACTOR thereby waives any claim to the good or to compensation ofany kind.Rejection for Non-conforming Work or failure to meet delivery schedules may result In the Contraa being found in default ARTICLE 14 -PAYMENTS AND COMPLETION. Payments to Contractor 14.1 The Contraaor shall notbe entitled to any money for any work performed before the issuance ofa Notice to Proceed onthe form described in theContraa Documents and the issuance bytheOtyofa "purchase order",oranyotherdocumentdoesnotand shall not authorize the commencement ofthe Work.At least ten (10)calendar days before each progress payment falls due (but not more often than once a month),the CONTRACTOR shall submit tothe CONSULTANT a partial payment estimate filled out and signed bythe CONTRACTOR covering theWork performed duringthe period covered bythe partial payment estimate and supported by such data as the CONSULTANT may reasonably require.All prop-ess payment applications afterthe first progress payment shall be accompanied by partial releases of lien executedby all persons,firms and corporations who have furnished labor,services or materials incorporated intothework during the period oftimefor which the previous progress payment was made, releasing such daims and lien rights,ff any,of those persons,ff payment is requested onthe basis of materials and equipment not incorporated intheWorkbut delivered and suitably stored ator near site, the partial payment estimate shall also be accompanied by such supporting data,satisfactory tothe CITY, which establishes the OWNER'S tide tothe material and equipment as well as certificates of insurance providing coverage for 100%ofthe value of said material and equipment covering the material and equipment from all casualties as well astheft,vandalism,fire and flood.The CONTRACTOR shall replace at its expenseanystored materials paid forwhichareeither damaged orstolenbefore installation.The CONSULTANT will within ten (10)calendar days after receipt of each partial payment estimate,either certifying in writing Its approval of payment and present the partial payment estimate tothe OWNER,or returnthe partial payment estimate tothe CONTRACTOR,indicating to writing his reasons for refusing toapprovepaymentInthelattercase,theCONTRACTORmaymakethe necessary correctionsand resubmit the partial payment estimate.The OWNER,will within thirty (30)calendar days of presentation to ft ofanyapproved partial payment estimate,pay theCONTRACTORa progress payment onthe basis of theapproved partial payment estimate.TheOWNER shall retain ten (10%)percentoftheamountof each payment until final Completionand Acceptance of all Workcoveredbythe Contraa Documents. Anyinterestearnedonthe retalnage shall accrue tothebenefitoftheOWNER. 147 TheCONTRACTOR,beforeft shaO receive final payment,shall deliver tothe OTY a Contractor's Final PaymentAffidavitassetforthto the Florida ConstructionUenStatuteaswellas final releasesof lien executedby all personswhohaveperformedor furnished labor,servicesor materials,directly or indirectly,whichwas incorporated intothe Work.If any person refusesto provide such a release or provides aconditional release,the CITY shall havetherighttoissueajointcheckmade payable tothe CONTRACTORand such person. Contractor'sWarranty of Tide 14.3 TheCONTRACTOR warrants and guarantees thattitleto all Work,materials andequipmentcoveredby an Application for Payment whetherthe Work,material or equipment Is incorporated tothe Projea or not shall have passed totheOWNER prior tothe making ofthe Application for Payment free and clear of all liens,daims,security interest and encumbrances (hereafter inthese General Conditions referred to as"Liens*);and thatnoWork,materials or equipment covered by an Application for Payment will have been acquired bythe CONTRACTOR orby any other person performing theWorkatthesiteor furnishing materials and equipment forthe Project under or pursuant toanag-eement under which an interest thereinor encumbrance thereonis retained bythe seller or otherwise imposed bythe CONTRACTOR or such other person. Approval ftffaymerft 14.4 The CONSULTANTS approval of any payment requested to an Application for Payment shall constitute a representation by him tothe CITY,based onthe CONSULTANTS on siteobservations oftheWork in progress as an experienced professional and on his review ofthe Application for Payment and supporting data,thatthe Work has progressed tothe point indicated in the Application for Payment;thattothe 116 besthis knowledge,information and belief,the quality oftheWorkisin accordance withthe Contraa Documents (subjeatoan evaluation of die Work as a functioning Projea upon substantial completion as defined in Article I,tothe results ofany subsequent tests called forintheContraa Documents andany qualifications statedinhis approval);and thattheCONTRACTORis entitled to payment oftheamount approved.However,by approving any such payment the CONSULTANT shall nottherebybedeemed to have represented thathemade exhaustive or continuous on-site observations tocheckthequalityor the quantity ofthe Work,orthathehas reviewed the means,methods,techniques,sequencesand proceduresofconstructionorthathehadmadeany examination to ascertain howorforwhatpurpose theCONTRACTORhasusedthemoneys paid ortobe paid tohimon account oftheContraa Price,or thattitleto any Work,materials,or equipment has passed totheOWNERfree and clear of any liens. 