Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 176-16-14731
RESOLUTION NO.:1 76-1 6-1 4731 A Resolution authorizing the City Manager to negotiate and enter into a contract with Maggolc,Inc.for theSW 64th Avenue Drainage Improvement Project. WHEREAS,the MayorandCityCommissionwishtoprovide drainage improvements alongSW 64th Avenue,and WHEREAS,pursuant toacompetitiveselectionprocess,itwas determined that Maggolc,Inc. submittedaproposalintheamountof$82,231thatwasthemostcomprehensiveandcosteffectivein its construction approach;and WHEREAS,the City desiresto provide a contingency of$13,000overthe proposal amountfor unknown factors that may arise during the work;and WHEREAS,thetotal expenditure,including the contingency amount,isnotto exceed $95,231; and WHEREAS,the Mayor and City Commission desiretoauthorizethe City Managertonegotiate and enter intoacontractwith Maggolc,Inc.fordrainageandroadwayimprovementsforatotalamount not to exceed $95,231. NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA THAT: Section 1:The City Manager is authorized to negotiate the price,termsand conditions andto execute a contract with Maggolc,Inc.for the SW 64th Avenue Drainage Improvement Project for an amountnottoexceed $82,231 andheis authorized toexpendupto$13,000forunforeseen conditions. Acopy ofthe approved form of contract is attached and the City Manager may negotiate a lower price andmoreadvantageoustermsandconditionsifapprovedbythe City Attorney. Section 2:The expenditure shall be charged tothe Storm water Drain Trust Fund account number 111-1730-541-6490,which hasa balance of $71,715.30,tothePeople's Transportation Plan TrustFund account number124-1730-541-6490,whichhasabalanceof$1,142,966,andtoEngineering andConstructionaccountnumber 001-1790-519-3450,whichhasabalanceof$36,350beforethis request was made. Section 3:If any section clause,sentence,or phrase ofthis resolution isfor any reason held invalid or unconstitutional byacourtofcompetent jurisdiction,the holding shall not affect the validity of the remaining portions of this resolution. Section 4,This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 20th dayof September ,2016. KHESfT^APPROVED (ahO CITY CLERK Pg.2 of Res.No.176-16-14731 READAND APPROVED ASTO! languagTaeqality Ar ION COMMISSION VOTE:5-0 Mayor Stoddard Yea Vice Mayor Welsh yea Commissioner Harris Yea Commissioner Liebman Yea Commissioner Edmond Yea South'Miami THE CITY OF PLEASANT LIVING GITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: From: Date: Subject: Background: Amount: Account: The Honorable Mayor&Members of the CityCommission Steven Alexander,City Manager September 20,2016 AgendaItem No.:.L A Resolution authorizing the City Manager to negotiate and enter into a contract with Maggolc,Inc.forthe SW 64th Avenue Drainage Improvement Project. This project will provide drainage improvements along SW 64th Avenue,also known as Twin Lakes Drive,toanareabetween SW 56th Streetand SW 58th Terrace. Asegmentof Twin Lakes Drive (SW 64th Avenue)corridor experiences flooding during and after rain events,which affects the residential properties bordering the corridor, (from the 5650 property to the 5750 property).PublicWorks received construction documents from EAC Consulting,which addresses these issues and advertised a Request For Proposals for construction. The drainage improvements will include the installation of new drainage structures,new exfiltration trench,and regrading of the swales to alleviate flooding.The scope of work for construction will also include milling,road resurfacing,and striping. TheCity received eight proposals in response toa solicitation.Pursuant to review,itwas determined that Maggolc,Inc.is the most responsive and responsible bidder forthis proposal.Below are the proposals received: Contractor Bid Price Maggolc,Inc.$82,231.00 LCCI Construction $108,934.30 RG Underground Engineering,Inc.$128,145.00 Metro Express $143,857.00 MaxonGroup Contractors &Engineers $147,777.00 JVA Engineering Contractor,Inc.$148,595.00 Rock Power Paving,Inc.$155,179.29 Williams Paving Co.,Inc.$155,653.12 Acontingency amountof $13,000 will be included overthe proposal amountof $82,231 to address forunknown factors that mayariseduring the work. Amount not to exceed $95,231 The expenditure shallbe charged as follows: •$70,000 to the Storm water Drain Trust Fund account number 111-1730-541- 6490,which hasa balance of $71,715.30, $18,000 toPeople'sTransportation Plan TrustFundaccount number 124-1730- 541-6490,which hasabalance of $1,142,966, And$7,231to Engineering andConstruction account number 001-1790-519- 3450,whichhasabalanceof $36,350 before this request was made. Attachments:Resolution Pre-BidSign-in Sheet Bid Opening Report Proposal &Contract Exhibits Demand Star RFP Advertisement Sun Biz ft '! Date: RFP Title: RFP No.; Name/Title outlf Miami Tl IC CITY Of PLEASANT LIVING Pre-Bid Conference Sign-In Sheet 13,g016 SW 64 Avenue Drainage Improvement Project R'FP#PVl/2Qi,6"-i9'_; ?X,.{''•-<},>.;,"&i'ix ..•»'',i\ 0$mm^/llfeljerjhorie No. 11 •.J refoftM'(bk$fckapA ,• tfoi..fiw» X:\PUrchasing\Request for Proposals &Qualification (RFPs)\S\V 64 Street Dramage ImprovementsVPre BidVPre-Bid SAV 64 Street Drainage Improvements 8J 2/16<doc- BID OPENING REPORT Bids were opened on;Friday.August 26>2016 after;10:00am For;RFP #PW 2016-19 SW 64th Ave Drainage Improvement Project COMPANIES THAT SUBMITTED PROPOSALS:AMOUNT: *10^4.30 ,WCa 1.JVA ENGINEERING CONTRACTOR,INC 2.LCCI CONSTRUCTION 3.MAGGOLC INC 4.MAXON GROUPE CONTRACTORS &ENGINEERS. 5.METRO EXPRESS,INC, 6.RG UNDERGROUND ENGINEERING,INC 7.ROCK POWER PAVING,INC 8.WILLIAMS PAVING CO.,INC »*"& THE ABOVE BIDS HAVE NOT BEEN CHECKED. THE BIDS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. City Clerk;jVJiftria*.