14.5 The CONTRACTOR shallmakethe following certification oneachrequestfor payment: "Iherebycertifythat the laborand materials listedon this request forpaymenthavebeenusedin the construction ofthis Work andthatallmaterialsincludedinthis request forpaymentand not yet incorporated Into the constructionarenowonthe sfte orstoredatanapproved location,andpayment received fromthelastrequestfor payment hasbeen used tomake payments to all his Subcontractors andsuppliers,except for the amountslistedbelowbeside the namesofthepersons who performed work or supplied materials". In the eventthat the CONTRACTOR withholds payment fromaSubcontractoror Supplier,thesame amount of money shall bewithheldfromthe CONTRACTOR'S paymentuntil the issueisresolvedby written agreement between them andthenajointcheck shall bemade payable to thepersonIn question and the CONTRACTOR to accordance withthe setdement agreement otherwisethemoney shall be held bythe OWNER untilajudgmentisenteredin favor ofthe CONTRACTOR or the person,inwhich casethemoney shall be paid according with said judgmentNothing contained herein shall indicatean intenttobenefitanythirdpersonswhoarenot signatories tothe Contraa 14.6 The CONSULTANT mayrefuseto approve the whole or any part of any payment ff,In its opinion,it is unable tomakesuch representations totheOWNERas required this Section 14.Itmayalso refuseto approveanypaymentoritmayvoidanypriorpaymentapplication certification becauseofsubsequently discovered evidence orthe results of subsequent Inspection orteststo such extent as may be necessary in Hs opinionto protea the OWNER fromlossbecause: 14.6.1 of Defective Work,or completed Work has been damaged requiring correction or replacement 14.67 theWorkforwhich payment is requested cannot be verified, 14.63 claims of Liens have been filed or received,orthereis reasonable evidence indicating the probable filing orreceipt thereof, 14.6.4 the Contraa Pricehasbeenreducedbecauseof modifications, 14.6.5 the CITY has correa Defective Workor completed theWorkin accordance with Article 13. 14.6.6 of unsatisfaaory prosecution oftheWork,including failure to dean up as required by paragraphs 679 and6.30, 14.6.7 of persistent failure to cooperate with othercontraaors onthe Projea and persistent failure to carry out the Work inaccordancewiththe Contraa Documents, 14.6.8 of liquidated damages payable bythe CONTRACTOR,or 14.6.9 of any otherviolation of,or failure to comply with provisions ofthe Contraa Documents. 14.7 jPrior to final Acceptance theOWNER,with the approval ofthe CONSULTANT,may use any completed or substantially completed portions oftheWork provided such use does not Interfere with the CONTRACTOR'S completion oftheWork.Such use shall not constitute an acceptance of such portions of the Work. 14.8 The CITY shall have the right to enter the premises for the purpose of doing Work not covered by the Contraa Documents.This provision shall not be construed as relieving the CONTRACTOR ofthe sole responsibility for the care and protection ofthe Work,or the restoration ofany damaged Work except such as may be caused by agents or employees ofthe OWNER. 14.9 Upon completion and acceptance oftheWorkthe CONSULTANT shall issue a Certificate attached to the final Application for Payment that the Work has been accepted by it under the conditions of the Contraa Documents.The entire balance found to be due the CONTRACTOR,including the retained percentages,but except such sums as may be lawfully retained bythe OWNER,shall be paid tothe CONTRACTOR within thirty (30)calendar days of completion and acceptance of the Work. 117 14.10 Upon The awarded CONTRACTOR will be strongly encouraged to register as an ePayabies Vendor wfth the Owner.The Bank of America ePayabies Solution is an automated card payment process that shifts accounts payable disbursements to corporate purchasing cards.ePayabies,streamline the process of making payments to your organization going forward,the City will provide die CONTRACTOR with a credit card account number to keep on file.This card has unique security features,with $0 ofavailable funds until an invoice is approved for payment After an invoice has received proper and complete approval,an electronic remittance advice will be sent via e-mail,or fax,which notifies the CONTRACTOR that the funds have been transferred in to the account linked to the card for the amount listed on the invoice and/or remittance email.Please refer to the ePayabies Questions &Answers Form contained in this RFP or contaa the OWNER'S finance department at (305)663*6343 with any questions. Acceptance of final Payment,a<f Mm* 14.11 The Acceptance by the CONTRACTOR of final Payment shall be and shall operate as arelease to the OWNER and awaiver ofall claims and all liability tothe CONTRACTOR other than claims previously filed and unresolved.The waiver shall include all things done or furnished in connection with theWork and for every aa and neglect ofthe OWNER and others relating toorarising out of this Work.Any payment however,final or otherwise,shall not release the CONTRACTOR or Its sureties from any obligations under the Contraa Documents or the Performance Bond and Payment Bonds. 14.12 The CONSULTANT may void any certification ofSubstantial Completion or final Completion ofthe Work as may be necessary in his opinion to protect the OWNER from loss ifhe determines,because of subsequently discovered evidence orthe results of subsequent inspection or tests,that 14.171 theWork is defective,or that the completed Work has been damaged due tothe fault ofthe CONTRACTOR or any individual or entity operating under or through it requiring correction or replacement totheextentthatdie projea isno longer Substantially Completed,or in the case of final Completion certification,isno longer Finally Competed. 14.127 theWork necessary tobe completed for the purpose of certifying theworkas being Substantially Completed or finally Completed cannot be verihedt 14.123 daims or Liens have been filed or received,orthere is reasonable evidence Indicating the probable filing or receipt thereofthatif valid and paid,would reduce the amountowing tothe CONTRACTOR BY20%inthe case of Substantial Completion and 5%In the case of final Completion. 14.12.4 thereis Defective Work die value of which,ff deducted from thecontraa price would reduce the amount owing tothe CONTRACTOR BY 20%to the case of Substantial Completion and 5% tothecase of Final Completion. 14.13 Ifthe CONSULTANT de-certifies any portion oftheWorkthatwas certified ("Initial Certification")by the CONSULTANT,the CONTRACTOR shall repay tothe Oty of South Miami anymoneypaid asa result of said Initial Certification being issued which shall be paid only when the decertified workisre certified. ARTICLE IS -SUSPENSION OF WORK ANP TERMINATION, 15.1 The CITY may,at any time and wfthout cause,suspend theWorkor any portion thereof for a period of notmorethanninety(90)calendar days by notice to writing totheCONTRACTORandthe CONSULTANT,which shallfix the date on which Work shall be resumed.The CONTRACTOR shallbe allowedan increase in the Contraa Price oranextensionofthe Contraa Time,or both,directly attributable toany suspension and ff a claim is timely made andifftis allowed underthetermsof Articles HorArtJdelZ City May Terminate 157 IftheCONTRACTORis adjudged bankrupt or insolvent orifhe makes a general assignment forthe benefitofitscreditors,orifatrusteeor receiver is appointed fortheCONTRACTORorforanyits property,orffhe files apetitiontotake advantage of any debtor'sactorto reorganize under bankruptcy or simitar laws,orifhe repeatedly fails to supply sufficient skilled workmenor suitable materials or equipmentorifhe repeatedly fails tomakeprompt payments to Subcontractors orfor labor,materials or equipment orhe disregards laws,ordinances,rules,regulations orordersof any public body having jurisdiction,orifhe disregards theauthorityofthe CONSULTANT,or ff heotherwise violates any provision of,the Contraa Documents,thentheCITY may,without prejudice toany other right or remedyandafter giving the CONTRACTOR andtheSuretyseven(7)calendar dayswrittennotice, M$ terminatetheservices of theCONTRACTOR and take possession oftheProjeaandof all materials, equipment tools,construction equipment and machinery thereon owned bythe CONTRACTOR,and finish theWorkbywhatevermethodftmaydeemexpedient In such case the CONTRACTOR shall not be entitled to receive any further payment until the Work is finished.Ifthe unpaid balance ofthe Contraa Price exceedsthedireaandindireacosts of completing theProject induding compensation for addftional professional services,suchexcess shall be paid tothe CONTRACTOR,ffsuchcosts exceedsuch unpaid balance,theCONTRACTORortheSuretyon the Performance Bond shall paythe differencetothe OWNER.Suchcostsincurredbythe OWNER shall bedeterminedbythe CONSULTANT andincorporatedinaChangeOrder. Ifafter termination of die CONTRACTOR under this Section,ft is determined bya court of competent jurisdiction foranyreasonthatthe CONTRACTOR was not in default the rightsand obligations of the OWNER and the CONTRACTOR shall be die sameasiftheterminationhadbeenissuedpursuant to Section 15.5 15.3 Where the CONTRACTOR'S serviceshavebeensoterminatedby the CITYsaidtermination shall not affea any rights oftheOWNER against theCONTRACTORthen existing or which maythereafter accrueAnyretentionorpaymentofmoneysbythe OWNER duetheCONTRACTOR shall notrelease the CONTRACTOR from liability. 