&•*Wyl Print Nam*» Prinf MomA *• Witness Print Name Witness:\/JCjPrr\o A Afc^U Print Name Signature SCHEDULE OF EVENTS SW 64th Avenue Drainage Improvement Project RFP#PW20I6-I9 No Event Date* Time* (EST) 1 Advertisement/Distribution of Solicitation &Cone of Silence begins 8/3/2016 11:00 AM 2 Non-Mandatory Pre-RFP Meeting 8/12/2016 10:00 AM 3 Deadline to Submit Questions 8/17/2016 10:00 AM 4 Deadline to CityResponses to Questions 8/22/2016 10:00 AM 5 Deadline to Submit RFP Response 8/26/2016 10:00 AM 6 Projected Announcement of selected Contractor/Cone ofSilence ends 9/6/2016 7:00 PM Thomas F.Pepe 12/10/2015 END OF SECTION INSTRUCTIONS for RESPONDENT SW 64th Avenue Drainage Improvement Project RFP#PW20I6-I9 ITIS THE RESPONSIBILITY OF THE RESPONDENT TO THE SOLICITATION TO ENSURE THAT THE RESPONSE TO THESOLICITATION (HEREINAFTER ALSO REFERRED TOASTHE"PROPOSAL" THROUGHOUTTHECONTRACT DOCUMENTS)REACHES THE CITY CLERK ONOR BEFORE THE CLOSING HOUR AND DATE STATED ON THE SOLICITATION FORM. 1.Purpose ofSolicitation.TheCityofSouth Miami isrequestingproposalsfor the lowest and most responsive pricefor the Project.TheCityreservestherighttoawardthe contract to the Respondent whose proposalis foundtobeinthebest interests oftheCity. 2.Qualification ofProposing Firm.Responsesubmittalstothis Solicitation willbeconsideredfrom firms normallyengagedinprovidingtheservicesrequested.Theproposing firm must demonstrate adequate experience,organization,offices,equipmentandpersonneltoensure prompt andefficientservicetotheCity ofSouth Miami.TheCityreservestheright,before recommending anyaward,toinspectthe offices and organizationortotakeany other actionnecessarytodetermine ability to perform inaccordancewiththe specifications,termsand conditions.TheCityofSouth Miami will determine whether the evidence of ability to performissatisfactoryandreservestherighttoreject all responsesubmittalstothisSolicitationwhere evidence submitted,or investigationandevaluation,indicatesinabilityofa firm to perform. 3.DeviationsfromSpecifications.The awarded firmshallclearlyindicate,asapplicable,allareasinwhichthe servicesproposeddo not fully complywiththerequirementsofthisSolicitation.Thedecisionasto whether anitem fully complieswiththestatedrequirementsrestssolelywiththeCityofSouth Miami. 4.Designated Contact Theawarded firm shall appointapersonto aa asaprimary contaa withtheCityof South Miami.Thisperson or back-upshallbereadily available duringnormal work hoursbyphone,email,orin person,andshallbe knowledgeable of the terms ofthe contraa. 5.PrecedenceofConditions,Theproposing firm,byvirtueof submitting aresponse,agrees that City'sGeneral Provisions,TermsandConditionsherein will takeprecedenceoverany terms andconditionssubmittedwith theresponse,eitherappearingseparatelyasanattachmentor included withintheProposal.TheContract Documents havebeenlistedbelowin order ofprecedence,withtheonehavingthemost precedence beingat thetopofthelistandthe remaining documentsindescending order ofprecedence.This order ofprecedence shall apply,unless clearlycontrarytothe specific termsoftheContract or GeneralConditionstothe Contraa: a)AddendatoSolicitation b)Attachments/Exhibitsto c)Solicitation d)Attachment/ExhibitstoSupplementaryConditions e)SupplementaryConditionsto Contract,ifany f)Attachment/Exhibitsto Contraa g)Contract h)General Conditions to Contract,ifany i)Respondent's Proposal 6.Response Withdrawal.After Proposals are opened,correaionsor modifications to Proposals arenot permitted,buttheCity may allow the proposing firm to withdraw anerroneous Proposal priortothe .confirmation oftheproposalawardbyCity Commission,if all ofthe following is established: a)Theproposingfirm aaed ingoodfaithinsubmittingtheresponse; b)The error wasnottheresultofgross negligence or willful inattention onthepartofthe firm; c)The error was discovered and communicated totheCity within twenty-four(24)hours(not including Saturday,Sunday ora legal holiday)of opening the proposals received,along witharequest forpermissiontowithdrawthefirm'sProposal;and d)Thefirmsubmitsanexplanationin writing,signedunderpenaltyofperjury,statinghowthe error wasmadeanddeliversadequatedocumentation to theCityto support theexplanationandtoshow thatthe error wasnottheresultofgross negligence or willful inattentionnor made inbad faith. 7.Theterms,provisions,conditionsand definitions contained inthe Solicitation CoverLetter shall apply tothese instructions to Respondents andtheyareherebyadoptedandmadeaparthereofbyreference.Ifthereisa conflia between the Cover Letterand these instruaions,orany other provisionofthis Solicitation,the Cover Letter shallgovernandtake precedence overthe confliaing provision(s)in the Solicitation. Thomas F.Pepe 12/10/2015 8.Any questions concerning theSolicitation or any requiredneedforclarificationmustbemadeinwriting,by 10 AM,August 17,2016 tothe attention of Steven P.Kulick at skulick(5)southmiamifLgov or via facsimile at (305)663-6346. 9.Theissuanceofawrittenaddendumistheonly official methodwherebyinterpretation and/or clarification of informationcanbegiven.Interpretations or clarifications,considerednecessarybytheCity in response to suchquestions,shall beissuedbya written addendumtothe Solicitation Package (alsoknownas"Solicitation Specifications"or "Solicitation")by U.S.mail,e-mail,or other delivery methodconvenient to theCityandthe Citywillnotify ail prospeaive firmsviatheCity'swebsite. 10.Verbal interpretations or clarifications shall bewithout legal effectNopleabyaRespondentofignorance or theneedforadditional information shall exemptaRespondentfrom submitting theProposalontherequired dateandtimeassetforthinthepublicnotice. 11.Coneof Silence:YouareherebyadvisedthatthisRequestfor Proposals is subjea tothe "Cone of Silence," inaccordancewith Miami-Dade CountyOrdinanceNos.98106 and 99-1.Fromthetimeof advertising until theCity Manager issues his recommendation,thereisa prohibition on verbal communication withtheCity's professional staff,including theCity Manager and his staff.All written communication must comply withthe requirements oftheConeof Silence.TheConeof Silence doesnot apply to verbal communications atpre- proposal conferences,verbal presentations before evaluation committees,contract discussions during any duly noticed public meeting,public presentations made totheCity Commission during anydulynotice public meeting,contract negotiationswith the staff following theCityManager'swritten recommendation for the award ofthecontract,or communications in writing atanytime with any City employee,official ormemberof theCity Commission unless specifically prohibited.A copy of all written communications mustbe contemporaneously filed with theCity Manager and City Clerk.In addition,youarerequiredto comply with theCity Manager's