15.4 Uponseven(7)calendardayswrittennotice to the CONTRACTOR andtheCONSULTANT,theCITY may,without cause andwithout prejudice toanyotherrightor remedy,elea toterminatethe Contraa forthe convenience of die OWNER.In such case,theCONTRACTOR shall be paid for all Work executedandaccepted bythe CITY asofthe date ofthe termination,minus any deduction for damage or Defective Work.No payment shall be made for profit for Work which has notbeen performed. 15.4A The CITY reserves the right intheeventthe CONTRACTOR cannot provide an ftem(s)or service^)in a timely manner as requested,to obtain the good and/or services from other sources and deducting the costfromtheContraa Price without violating the intentoftheContract Removal of Equipment 15.5 In the case of termination of this Contraabefore completion for any cause whatever,the CONTRACTOR,ff notified todosobythe CITY,shall promptly remove any part or all ofits equipment andsuppliesfromthepropertyof the OWNER.Should the CONTRACTOR not removesuch equipment and supplies,the CITY shall have the right to remove thematthe expense of the CONTRACTOR and the CONTRACTOR agrees that the OWNER shall not be liable for loss ordamage to such equipment or supplies.Equipment and supplies shall notbe construed to Include such items for which the CONTRACTOR has been paid in whole or in part Contractor May Stop Work orTerminate 15.6 If.through no aaor fault of the CONTRACTOR,the Work is suspended for a period of more than ninety (90)calendar days bythe CITY orbyorder of other public authority,or under an order of court orthe CONSULTANT falls toaa on any Application for Payment within thirty (30)calendar days after it is submitted,orthe OWNER falls to pay the CONTRACTOR any sum approved bythe CONSULTANT, within thirty (30)calendar days of its approval,and presentation,then the CONTRACTOR may,upon twenty (20)calendar days written noticetothe CITY and the CONSULTANT,terminate the Contract The CITY may remedy the delay or neglea within the twenty (20)calendar day time frame,ff timely remedied by the CITY the Contraa shall not be considered terminated.In lieu ofterminating the Contract ifthe CONSULTANT has failed toaa on an Application for Payment ortheOWNER 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 ft has been paid all amounts then due. Indemnification of Independent Consultant 15.7 The CONTRACTOR and the CITY hereby acknowledges that ifthe CONSULTANT Is an independent contraaor ofthe OWNER,the CONSULTANT may be reluctant to rule on any disputes concerning the Contraa Documents oron the performance ofthe CONTRACTOR or the OWNER pursuant tothe terms ofthe Contraa Documents,Therefore,the OWNER,at the CONSULTANTS request agrees to provide the CONSULTANT with awritten indemnification and hold harmless agreement to indemnify and hold the CONSULTANT harmless as to any decision in this regard before the CONSULTANT makes 119 an interpretation,de-certifies a payment application,decertifies Substantial Completion,decertifies Rnal Comj^o^certifiei an event of default,or approves any action which requires the approval of the CONSULTANT. ARTICLE 16-MISCELLANEOUS, 16.1 Whenever any provision of the Contraa Documents requires the giving of written notice ft shall be deemed to have been validly given ff delivered in person to the individual ortoa member ofthe firm or to an officer of the corporation for whom ft is intended,or if delivered ator sent by registered or certified mall,postage prepaid,tothe last known business address. 167 The Contraa Documents shall remain the property of the OWNER.The CONTRACTOR and the CONSULTANT shall have the right to keep one record set of the Contraa Documents upon completion oftheProject 16.3 The duties and obligations imposed by these General Conditions,Special Conditions and Supplementary Conditions,ff any,and the rights and remedies available hereunder,and,to particular but without limitation,the warranties,guarantees and obligations imposed upon CONTRACTOR by the Contraa 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 as a limitation of,any rights and remedies available by law.by special guarantee or by other provisions ofthe Contraa Documents. 16.4 Should the OWNER orthe CONTRACTOR suffer injury ordamage to its person or property because of any error,omission,or aa oftheotherorofany oftheir employees or agents or others for whose acts they are legally liable,daim shall be made in writing to the other party within twenty one (21)calendar days ofthefirst observance of such injury or damage. ARTICLE 17-WAIVER OF fllftV TRIAL 17.1 OWNER and CONTRACTOR knowingly,irrevocably voluntarily and Intentionally waive any right either may have toa trial by jury in State or Federal Court proceedings in respea to any action,proceeding lawsuit or counterclaim arising outoftheContraa Documents orthe performance ofthe Work thereunder. ARTICLE 18 -ATTORNEYS FEES JURISDICTION /VENUE /GOVERNING LAW, 18.1 The Contraa shall beconstrued in accordance with and governed by thelaw ofdie State of Florida. 