Administrative OrderAO 1-15.If a copy isnot attached,please requestacopy from the City's Procurement Division. WITH REGARD TO THE COUNTY'S CONE OF SILENCE EXCEPTION FOR WRITTEN COMMUNICATION,PLEASE BE ADVISED THAT,NOTWITHSTANDING THE MIAMI- DADE COUNTY EXCEPTION FOR WRITTEN COMMUNICATION THE COUNTY'S RULES PROHIBITING VERBAL COMMUNICATION DURING AN ESTABLISHED CONE OF SILENCE SHALL,WITH REGARD TO THIS SOLICITATION,ALSO APPLY TO ALL WRITTEN COMMUNICATION UNLESS PROVIDED OTHERWISE BELOW. THEREFORE,WHERE THE CITY OF SOUTH MAIMI CONE OF SILENCE PROHIBITS COMMUNICATION,SUCH PROHIBITION SHALL APPLY TO BOTH VERBAL AND WRITTEN COMMUNICATION. Notwithstanding the foregoing,the ConeofSilenceshall not apply to... (1)Dulynoticedsitevisitsto determine the competency ofbiddersregardingaparticularbid duringthe time period between theopeningofbidsand the time thattheCity Manager makes his or her written recommendation; (2)Anyemergencyprocurementof goods or services pursuanttothe Miami-Dade County Administrative Order 3-2; (3)Communications regarding a particular solicitation betweenanypersonandthe procurement agent or contracting officer responsible for administering the procurement processforsuchsolicitation,providedthe communication islimitedstrictlyto matters of processor procedure already contained in the corresponding solicitation document;and (4)Communications regarding a particular solicitation between the procurement agentor contractingofficer,ortheir designated secretarial/clerical staff responsible foradministering the procurement processforsuchsolicitationanda member of the selection committee, providedthecommunicationislimitedstrictlytomattersof process orprocedure already contained in the corresponding solicitation document." 12.Violation ofthese provisions by any particular Respondent or proposer shall render any recommendation for the award ofthe contraa orthe contract awarded to said Respondent or proposer voidable,and,in such event,said Respondent or proposer shall notbe considered for any Solicitation including butnot limited to onethat requests any ofthe following a proposal,qualifications,aletterof interest ora bid concerning any contract forthe provision of goods or services fora period of <?ne year.Contaa shall only be made through regularly scheduled Commission meetings,or meetings scheduled through the Purchasing Division,which are forthe purposes of obtaining additional or clarifying information. Thomas F.Pepe 12/10/2015 13.Lobbying.Allfirmsandtheiragentswhointendto submit,orwhosubmitted,bidsorresponsesforthis Solicitation,arehereby placed on formal noticethatneitherCityCommissioners,candidates forCity CommissioneroranyemployeeoftheCityofSouth Miami aretobe lobbied either individually or collectively concerningthis Solicitation.Contaa shall onlybemadethrough regularly scheduledCommissionmeetings,or meetingsscheduledthroughthe Purchasing Division,whichareforthepurposesofobtaining additional or clarifyinginformation. 14.Reservationof Right.TheCity anticipates awarding onecontractforservicesasaresultofthis Solicitation andthe successful firm willberequestedtoenterinto negotiations toproduceacontractfortheProjea. TheCity,however,reservesthe right,initssole discretion,todoanyofthe following: a)to rejea anyand all submittedResponsesandtofurtherdefineorlimitthescopeoftheaward. b)towaiveminor irregularities intheresponsesorintheprocedurerequiredbythe Solicitation documents. c)to request additionalinformationfromfirmsas deemed necessary. d)tomakeanaward without discussionorafterlimitednegotiations.Itis,therefore,important that all theparts of the Requestfor Proposal becompletedin all respects. e)to negotiatemodificationstothe Proposal thatitdeemsacceptable. f)toterminatenegotiationsinthe event theCitydeemsprogresstowardsacontract to beinsufficient and to proceed to negotiatewiththe Respondent who made the next best Proposal.The City reserves the right to proceedinthismanneruntilithasnegotiateda contraa thatissatisfactoryto the City. g)Tomodify the Contract Documents.The terms oftheContract Documents aregeneraland not necessarilyspecifictotheSolicitation.Itis therefore anticipated that the Citymaymodify these documents to fit thespecificprojector work inquestionand the Respondent,bymakinga Proposal, agreestosuchmodificationsandtobeboundbysuchmodified documents. h)to cancel,inwholeorpart,anyinvitationforProposalswhenitisin the bestinterestofthe City, i)to award the Project to thepersonwiththelowest,most responsive,responsible Proposal,as determined by the City, j)toaward the Project,and execute a contraa witha Respondent or Respondents,other thantoone who provided the lowest Proposal Price, k)iftheScopeofthe Work isdividedintodistinctsubdivisions,toawardeachsubdivision to a separate Respondent 15.Contingent FeesProhibited.Theproposing firm,bysubmittingaproposal,warrants thatithas not employed orretainedacompanyorperson,other thanabona fide employee,contraaor or subcontraaor,workingin itsemploy,to solicitorsecurea contraa withtheCity,andthatithasnotpaidoragreedtopayanyperson, company,corporation,individual or firm other thanabonafideemployee,contraaor orsub-consultant, working initsemploy,anyfee,commission,percentage,giftor other consideration contingent uponor resultingfromtheawardormakingofa contraa withtheCity. 16.Public EntityCrimes.Apersonor affiliate oftheRespondentwho has beenplacedonthe conviaed vendor listpursuanttoChapter287 following a conviaion fora public entitycrimemaynotsubmita Proposal ona contractto provide anygoodsor services,oracontractforconstruaionorrepairofa public building,may notsubmit proposals on leases of real propertytoorwiththeCityofSouth Miami,maynotbe awarded a contracttoperform work asa CONTRACTOR,sub-contraaor,supplier,sub-consultant,orconsultantunder a contraa withtheCityofSouth Miami,andmaynottransaa business withtheCityofSouth Miami fora periodof36 months fromthedateofbeingplacedon the conviaed vendor list 17.Respondents shall usethe Proposal Form(s)furnished bytheCity.Allerasuresandcorrectionsmusthavethe initials of theRespondent'sauthorizedrepresentativeinblueinkatthe location ofeachandeveryerasureand correaion.Proposals shall be signed usingblue ink;all quotations shall be typewritten,orprintedwithblue ink.Allspaces shall be filled inwiththerequested information orthephrase"not applicable"or "NA".The proposal shall bedeliveredonorbeforethedateandtime,andatthe place andinsuchmannerassetforthin the Solicitation CoverLetter.Failure todosomaycausethe Proposal tobe rejeaed.Failure toincludeanyof the Proposal Formsmay invalidate the Proposal.Respondent shall delivertotheCity,aspartofits Proposal, the following documents: a)TheInvitationforProposaland Instruaions to Respondents. b)Acopyofallissuedaddenda. c)The completed ProposalForm fully executed. d)Proposal/Bid Bond,(Bondorcashier'scheck),ifrequired,attached to the Proposal Form. Thomas F.Pepe 12/10/2015 e)CertificatesofCompetencyas well as all applicable State,CountyandCity Licenses heldby Respondent f)CertificateofInsurance and/or Letterof Insurability. 