18.2 The parties submit to the jurisdiction ofany court ofcompetent jurisdiction In Florida regarding any daim or action arising outofor relating totheContraaorContraa Documents.Venue of any action to enforce the Contraashall be in Miami-Dade County,Rorlda. 183 Except as may be otherwise provided to the Contraa Documents,all daims,counterdaims,disputes and other matters in question between theOWNER and theCONTRACTOR arising outofor relating to thisContraaorthe breach thereof,shall be decided In acourtof competent jurisdiction within the State of Florida. ARTICLE 19 .PROIECT RECORDS. 19.1 The CITY shall have right toInspeaand copy during regular bustoess hours at OWNER'S expense,the books and records and accounts of CONTRACTOR which relate in any way tothe Project and to any daim for additional compensation made by CONTRACTOR,and toconduaan audit ofthe financial and accounting recordsof CONTRACTOR which relatetothe Projea CONTRACTOR shall retain and make available to CITY allsuchbooksandrecordsand accounts,financial or otherwise,whichrelateto theProjeaandto any daimfora period ofthree(3)years following final completion ofthe Projea During the Projea andthethree(3)year period following final completion oftheProject CONTRACTOR shall provide CITY access to its booksandrecordsupon five (5)business da/s written notice. 197 CONTRACTOR and all ofits subcontraaors are required to comply wfth the public records law (s.119.0701)while providing serviceson behalf oftheOWNERand the CONTRACTOR,undersuch conditions,shall incorporate this paragraph in all ofits subcontracts forthisProject CONTRACTOR anditssubcontraaorsare specifically required to:(a)Keep and maintain public records that ordinarily and necessarily would be required bythe public agency inorderto perform the service;(b)Provide the public wfth accessto public recordsonthesametermsand conditions thatthe public agency would providetherecordsandatacostthatdoesnotexceedthecost provided inthischapterorasotherwise 120 pro^kW by taw;(c)Ensure that pubflc records d« records iSsdo«ure requirementsare riot dlsdo^ requirementsfor retaining public recordsand trwtf«w,atno cost to me pub^ topossessionofthe coiTtraac*upon teiTrin^ that ire exempt or confidential andexemptfrom pubic recordsdisclosurerequirements.AH records stored eJearantaally must foe providedtothe rxiblk«ujeiKy to f«BtVa\aWa^ftela1a\a gfta^fc^affAam^Beaam^am*^^M^^^^mm^m ^aaA AaW*m MimllaV «ma^a^aMa^aVetuumiiHuoneacnnotQ£r systems or roe budiic agency* 193 ffCONTRACCTORorltssubcomiaaordoesnotcom have the ttpit to enforcethiscontract provision byspecificperformanceand the person who violates this provukxisheflbeBibktoOWNBltorta Incurred In al proccccttngs,whether sdnisiiaifative or cMI courtand In allappellate uimeeding!, AimctaC »-tFvnMmi rnr 20.1 tfsnyprovbkm ofthe Cornea orthe applk^^ be held bwiltd or uiiefifbrceab^ persons or situations other than those as to which H:d^havebeenheld liwaHd or w^^ ikk beaffectedthereby,ainlsr permitted by aw. ARTICLE 21 -MPEPEMPEilT CONTRACTOR. 21.1 Trie CONTRACTORb an IndepemlentCOhrr^ CON111ACTOR shaH beby eniployees o^ CONTRACTOR,andnotas officers,employees,or agsitt of die OWNBLPerso^ ra^onslbuTties,sodd securi^ dmlEara«kr)toistritive procedure the CONTRACTOR. ARTin P n,.ASSIGNMENT. 271The CONTRACTOR shall not transfer or assign any of itirtfitterducfe •rf^under dm tenns,condMom CftyManager.TheOnTwillnttimpaasoiiaty CONTRACTOR'S rgits.The COT may,to Its sole and afatokM CONTRACTOR to ass<p its cfatie^hi any eventtheOTY shall not consetttosudiassfciriKtftijnle*^ theApeemembydieasMgr^ sadt&crion andthe assignee executesaft ofdmContraa Documems diet werere bythe CONTRACTOR IN WTlTiESS WHEREOF,die parties heretohawexecuted thttGeneral Oxxfitions to admowteta theirtoduskwaspartoftheContraaDocumentsonthlifpdiyd&ifjJjf-.20/$: Signature: 111 *JT ,20jfS PrintSfctttor/tName;vM<ktr?d i5TC»*^^Jf^*^ TrdeofSteattory:*p)V^4^SJl>Jdfc>* OWNER:CrD^FMUTHI EXHIBITS Supplementary Conditions CKyemJn Dratnage Improvement Project, RFP*PW-MIS-lf A.Contutant to accordance wtthARTKLE I ofth,General Cowflttow CONSULTANT b defined a»the P""""""™6^at the CONSULTANT In the Supplementary Condtiam or ifnone,then OTr* dea£ated representative aa Identified In the Supplementary Comttara.The CONSULTANT*,If any. •"•"•"/a Deafriated fepreienatW*name.•ddreu,te^>hoTOlnlmbe^tndfi^Irtte number area. foHowK Cwi**am:T.Y.Lyiw IntematiomW^Rosa 201 Alhambraarde,Suite900 Coral Gabtes.H 33134 Phowc 305/567-1888 fax:305/567-1771 CMI Works,Inc. BH\N.W.l7StreetSuite 108 Doral,R 33126 Phone:305/591-4323 a TemlnadOflcrSiAt*Nodiing herein shall preverrt the CHY from tj^^ ittrvlees ofdie CONSULTANT or ftm C PtasfoQxistTiictt^ Document!without charga.Any addftional copies r**^wfn be furnisfted totted costtothe CONTRACTOR equal to die leproducdoncost D.TheSoDt»ofSef*c«;dsore^^ and m the attached s^CMtt^ E Contractor shaBconrtwfm the ^^ In die attached EXHIBIT2 andif there Is F.TheWorkdiaQbeoompietodlnfJLDB^^ In such evrn the Contract shdl take prece^ tetiieConUeatdiaiiita^ INWITNEBWIUIIEO£ackrxnvtedy their tnduskffl as pan f^^nf -^fyfjfr ,?q/). COHIMCTOkfjffl £&<>* PrintSignatoryi Nanw _ Title ofStpittory:m OWNBL CITY OF SOUTH MIAMI Signature: Steven Alexander Cfty Manager -i-n dpi #3>M-*^olS~lf CTQBConstructionTradesQualifying Board BUSINESS CERTIFICATE OF COMPETENCY. E251302 MAGGOLC INC D.B.A.: GONZALEZ MARIO iscertified under the provisions ol Chapter 10 of Miami-Dade County ; Local Business TaxReceipt Miami-Dade County,State ofFlorida -THIS (S NOTABILL-DONOTPAY 56B4064 BUSINESS NAME/LOCATION MAGGOLC INC 11020 SW 55 ST MIAMI R 33165 OWNER MAGQOLC INC Workers) RECEIPT NO- RENEWAL 5928487 EXPIRES SEPTEMBER 30,2016 Must be displayed at place of business Pursuant to County Code Chapter 8A-Art.9&10 SEC.TYPE OF BUSINESS 196 SPECIALTY ENGINEERING CONTRACT!!A™v ™?!^™PE251302BYTAXCOLLECTOR S75.00 07/16/2015 ECHECK-!5-158260 This local Businats Tax Receiptonly confirms payment o[the Local Business Tax.The ReMipl isnot alicense, permit,ora certification o(the holder'*qualifications,todo birtirtess.Holder must comply with any governmental ornonjovemmental regulatory lews nor/requirements which apply to thebusiness. The RECEIPT NO.above must bo displayed on allcommercial vehicles -Miaml-Oade Code Sac 8a-275. For more information,visitwwwmiamidade.qQvrtmtcQllector STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ?n°.^7^rT'0N INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL32399-0783 GONZALEZ,MARIO H MAGGOLC INC 11020 SW55TH STREET MIAMIFL 33165 Congratulations!With this license you become oneofthenearly one million Floridians licensedbytheDepartmentofBusinessand Professional Regulation.Our professionals and businesses range from architects to yacht brokers,from boxers to barbeque restaurants andtheykeep Florida's economy strong. Everydayweworktoimprovethewaywedo business inorderto serve you better.For information about ourservices,please log onto www,myfloridalicense.com.Thereyoucanfindmore information aboutour divisions andthe regulations that impact you,subscribe todepartment newsletters andlearnmoreaboutthe Department's initiatives. Our mission atthe Department is:Lioense Efficiently,Regulate Fairly We constantly strive toserve you better sothatyoucan serve your customers.Thankyoufordoing business in Florida, and congratulations on your new license! DETACH HERE RICKSCOTT,GOVERNOR (850)487-1395 STATEOF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSiDNAlREGULATION CUC1224888 ;ISSUED:.06/15/2014 CERT UNDERGROUND &EXCAV £NTR GONZALEZ,MARIO H MAGGOLC INC^:..r..~"•• IS CERTIFIED under the provisions of Ch.469 FS. Expirationdate:AUG 31.2016 LMOS15O001743 KENLAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD The UNDERGROUND UTILITY &EXCAVATION CO Named betow IS CERTIFIED Under the provisions of Chapter 489 FS.. Expiration date:AUG 31,2016 GONZALEZ,MARIOH MAGGOLC INC 11020 SW55TH STREET MIAMI FL 33165 0$fc STATE OF FLORIDA DEPARTMENT OFBUSINESSANDPROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEEFL 32399-0783 GONZALEZ,MARIOH MAGGOLC INC 11020 SW55TH STREET MIAMIFL 33165 Congratulations!With this license you become oneofthe nearly one million FloridianslicensedbytheDepartmentof Business and ProfessionalRegulation.Our professionals and businesses range fromarchitectstoyachtbrokers,from boxersto barbeque restaurants, and they keepFlorida's economy strong. Every daywe work to improve thewaywedobusinessinorderto serveyoubetter.For information aboutourservices,pleaselogonto www.myfJortdalicense.com.Thereyoucan find more information aboutourdivisionsandtheregulationsthatimpactyou,subscribe todepartmentnewslettersandlearnmoreabouttheDepartment's initiatives. OurmissionattheDepartmentis:License Efficiently,Regulate Fairly. Weconstantlystriveto serve youbettersothatyoucanserveyour customers.Thankyoufordoing business inFlorida, and congratulations onyournewlicense! DETACH HERE RICK SCOTT,GOVERNOR (850)487-1395 jSTAT^qF FbOBlDA-;^; pEPA^m5ffi|^F^Sys.lNESaAND WmB. -RG29,110jr ••-••"S^SS^iS „..RGSIST^RES^Ki(^^|fti0^S^^SS-'P.:doSIzALEz;^^^^^l^^^^|r:." i^ii&BffllpjtHH ••BfcSt-WSsSsw Ji"\J"gMR^iteig^^ KEN LAWSON,SECRETARY :3pj#^ie|A^?:-v\. ~^2DJir^TM^T:6FjyS^RJEQU^AliipN LICENSE NUMBER diss CO|4STRUCTIONlNDUSTR^LICENSING BOARD S*^ .^CG^NERAL:C(?|ilTRAeTefR~r*-JZ ~Z Nafnfd^lowHASREeiSTEREQ -Ui5d#tJ5%i!}Svis1ohs:*^' ;.'