18.Goods:Ifgoods are to beprovided pursuant tothisSolicitationthefollowingapplies: a)BrandNames:If abrand name,make,manufacturer's tradename,orvendorcatalognumberis mentionedinthis Solicitation,whetherornot followed bythewords"approved equal",itisforthe purpose of establishing agradeor quality of material only.Respondent may.offer goods thatare equal to the goodsdescribedinthis Solicitation with appropriate identification,samplesand/or specifications forsuchitem(s).TheCity shall bethesolejudgeconcerningthemeritsofitems proposed asequals. b)Pricing:Pricesshouldbestatedinunitsofquantity specified intheProposalForm.Incaseofa discrepancy,theCity reserves therighttomakethe final determinationatthelowestnet cost tothe City. c)Mistake:Intheevent that unitpricesarepartoftheProposalandif there isadiscrepancy between theunitprice(s)andtheextendedprice(s),theunitprice(s)shall prevail andtheextendedprice(s) shallbe adjusted tocoincide.Respondentsareresponsibleforchecking their calculations.Failureto dososhallbeattheRespondent'srisk,and errors shall notreleasetheRespondentfromhis/her or its responsibility as noted herein. d)Samples:Samplesofitems,whenrequired,mustbefurnishedbytheRespondentfreeofchargeto the City.Each individual samplemustbelabeledwiththe Respondent's nameand manufaaurer's brandnameanddeliveredbyit within ten (10)calendardaysoftheProposalopeningunlessschedule indicatesadifferenttime.IfsamplesarerequestedsubsequenttotheProposalopening,theyshallbe deliveredwithinten (10)calendardaysofthe request TheCityshallnotberesponsibleforthe returnof samples. e)Respondent warrantsbysignatureontheProposalFormthatpricesquotedthereinareinconformity with the latest Federal Price Guidelines. f)GovernmentalRestriaions:In theeventany governmental restriaions may beimposedwhichwould necessitate alterationofthematerial quality,workmanship,or performanceoftheitemsofferedon thisProposalpriortotheir delivery,it shall bethe responsibility ofthesuccessfulRespondentto notifytheCityat once,indicating initsletterthe specific,regulationwhichrequiredan alteration.TheCityofSouth Miami reservestherighttoacceptanysuchalteration,including any price adjustments occasionedthereby,or tocancelalloranyportionofthe Contraa,atthesole discretionoftheCityandatnofurtherexpensetotheCitywiththirty(30)days advanced notice. g)Respondentwarrantsthatthe prices,termsand conditions quotedinthe Proposal shall be firm fora periodofonehundredeighty (180)calendardaysfromthedateoftheProposalopeningunless otherwisestatedintheProposalForm.Incomplete,unresponsive,irresponsible,vague,or ambiguous responsestothe Solicitation shall becausefor rejection,asdeterminedbytheCity. h)Safety Standards:The Respondent warrantsthattheprodua(s)tobe supplied totheCity conform in all respectstothestandardssetforthinthe Occupational Safety and Health Aa (OSHA)andits amendments.Proposals mustbe accompanied bya Materials Data Safety Sheet (M.S.D.S)when applicable. 19.Liability,Licenses &Permits:The successful Respondent shall assume the full duty,obligation,andexpenseof obtaining all necessary licenses,permits,and inspections required bythis Solicitation andas required by law.TheRespondent shall be liable forany damages orlosstotheCity occasioned bythe negligence ofthe Respondent (oritsagentor employees)or any personaaingforor through the Respondent Respondents shall furnish a certified copyof all licenses,Certificates of Competency orother licensing requirement necessaryto praaice their profession and applicable totheworktobeperformedasrequiredby Florida Statutes,the Florida Building Code,Miami-Dade CountyCodeorCityofSouth Miami Code.These documents shall befurnishedtotheCityaspartoftheProposal.Failure tohaveobtainedtherequired licenses andcertificationsorto furnish thesedocuments shall begroundsfor rejeaing the Proposal and forfeitureoftheProposal/BidBond,ifrequiredforthis Projea. 20.RespondentshallcomplywiththeCity'sinsurancerequirementsas set forthintheattached EXHIBIT 2, priorto issuance ofany Contraa(s)or Award(s)Ifa recommendation foraward pf the contraa,oranaward ofthe contraa ismadebefore compliance withthis provision,the failure to fully and satisfactorily comply with theCity's bonding,ifrequiredforthis projea,andinsurancerequirementsassetforthherein shall authorize the City to implementarescissionof the ProposalAwardorrescissionofthe recommendation forawardof contraa withoutfurtherCityaction.TheRespondent,bysubmittingaProposal,thereby agreestoholdthe City harmless andagreesto indemnify theCityandcovenantsnottosuetheCitybyvirtueofsuch rescission. Thomas F.Pepe 12/10/2015 21.Copyrightsand/orPatent Rights:Respondentwarrantsthatastothe manufacturing,producingorsellingof goodsintendedto be shippedororderedbythe Respondent pursuant to this Proposal,there has not been, norwilltherebe,anyinfringementofcopyrightsorpatent rights.TheRespondentagrees to indemnifyCity fromany.and all liability,lossor expense occasionedbyanysuchviolationorinfringement. 22.Executionof Contraa:A response tothisSolicitation shall not beresponsiveunlessthe Respondent signsthe form of contraa thatisapartoftheSolicitation package.The Respondent tothisSolicitation acknowledges thatbysubmittingaresponseora proposal,Respondentagreestothetermsof the formcontractand to the termsofthe general conditionstothe contraa,bothofwhicharepartofthis Solicitation package.The Respondent agrees that Respondent's signatureontheBidFormand/or the formof contraa thatisapartof the Solicitation package and/orresponse to this Solicitation,grantstotheCity the authority,onthe Respondent's behalf,to inserted,intoanyblankspacesin the contract documents,informationobtainedfrom the proposaland,at the City'ssoleandabsolutediscretion,theCitymay treat the Respondent's signatureon anyof those documents asthe Respondent's signatureon the contract aftertheappropriateinformationhas beeninserted,aswellasforanyand all purposes,including the enforcement of all ofthe terms andconditions of the contract. 23.Evaluation of Proposals:TheCity,atitssolediscretion,reservestherighttoinspectthe facilities ofanyor all Respondents to determine its capability to meet the requirements ofthe Contract Inaddition,the price, responsibilityand responsiveness of the Respondent the financial position,experience,staffing,equipment, materials,references,andpasthistoryofservicetotheCityand/orwith other unitsofstate,and/or local governments in Florida,or comparableprivateentities,willbetakenintoconsiderationin the Awardofthe Contract 24.DrugFree Workplace:Failure toprovideproofofcompliancewithFloridaStatuteSection287.087,as amended,when requested shall becausefor rejeaion of the Proposalas determined by the City. 25.Public Entity Crimes:Apersonor affiliate whowas placed on the.Conviaed VendorsList following a conviaion forapublic entity crimemay not submita response ona contraa toprovideanyservicestoa publicentity,may not submit Solicitationonleases of real property toapublicentity,andmay not transaa businesswithanypublic entity inexcessofthethreshold amount providedinSection 287.017,foraperiodof 36 months fromthedate of beingplacedon the Conviaed Vendors List. 26.Contingent FeesProhibited:Theproposingfirm must warrantthatithas not employed orretaineda companyorperson,other thanabona fide employee,contractor or subcontraaor,working initsemploy,to solicitorsecurea contract withtheCity,andthatithas not paid oragreedtopayanyperson,company, corporation,individual or firm other thanabona fide employee,contraaor orsub-consultant,working inits employ,anyfee,commission,percentage,giftor other consideration contingent uponorresultingfromthe awardormakingofa contract with the City. 27.Hold Harmless:All Respondents shall holdtheCity,its officials and employees harmlessand covenant notto sue the City,itsofficialsand employees in reference to itsdecisionstoreject,award,or not awarda contract as applicable,unlesstheclaimisbasedsolelyon allegations of fraud and/orcollusion.Thesubmissionofa proposal shall actasanagreementbytheRespondentthatthe Proposal/Bid Bond,ifrequiredforthisproject shall notbereleaseduntilandunlesstheRespondentwaivesanyand all claims thattheRespondentmayhave against theCitythatarise out ofthis Solicitation processoruntilajudgmentisenteredin the Respondent's favorinanysuit filed whichconcernsthisproposalprocess.In anysuch suit the prevailing party shall recover itsattorney's fees,courtcostsaswellasexpenses associated withthe litigation.In theeventthat fees,court costsandexpensesassociatedwiththe litigation areawardedtotheCity,the Proposal/Bid Bond,if required forthis project shall be applied tothepayment of those costsandanybalance shall be paid bythe Respondent 28.Cancellation:Failure onthepartoftheRespondenttocomplywiththe conditions,specifications, requirements,andtermsasdeterminedbytheCity,shall bejustcausefor cancellation oftheAwardor termination of the contract. 29.BondingRequirements:The Respondent whensubmittingthe Proposal,shall includea Proposal/Bid Bond,if requiredforthis projea,in the amount of5%ofthetotalamountofthebase Proposal on the Proposal/Bid BondFormincludedherein.Acompanyor personal check shall notbe deemed a valid ProposalSecurity. 30.PerformanceandPaymentBond:TheCityofSouth Miami mayrequirethesuccessful Respondent to furnish a PerformanceBondandPaymentBond,eachinthe amount of 100%ofthetotalProposalPrice,including Alternatesifany,namingtheCityofSouth Miami,andtheentitythatmaybe providing asourceof funding for the Work,as the obligee,assecurityfor the faithful performanceof the Contraa andfor the paymentof all personsorentitiesperforminglabor,servicesand/or furnishing materialsin conneaion herewith.In addition, iftheRespondent's employees willbeworkinginsecureorsensitiveareasoftheCity,theCitymayrequire Thomas F.Pepe 12/10/2015 that theRespondentprovidesemployee bonding,namingtheCityofSouth Miami astheobligeeonthebond. Thebonds shall bewitha surety companyauthorizedtodobusinessin the StateofFlorida. 30.1.Each PerformanceBond shall beintheamountofonehundredpercent (100%)ofthe Contract Price guaranteeing to City the completionandperformanceof the Work covered in the Contract Documents. 30.2.Each Performance Bond shall continueineffeafor five yearsafter final completionand acceptanceofthe Work withthe liability equaltoonehundredpercent (100%)ofthe Contract Sum. 30.3.Each Paymentbond shall guaranteethe full payment of all suppliers,material man,laborers,or subcontraaor employedpursuanttothisProject. 30.4.Each Bond shall bewithaSurety company whose qualifications meettherequirementsof insurancecompaniesas set forthin the insurance requirements ofthissolicitation. 30.5.PursuanttotherequirementsofSection255.05,Florida Statutes,Respondent shall ensurethat the Bond(s)referenced above shall berecordedinthe public recordsof Miami-Dade Countyand provideCITYwithevidenceofsuchrecording. 30.6.Thesurety company shall holdacurrent certificate ofauthorityasacceptablesuretyonfederal bondsinaccordancewiththeUnitedStatesDepartmentofTreasuryCircular570,current revisions. 31.Proposal Guarantee:Notwithstanding the faa thattheRespondentin submitting a proposal,agrees tothe terms containedintheformof contraa thatispartofthis Solicitation package,the successful Respondent within ten (10)calendar days ofNoticeof Award bythe City,shall deliver,tothe City,theexecuted Contraa andotherContract Documents that provide forthe Respondent's signature,anddelivertotheCitythe required insurance documentation aswellasa Performance and Payment Bond ifthesebondsarerequired. The Respondent who has the Contraa awarded to itand who fails to execute the Contract andfurnish the required Bonds and Insurance Documents within the specified time shall,attheCity'soption,forfeitthe Proposal/Bid Bond/Security that accompanied the Proposal,and the Proposal/Bid Bond/Security shall be retainedas liquidated damages bythe City.ItisagreedthatiftheCityaccepts payment fromthe Proposal/Bid Bond,thatthissumisafairestimateoftheamountof damages theCity will sustain incasetheRespondent fails to sign the Contraa Documentsor fails to furnish the required Bonds and Insurance documentation.If theCitydoesnotacceptthe Proposal/Bid Bond,theCity may proceedtosueforbreachof contrart ifthe Respondent fails toperformin accordance with the Contraa Documents.Proposal/Bid Bond/Security depositedintheformofa cashier's check drawn ona local bank ingood standing shall be subjea tothesame requirements asaProposal/BidBond. 