•E^raJo^^te^Af" ISSUED:08/02/2015 DISPLAY AS REQUIRED BY LAW v \-- fc vV SEQ#L150S020001221 EXHIBIT #I Attachment D:Project -Twin Lakes Plans prepared by Civil Works,Inc. TwinLakes Roadway andDrainageImprovements" 56 LIST OF SHEETS: TWIN LAKES DRAINAGE IMPROVEMENTS CITY OF SOUTH MIAMI 4795 SW 75 AVE MIAMI,FLORIDA 33155 sht.No.nEscniPiiow P-t.I ;COVERiSHEE? C-2'GENERALNOItS C-3 DRAINAGE.UAP .C-4 drainage:STRUCTURE TABLE C-&-22 PLAN.SHEETS C-2?DRAINAGE DETAILS >,*I I »nttTB GILL 811 I •LI I.UUTOM TOT DIG RMnWlhii PROJECT LOCATION SfNCMffK Of RECORft(l«mf.RFTI P f • 'Pis «3«42 LOCATION SKETCH PUBLIC WORKS ENBHSBWG WVSOM PREPARED'.BTi Civil Works^fne, cotfeutrore ehgncErs Mai «.w.r?'sT.SiJ"o ioa. DOfiAL.FL.33120 (305)581-4323.' CA 0J52B .. Ukftni ♦CofoJSprtntvs ♦Qrtwkio PERMIT SET 06/01/15 '•'tNSf-- ^-F Of • «#'$3L0N,y&Bm3 1^&v N^afij^ z^mmvmm ----'ma saaioQ Toai>ra ite»*B£^tt*o^-"auras*j .^PMngg^ ./MS3uran ,,'_'SUM? ^oqrguwb staqrasaraijc^saNvi atauLSK 4oaro-4N«aT]^^^ !?sacwi «a**Bg»r raw Muaa&iitefci mouses*l. :*&*&&}Mi*%hlUJM-*,lWJ»<W?S30 inW^:»sawn"i»tf«fiLxyMrt»*«u anBf^Hoa»Msm*.^^isw.st :mmfrte.&Q..ziiJ£ S3£ON:T58HaeP; 7,K' m*^ ^aiMHWwiJ^u^ ^«l Tfrmi •".'"''':'l''iV r'|,,,,'t..-,,r =.....'...'."'._»///-,:1 '•!|^'U^'^i.""iV.J:1;"'V>>>",..''V'r •"-,',",,,,,','.'•'•|-=''' 1 J •• i<TTA •»..nrueer .JRJMfLEVi I liWER^EIE^TIO^:bottom p-"i '"'M ;•REMARKS/STRUCTi^ZE',J*,...,.jS .'-_^:;v«;. '-isa.MAfcitfOLE !Ctf aorajw**2HJsevn ::7,80 e£4St&^t.*tft 'X3&.Wte'-.l ."*3:51x3^* .s£MANHQUE ..,.Ct6--.-•fasamiih,h..'«MMK"!••3S»*..'v&^ausMi ^stStt '^Jb;'J1 0:90:j ,..asiaay '. •sa.V INIsET -•J "C-7 .^M&33r jaggR :.7.53 •;,\-v._•LjfcafcJ 1!'1"'w'#i&»M,,Ji'if*M!"'^'\4JlHQUNDV •'''''-:• -Sf4-'•ii«r •:csr 32**3:3$;18£2'L .'7:7$•'"_..-rf I j<,„*:4Q.:JWOfiO^„...vf&mm •--S©.mm:,.:»••.=34»:79:j;li «ay«"•*TM \•ifis •M iL73i ."i~"-•'\'^77^;.'^W^ME^^te^ROUWd: '^e"J ;---V ^WHSr-'•'.'•-../.<£».',39tn&%"".JRWL.1 7.62 1 1162;j :(*>38l zS'tsmBL...,,*., ^7 :•)'"•'MMflqtE •../«&:*'.;.*;c^o:09i_,&«*&....,.8J25 "1173-..]03»l'Bt77jr •'"-'SlOMMEBWiT^^'."'"''' S3 MANHOLE .c-ja :r -4WHBS*'««a?atr :*:is 1 1J3 •L^Wt77..?SKI«RrlEK.EACTA^I>«^SXSIDiR3ii^ SB MAftWPUE -'I =3 •"".G-lt'"i >42*^<»:v2i.dta %$6 ,E)C4iS54rj .EC4,5^3»^;fi»».L--:j»^»Eir\A^5rsicfeSS«3^-< Sf«L "'d M8NHOK c-n .J3fi;j$g&yiMt)>:;&ao .;EX,3»8?±PCi3,87i 3U7^-,^xa7,,J*-3^5^3:5^ ;m&.[IfcLET '&i$..SasBs&dBfr?1 '3&SK6.H r>m:3J9i;"•.•sp^i ^•^".•\j'«r r ,#Br,waCj.fciti .,.L'••".•::-"•••;,. S-OZ .ilWLET esA-•sfci3&a»£r iiSvl .7.83 1183 swa,..ri/.•5r"fWPOJ5'.:.V.VV.-:,J .H^Mft^,-._.t...._-;. s-m .-.WHWHRl*.oM 3P8WB-'i"jKeafrt-•."JC»,:<^EXftQS*.i.Ol?..•rtfin.1 '^REMiqiiftGtm^^ satf ;:._.ifiteST?;...'^:.-.*0*j ..:i #2*07,47?;;LLS9'L ..8.23 a^s:?uw;:^^aoi^a-. S-1S .war r";%-"4*^-:i .J72+$£C7i 1 ,j&8£&.>,.7.-95 ';EXft35fc EX^;4(te:ESS ;.flw-1:^M0V^!EXiST.MAjNJ^Dt^^iStX&O? *3ft ifi/M«H0LE C-28,ib&mm ."•Adfffe,*.:-^iS8 i ~m?$5&:floaw1 J2&S Ml35f ,Sl01lr1^feRlE^5rSlbE325i)i3;5,. S-17 .lifOTiUSetJ i 'i"•......:•-,1 't,^•-J ,"'---•-. S#tf ,-tmsir'-""C#&82+16:82:^1^3»t.,.<8i20.,.2.«Q-1 1 f O;00 iK^'RblllMD J £».mmw .:021'.SCftEftOQ 'ilWsB:.Sfc»swp:?-2.n»:1-1.-.•..4 •\:'JM-i,a.:4tfffl6GND sm-imam*""•^21-&M&4&frOFR •«$£"i =-^qo:;-^ooyr.•vAMCi '-f.LlftT'.;WtW..SKIMMER/fttOilTftSiPE^^iS'' £21,•last'.••t&fett,.'.•,WW**»««:«27 ,3.13 li^.'""".,i^wm^j^'lj .-•l-: 'fcft,""-:,••:.\<iyr _•022:i S3+$5i6ar;_-'.&33S*,v.":*£*.raitJO:-1 3I.SfP..(•*£5tt:/$KJI^ER^^Sa^|Hr$il^4^RbONlbr T S~23'."r ,.Miflf---"!-::*42«2Z*302*16:41 .W-rV-*-'".,*3tS :"7 •2i9t>".i-3k •W^.SWWMERWESi;siOE]S^ROUPlOl IfeirlNtt 4^0^- 4^t7^1?ia ^30^15^115 -^SMTfri^T •tt^npescripfion. 1#frExfittatiqn Trepch W ^^>Fg»WaQBP). •425r2^1. 42gHl^gQf1 jfi^i. JM1 ^AstrfialtAproo MiqtfT' :&£$&XPKM • R B'tf-'i.ffl HZ&Fm, t^ '*P ;ir 16O6.1 ^-rr^fl^ IfiE XF 7s 5; *a Bk, •SSi "4i&<.'.»teLUDE5'THE COST<&.PAVQ^T AWr>;SJTEi, RESrFQrtA7?0tt._?•- ^ii^:''thiniii)}* Jntii 'C^^ltoGiBSTm^ii^T^Bife <^i iL*U:'C9-lisin*)A03 'rW-H-GTH BIOE/M e-P'lfi^W-'!lln\^tW'-j'«"t iSitt»M\|Ufb(h W't -?Urt\W>*\i::^x?\;i-tin&W3\\ i[<'H''MTUiiu)tjHCpJrtv iiy'z'n biopiya E.uil6»:o-iJU*!S<»i5<iFi;Js8j|V=*\J^n W*t -ailVl\i!W^d\V|JA.^si-uairWnQd\\ iUu'M-ySi^cv.co ssv•ri^n.Si.ww. a-2u*is:»s oo'oe+ee 'Mis bnii hoLvw-TTfL' s-o im 0 o.o,st'+Qe 'vis -gN'n'hoivw \10 HJ.T9 g| 5 .:z a ?,o £*s D:p.£ 55i $: ill1 ii .jto^-alirVV^Wr1""^*->«-=wV^in "i*;-ftiViV'W*'A'ti**"sNsi-wimicrfig^. if f i E p I - 1. SA Y I O I T HO S T . AS f - H A L T OK I Y F J M Y J, 1" OF . A S P H A U T PA V E M E N T . 3. « ' UM E R O C K BA S E CO M P A C T E D TO . 9 8 * . O f MA X . D O O J T PE R AA S H T O T - I 8 0 MO D I F I E D . i O . L f , y ; i 4 rt f f i f l t i W i f l l j ' f^ T f f ; U / B Z l i o d o r B e i l . f J L J « L J t _ P U 8 U C W O R K S £3 2 1 ^ » . . . ' C T W / Wt w t a i . ' i n c . C ^ . - 1 J I # I C« W * i » 8 l : « m CA , O E t t t ^ ^ WW I *w i K* : ns r , Ai i k - u u PLAN-SHEETC-& T&rrifcT~PESCffgTlOW. rEEvzjrtJ&HttPt^.i»'/iVf~^^PUBLICWORKS >»(H||Lp»iiduMi •U-fJ. AM«I *&''ot%,»* "'II1IU»'1 '.-'I ..>:%-• 11 Vm20 reel";'• ' e I LOCATIONMAP ST5~ OSWorte,Inc. e««wb«Mt^tm 1*1RV.i,..].Vrit*PLANSHECT&9 <Wt^'*3itywq3"W i;-ic:tv gt'B-i'O •i:^^uii\^\^<?