32.Pre-proposal Conference Site Visits:If a Mandatory Pre-proposal conference is scheduled forthisprojea,all Respondents shall attend the conference and tour allareas referenced intheSolicitation Documents.Itshall be grounds forrejeainga Proposal from.a Respondent who did notattendthe mandatory pre-proposal conference.No pleas of ignorance bythe Respondent of conditions thatexistorthat may hereinafter exist asa Solicitation resultof failure to make the necessary examinations or investigations,or failure to complete anypartofthe Solicitation Package,will be accepted as basis for varying the requirements oftheContract with the City of South Miami orthe compensation ofthe Respondent.The Respondent following receipt ofa survey ofthe property,ifapplicable,is bound by knowledge that can be seen or surmised from the survey and will notbe entitled to any change orderdueto any such condition.If the survey is provided before the proposal is submitted,thecontractprice shall include theWork necessitated by those conditions.Ifthe survey is provided subsequent tothe submission ofthe proposal,the Respondent shall have five calendar days to notify the City of any additional costs required by such conditions and the City shall have the right toreject the proposal and award the contract tothe second most responsive,responsible bidder with the lowest price or to rejea allbids. 33.Time of Completion:The time is ofthe essence with regard tothe completion oftheWorktobe performed underthe Contraa tobe awarded.Delays and extensions oftime may be allowed onlyin accordance with the provisions statedinthe appropriate seaionofthe Contraa Documents,including the Proposal Form.No change orders shall be allowed for delays caused bythe City,otherthanfor extensions oftimeto complete the Work. 34.Submittal Requirements:All Proposals shall comply withthe requirements setforth herein and shall include a fully completed Construction BidForm found on EXHIBIT 3 which isapartofthis Solicitation Package. 35.Cancellation of Bid Solicitation:TheCity reserves the right to cancel,in whole or part any requestfor proposalwhenitisinthebestinterestofthe City. 36.Respondent shall not discriminate with regard toits hiring of employees orsubcontraaorsorinits purchase of materials orinany way inthe performance ofitscontraa,ifoneis awarded,based onrace,color,religion, national origin,sex,age,sexual orientation,disability,or familial status. Thomas F.Pepe 12/10/2015 37.All respondents,at the timeofbidopening,musthave fulfilled allpriorobligationsand commitments to the Cityin order tohavetheirbidconsidered,including all financial obligations.Priortotheacceptanceofanybid proposal or quotation,the City'sFinance Department shallcertify that there arenooutstandingfines,monies, fees,taxes,liens or other chargesowedtotheCitybytheRespondentanyoftheRespondent's principal, partners,members or stockholders (collectively referredtoas "Respondent Debtors").Abid,proposalor quotation will notbeaccepteduntilailoutstandingdebtsof all Respondent Debtors owedto the cityarepaid in full.Nobidderwhoisindefaultofanyprior contraa withtheCitymayhavetheirbidconsidereduntilthe defaultiscuredtothe satisfaction oftheCity Manager. 38.Bid Protest Procedure.See attached EXHIBIT 9 39.Evaluation Criteria:Ifthisprojectistobe evaluated byan Evaluation Committee,the evaluation criteriais attached as N/A. END OF SECTION Thomas F.Pepe 12/10/2015 10 Proposal Submittal Checklist Form SW 64th Avenue Drainage Improvement Project RFP #PW2016-19 ThischecklistIndicatesthe formsanddocumentsrequiredtobesubmittedfor this solicitation arid tobe presented bythedeadlinesetforwithinthe solicitation.Fulfillment of all solicitation requirementslisted is mandatoryfor considerationof response^to the solicitation.Additrpnal documents may be required and*if so,they will be identified inan addendum to this Solicitation*The response shall includethefbllowfngitems: Indemrtifi&tipn^EXHIBIT2 Construction Bid Form EXHIBITS Signed ContractDocuments(All-Including GeneralConditions _and Supplementary Conditions If attached)EXHIBIT 4,S,&6 Performance and Payment Bonds (As o Condition Award.Not _required with Submittal.)EXHIBIT!&8 Respondents Qualification Statement ListofProposed Subcontractors and Principal Suppliers Non-Collusion Affidavit PublicEntityCrimesand Conflicts ofInterest DrugFreeWorkplace AcknowledgementofConformancewith OSHAStandards Affidavit Concerning Federal &StateVendor Listings ^Related Party Transaction Verification Form PresentationTeam Declaration/Affidavit of Representation is* x/ 1/ c/ t/ iS -k£ </ Submit this checklist alongwithyour proposal Indicating the completion and submission ofeachrequiredforms and/or documents. END OF SECTION Thomas F.Pepe 12/10/2015 '.7,W5/,«,iUvrn'.»WRp»ri,:wiJSa»lK:R'.r!t«tU*^«»«»>ijTtvfcv~:-i^ RESPONDENT QUALIFICATION STATEMENT SWMth Avenue Drainage Improvement Project RFP#PW20I6-I9 The response to this questionnaire shall be utilized aspartofthe CITY'S overallProposal Evaluation and RESPX^NDENT ^ejection. I.Number of similarprojects completed, a)In the past 5years £-?** In the past 5 years On Schedule ^L.^U b)In the past 10 years c?/ In the past 10 years On Schedule C3/ 2.Listthelast three (3)completedsimilarprojects. a)Project Name:^/^V*^4 n***?^D^p^^/4 jjvffitj^t $t*Ms Owner Name:/Jfc*^'P^d^G^^i V/*MUI^6t)cr>tJk% Owner Address:///<OuO t^^t4Plw^^tlf%l^g Owner Telephone:TbOjf**46$r ^&^M b) Thomas F.Pepe 12/10/2015 •i.'Vi.Vtt.V.Wr.'mnct-x-?. Original Contract Completion Time (Days):%4Q d^y. Original Contract Completion Date:0$/^v3 f 9~&($> Actual Bnal Contract Completion Pate; Original Contract Price*^jfO ^^V,'** Actual Final Contraa Price:-feY^y 7%&0,°' Project Name:"T^J t*)J-*~<&Z.