^^x^.\^^"iii-ws -Bu»t\i'."i'*;-s•^."•^*.i*s\ci-a'iLft#ioa\\ >18 U-0 rJBHSNVld' sxt/cwi ormnd giZEEi i^utnixr Ta-TOTg-1—.jaagTSg- iLn.tmjji - •ili'V'M-^IndHDQ'hYBi^J'.HSlKJE.'S cfij ffHS H 0P,.08+Si'VIS 3NI1 H01VW n-3 131HS 3«OO'QO+Ef 'VIS 3.NI1 HOJLVIM E-LUIaR 5 o gill p•If H C**^MV"WtJU »,\*«i?.**>V«S^JeiVuis-K t,Vr>*3 -ri^A*t9&tt\Vit**"&S t-tdi fieri W\Y m^i^ipt^^m^^iUif^ n-bjaaaiat WOg+flfr'VJS 3fal1 HOitfIN T|£11 -TffM-jaW*!^T ti,OHSfcJAS ^"A.V•rl ftifflP\3To10Hl^fl MS s8 fa pip il U .c^#^j^^iilti»$*s^^S^H?W*.--r ^^^^Vit^^^^\ I I ~R/W t"V*-f:F£=S.3l t-T. »"O;'-XrHEUSfc:tit ^rh r-.o;i M II i£>G>i -.•ff.. s.w. EX;•*•CJ.ww- *-X, "^r; 1 ASPHALT.%„ T* ^4r In man*^ COWSr..ASPHALT DRIVEWAY J>EK ASPHALT DRIVEWAY DESIGN &^ps^^ •I ,XjS^-B£«CHMAg(C Wo,-7-7f :ELEY=?:B8-- FKF:E:;=!O.KJ •?«• -F-;.i L.: -ex.2*©As .35' ^TZE WJf E jmm&i p t:v i s i o fj 5, twit |a MSfcMHIW £'qA •&**£- .»£-£ 1.PUBUC WORKS :3fin ft*'-.•*: JUN 5*\STAT6 OF ?#££ «„__CfVi/Wqrks,Inc. MK )3W(W»BMD1 F«*f\E£.=SWS.- :•/• *fc. Magi VW *FCRE»1G^J2 LOCATION MAP N.T.S. PLANSHEET LX -.**L C-14 * t-j£>[3—-fci—-Ssgey; •537 F.F:E-=10.Q2. •%> iS >;\GEA,i^%• 38.542 Hi STATE,rip MS 3*MJ .R]U-7:75:raEI MMfsfl®FEET bottom. inv^i.oseeet KsaapnOK t>f v/frairr AMOVE EX:MANHOLE. CONST.MANHOLE; CONNECT'&ClSTuXSr PIPE. VF.F.E:^.3> 53{:S3rn mEWJE EX;-4-C,,L.WM 3§R .l...•'•.-"' RIM=.7;T»FEET (W>W~•EONC INV«2.05 FEET' JMt>,i2"CCKC. i»V«.&:w;'FEfif BOTTOM.'"INVpUBSEEET^ KIW-7:Bi;.FEET ]'(S),l2"'<:ot«:.. *IHV^zm EEi-I .G«)terfiaMTrt. iwy,T5.«6:ke r (swi is'.'peistic IRY^&.foTL't'T .BOTTIX* W*=.».oi:feet.S, ^ASPHALT* »'.>»&•*•3 *3H?*«*'/•'"7\i HEaGE 'TV/---:,*::i •<••>•>Ti>-sea-/-f'gk.'•,«_^w-—V—&» Jf*mi jsasRiaC fete qgfc ~^S$££&T~T ~~^~F.~*i'"""TW^i >-\rxr ."• ^azs: tiodo.ika.F'J.y 53 %5V^ LOCATION WAP PUBt/G.WDRKS. ENOHEOIMO OfrtSJOH• „flLl,u lV.}.*-ni RIU^709 FEET'. (Ml12"CuiiC_JsJ- invw-i.i*EFtrr bottom WV"--3122 FEET- tf/wS j.„_.,C/v//Works.Inc. MATCH LINE STA.6t+30i0'0 KAN-SHEET'' SEESHEET C-1B C-f5 Bt-i>la3HS33S pq'I^i vi&;3Nii'H^y^ 'ii*H M;)^~4rKa ifdUfiQpit$ltta& -86 m 1i If '6M9*foi3-j\fytynx»tfrini iii^\fa^ty*g--to\i$$^'%\i™i&nj^n^\\ -BjtrrTir ifT^isi^nfTT SEPSTMsc&frirW woi/Trr '••!<.' !>«&>Be*P-i. 7^ MATCHLINESTA.80+50,00.SEESHEETIJvZO PUBLICWORKS •MW*_EKWitSVGK* *20(5I=fSfcJpW*op^c '"/liiiitlH* CiV/lWorks,/nc •Ux*.'^liftnnOtwTJB MMX.V.H(*.**>«« feet /"•,;F:F.-.E.=i!0."f2-Rfw ">•/to' ..•*••r*•,,'{./I-.••*•'Mf? /ASPHALTS X-. ~^j75KK)\ n.TiVrnri ^--.<&—v-f*>—L-&S&—P^J r\son-; *•*£*•.S-EX...2*GAS<?v1-.1- '•4,*«J'/%.*-F,F.E.=ipl82R-/W-7 REMOVEEXIST.INLET- CONNECTEXIST.PIPES TOPROP.INLET LOCATIONMAP PiANSHEBT a 017 <y,.0 a i:1 ^|:>l"»S P r ;1a (i a IVn ^-u3jjT&ft0cWi7^^'i&Zfr ic 1-i~«*>y?v.,.,••<-•£*->** •Q C g£r it-0 I33HS 335 BOm+SZ/'VJLS:3NI1;Nbivw ifel it i Q m a.It sK uefi^i^ikitiV"^'^^(^v^j-».rt sip"as ->itr\\^K°'o\)ii^^f<^i~^r,c^z\\ .CM;<j5* *3iMHSMs oa-cfe*w*iiysakin"hoiwt lm\:^iausfi^:mi^Ksau}i^ T w it»owft^fe.*:1L.5).41*>•^JLj-e <m&j&j}^i>MS 1JJbl AV 375jjjlfttfrftlttSj z£i*Si 2-3*2 2.I39, i ^i^.»imWj#$&9»^*i\w«bik •&*$«auV4yi3'W<^i^^J^ii^§i: ••a- 3 •:«- O I rENO: .f&~ -*y.E.=10r» MATCHLINESTA,90+50,00sct-smaz-x jg%g*** r.nE.^ro.2/.x„-««ra-1-Si tn. •+.• ,--"d- ~3F;ate^s $#7f ySTA.8f.1-sa.0t>SW63TER. STA:001-00.00SW62CT. *j®mm o*3g#3 __.-_ LOCATIONMAP StEJBOIE W^zvi'JTii-isVti-.-.ru^p.p^t^vt'ie-5W.hHisffi^Vs&sa*«>*oiwAM'1'~.°l?','''-*''B Hwl lis o il Igfl i1 •-". I' 1.8^ 11 •M 6%8^ MATCHLINESTA,90+50,0.0jSiswfTc-a MATCHUNESTA.93+1Q;(•Sffis-xctc-kj 6 2*; 5 *:•• :i p*rp I tft-"6gt»y7l6ff~f e.vj-gaB gg^rityta TKZTBaTPiE" PUBJL/C kVORKS v !t .«-•-*K,:.,cirt v -., 'i- MATCH LINE STA.93+10:00 sessheet a ~0: •••:*s ®*®z8m CWI PS OVi/Works,ync. WW.W.»f~J7SI,." r>m,jj.um.o LOCATION.MAP TLTST .PLANSHEET C-32. Z (AT«L4«w TOP,WttflTOM)BBMirT«r<USB>AS WOUD <W *«*Brr'ttfeJBHtMBEB. rTSWUdH *Nt>SUtnSORFBVnU7»lSCN 1WS (EHOTH (3PJVE MLt& .1 swe,mjE/ATm y ir summer detail per roaripbm«i TYPE I SKIMMER Lv*-C e'/M««»^»kiV^««^«f^w#>i&ai****** _m«&_ =szvjtto: '^'WCftW, T •vs t#JlCTEja FMR& 3-3 *& %-"WW. <fits: CATC^-BASfw ASPHALT ftEflOM DBM. PUBLIC WORKS TOBESm 3^-SMBPfeTAEBf X<iflT»vi»^J l**l*Ut -' n Pf-i-KlK1__r*l£^I tf 1 -•—T a 11 Lit /• '\^~~Tir x it ^j4i|^ at»i£. 1 T "^g&%^,I bottom slab Perms muos. ,^s^ "^K^" OAU OJ^A/WWG£f?ETWfm C-23, Full intersection of SW 64th Ct and SW 63rd Tr to be milled and resurfaced as shown below. Sheet C-5 shows partialrestoration limits.Full extents of restorationis shown in sketch below. Theadditional quantities are summarized as follows: Milling area =273 SY Resurfacing Type S-1 (1")=15 tons 63rd TERRACE 4 F.F.E.=10.01 $.r^^(~HEDGE HEDGE-X** it ,V \SOD X »°>^~=7c=X _•NfWjyi v^o l_w tf,f,-ASBHAL-I y|^_wASPHAL*X 1»-EP-*-^«1J w -Jr-tf/AAPH/ *°\ASPHALT /'*£„X ASPHALT/ /*SOD >^|^,/»•'I ' -Ars- CAS a OA5 —GAS -—GAS —^#««S•*GC, ..-I ASPHALT! =^TT—-^^ F.F.E.=10.03 Denotes restoration area as shown in Sheet C-5 3 \r* l-> N