^j^V^^^^$ffifo Owner Name:C^/rW &f~'&x^tJ IrCt /(>iyv^^^* Owner Address:<Q I SO <?^-c»^'$•$Qi$lK /M^^l p£J3t£3 Owner Telephone:30^~-^*?3 —*£-&712>- Original Contract Completion Time q O rd&CX-W ^(Days):*^-^^ Original Contract Completion Date: Actual Final Contract Date; Original Contraa Price: Aaual Final Contraa Price */3o/'tf Completion %€/L /frfr//fi <f ^4J/iTT ?2 c)Project Name:&cX$*b«£-?*7 (0 0*yf"f *f'<&*«>*?€>^Cb^O'OwnerName:\J,%b^^<Zf jfoLf*J&*.L$LJ~ Owner Address:^^O^€<U+Mticus ST.J®*}Z*jM ^SjC^f Owner Telephone:3*r.g,ry-"flS3 4 &a*1** Original Contraa Completion Time (Days):180 cL Ordinal Cohtricit Completion Date:M&-f &&<$&*4&/'t/f8/t'vl) Actual Pinal Contraa Completion Date: Original Contraa Price: Actual Final Contraa Price: 3.Current workload fUf&^L 4 8&B!r*-#j*-*" f&ee*'d-S~&f7MX*Z<-*?T'~ 4.The following information shall be attached tothe proposal. a)RESPONDENTS home office organization chart V" b)RESPONDENTS proposed projea organizational chart c)Resumes ofproposedkey projea personnel,Including on-site Superintendent. 5.Listanddescribe any: Thomas F.Pep* 12/10/2015 13 a)Bankruptcy petitions filed byor against theRespondentoranypredecessor organizations! b)Any arbitration or civil or criminal proceedings,or Suspension ofcontractsor debarring from Bidding or Responding by any public agency brought c)against the Respondent In the lastfive (5)years a)0#)4*^ 6.Government References: List other Government Agencies or Quasi-Gbvernment Agencies for which you have done business within thepast five (5)years.. Name of Agency:[^€e J-C &^fi C&fa-*Lm-£) Address: TelephoneNo,: Contaa Person: Typeof Project: Name of Agency: Address: Telephone No,: Contaa Person: Typeof Projea: Name of Agency: Address: Telephone Noj Contaa Person: Typeof Project: Thomas F.Pepe 12/10/2015 14 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS SW64thAvenue drainage Improvement Project RFP#PW20I6-I9 Respondent shalMist allproposedsubcontractors,if subcontr^ beusedon this projea If they are awar^the Contract Landscape Sodding andTurf Work Eiearical Irrigation Plying -™\Jtm^qMMl t<--«~*z^t /hz*UM&>W&$qz-344Zk Pai k An HJijIUuvmerntms> *9> 3of^f4?-0foi Graphics Utilities Excavation Building Structures tv«t^. 0€Cy^e jo^z4^"BMB Plumbing Painting TestingLaboratory Soil Fumlgator 7V?W Other Thislist shall be provided totheCityofSouth Miami bythe apparent lowest responsive and responsible Bidder within five (5)business days after Bid Opening. END OF SECTION Thomas F.Pepe 12/10/2015 15 NON COLLUSION AFFIDAVIT STATEOF FLORIDA ) ) COUNTY OF MIAMI-DADE ) f\J4X \TfQ Qr&A~)2^*<£~^being first duly sworn,deposes and states that (1)JjeJShe/They is/are the OlJU t^ey^ (Owner,fturtner,Officer,RepresentativeorAgent)of /jyf#%-J&Lo ^K^C-^the Respondent that has submitted the attached Propd^!;^ (2)He/She/They is/are fully informed concerning the preparation andcontentsoftheattached Proposal andof all pertinent circumstances concerning such Proposal; (3)Such Proposal is genuine andisnota collusive orsham Proposal; (4)Neither the said Respondentnoranyof Its officers,partners,owners,agents,representatives, employeesor parties in interest;Including this affiant,have in anyway colluded,conspired,connived or agreed,directlyor indirectly,withanyotherRespondent,firm,orpersontosubmit a collusive or sham Proposal in connection withtheWorkforwhichthe attached Proposal has been submitted;or to refrain from Bidding or proposing in connection with such Work;or have in any manner,directly or indirectly,soughtbyagreementor collusion,or communication,orconferencewithany Respondent,firm,or person to fix any overhead,profit,orcost elements ofthe Proposal orof any otherRespondent,ortofixanyoverhead,profit,orcostelementsofthe Proposal Price orthe Proposal Priceofanyother Respondent,ortosecurethroughany collusion,conspiracy,connivance, or unlawful agreementany advantage against (Recipient),orany person interested intheproposed Work; (5)The price or prices quotedinthe attached Proposal are fair andproperandarenottaintedbyany collusion,conspiracy,connivance,or unlawful agreementonthepartofthe Respondent oranyother ofits agents,representatives,owners,employees or parties of interest,including this affiant. Signed,sealecUrod deliveredinthepresenceof. Signature f IjJft /(J<*r*&GoiJZ^4^X^ Print Name and Til Date efa/t* ACKNOWLEDGEMENT STATE OF FLORIDA ) ) COUNTY OF MIAMI-DADE ) On this the *Z^T day of rTU^UST .20 I ($.before me,the undersigned Notary Public of the State of Florida,personally appeared (Narrte(s)of indivldual(s)who appeared before notary) Thomas F.Pepe 12/10/2015 16 IflVJO W>i^7^[:g/2^and ^osg name(s)is/are Subscribed to the within instrument,and he/she/they acknowledge that he/she/they executed it WITNESSmyhandand official seal.^LL BKWEtSANCHE! NOTARY PUBLIC: SEAL OF OFFICE: Notary Public,Stateof Florid Commission #GG 8029 J$My Coninftliffon *K#f«07-06*2020 Bonded through Thomas F.Pepe 12/10/201S 17 (Name of Notary PaiMc Print $1 Is Personallyknown to me,or Personalidentification: Typeof Identification Produced IS Did take an oath,or Did Not take an oath. \pw^'r^j-PifauiUJUtt PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant to the provisionsof Paragraph (2)(a)ofSection 287.133,Florida State Statutes -"A personor affiliate who has been placedon the convicted vendor listfollowingaconvictionforapublic entity crimemay not submit a Proposal or bidona Contract to provideanygoodsorservicestoapublicentity,maynot submit aBidor proposalfora Contract withapublicentityfortheconstructionofrepairofapublicbuildingorpublic work,may notsubmitbids or proposalsonleasesorrealpropertytoapublicentity,may not beawardedtoperform Work asa RESPONDENT,Sub-contractor,supplier,Sub-consultant,or Consultant under a*Contract with anypublic entity,andmay not transactbusinesswithanypublicentityin excess ofthe threshold amountCategory Two of Section 287.017,Florida Statutes,forthirtysix(36)monthsfrom the dateofbeing placed ontheconvictedvendor list". Theawardofany contract hereunder issubjecttotheprovisions of Chapter 112,Florida State Statutes.Respondents must disclosewith their Proposals,thenameofanyofficer,director,partner,associateor agent who isalsoanofficeror employee of the City ofSouth Miami oritsagencies. SWORN STATEMENTPURSUANT TO SECTION 287.133 (3)(a), FLORIDA STATUTES.ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I.This sworn statement is submitted to [printnameofthepublicentity] by. for [printindividual'snameandtitle] [printnameofentitysubmittingswornstatement] whose business address is and(if applicable)its Federal Employer Identification Number (FEIN)is (Ifthe entity hasno FEIN,includethe Social SecurityNumberofthe individual signing thisswornstatement: •) 2.I understand that a"public entity crime"as defined in Paragraph 287.133 (l)(g),Florida Statutes, meansaviolationofanystateorfederallawbyapersonwith respect to anddirectlyrelated to the transactionofbusinesswithanypublicentityorwithanagencyor political subdivision of any other state oroftheUnitedStates,including,butnotlimitedto,anybid,proposalorcontractforgoodsorservices to beprovided to any public entityoranagencyor political subdivision of any other stateorofthe UnitedStatesandinvolvingantitrust,fraud,theft,bribery,collusion,racketeering,conspiracy,or material "misrepresentation. 3.I understandthat "conviaed"or"conviction"asdefinedin Paragraph 287.133 (I)(b),Florida Statutes,meansa finding ofguiltoraconvictionofa public entitycrime,withor without an adjudication of guilt,inany federal orstatetrialcourtofrecord relating tochargesbroughtbyindictmentor information after July 1,1989,asaresultofa jury verdict,non-jury trial,orentryofapleaof guilty or nolo contendere. 4.I understandthatan "affiliate"asdefinedin Paragraph 287.133 (I)(a),Florida Statutes,means: (a)Apredecessororsuccessorofapersonconvictedofa public entitycrime;or (b)Anentityunderthecontrolofany natural personwhoisactiveinthemanagementoftheentity and who hasbeenconvictedofa public entitycrime.The term "affiliate"includes those officers, directors,executives,partners,shareholders,employees,members,andagents who areactivein Thomas F.Pepe 12/10/2015 18 themanagementofan affiliate.Theownershipbyone person ofsharesconstitutingacontrolling interest inanyperson,orapoolingofequipmentorincomeamongpersonswhen not for fair marketvalueunderanarm'slengthagreement,shall beaprima facie casethatoneperson controlsanotherperson.Apersonwho knowingly entersintoajointventurewithaperson whohasbeenconvicted of a public entitycrimein Florida during the preceding 36months shall be considered an affiliate. I understand thata"person"as defined in Paragraph 287.133 (I)(e),Florida Statutes,meansany natural personorentity organized underthe laws ofanystate or oftheUnitedStateswith the legal powertoenterintoa binding contractandwhichbidsor proposal or applies tobidorproposalon contractsforthe provision ofgoodsor services letbya public entity,orwhichotherwise transacts or applies totransactbusinesswitha public entity.Theterm"person"includes those officers,directors, executives,partners,shareholders,employees,members,andagentswhoareactiveinmanagementofan entity. Based on information and belief,the statement which 1 have marked below is true in relation to the entity submittingthissworn statement [Indicate whichstatement applies.] Neither theentitysubmittingthisswornstatement,noranyofitsofficers,directors,executives, partners,shareholders,employees,members,oragentswhoareactiveinthemanagementoftheentity, norany affiliate of the entityhasbeenchargedwithandconvictedofapublicentitycrimesubsequent to July I,1989. The entity submitting this sworn statement,oroneormoreofitsofficers,directors,executives, partners,shareholders,employees,members,oragentswhoareactivein the management of theentity, oran affiliate oftheentityhasbeen charged with and conviaedofa public entitycrimesubsequentto July 1,1989. The entity submittingthissworn statement,or one ormore of itsofficers,directors,executives, partners,shareholders,employees,members,oragentswhoareaaiveinthemanagementoftheentity, oran affiliate oftheentityhasbeen charged withandconviaedofa public entitycrimesubsequentof July 11 1989.However,therehasbeenasubsequentproceedingbeforea Hearing OfficeroftheStateof Florida,Division ofAdministrative Hearings andthe Final Order entered bythe Hearing Officer determinedthatitwas not in the public interesttoplacetheentitysubmittingthissworn statement on the conviaed vendor list,[attach acopyofthe final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE)ABOVE IS FORTHAT PUBLIC ENTITYONLY,AND THATTHIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED.I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDEDIN SECTION 287.017,FLORIDASTATUTES.FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. [Signature] Sworntoand subscribed beforemethis day of ,20_ Personally known ORProduced identification Notary Public -Stateof _ My commission expires. (Typeof identification)(Printed,typedorstamped commissioned Form PUR 7068 (Rev.06/11 /92)nameofnotary public) Thomas F.Pepe 12/10/2015 19 DRUG FREE WORKPLACE Whenever two ormoreBidsorProposalswhichareequalwith respect toprice,qualityandservicearereceived bytheStateorbyany political subdivisions forthe procurement of commodities orcontraaual services,aBidor Proposal received from a business that certifies thatit has implemented a drug-free workplace program shall be given preferenceinthe award process.Established procedures for processing tie Bids or Proposals shall be followed ifnoneofthetiedvendorshaveadrug-freeworkplace program.In ordertohavea drug-free workplace program,abusiness shall: 1)Publish astatement notifying employeesthatthe unlawful manufaaure,distribution,dispensing, possession,oruseofa controlled substance is prohibited intheworkplaceand specifying the aaions thatshallbetakenagainst employees forviolations of suchprohibition. 2)Inform employeesaboutthe dangers ofdrugabuseintheworkplace,the business'policy of maintaining adrug-freeworkplace,any available drug counseling,rehabilitation,and employee assistanceprograms,andthe penalties thatmaybeimposeduponemployeesfordrugabuse violations. 3)Giveeachemployee engaged in providing thecommoditiesorcontraaualservicesthatareunder Bidacopy of the statement specifiedinSubseaion(I). 4)In thestatement specified in Subsection (I),notifytheemployees,that,asa condition ofworking ofthe commodities orcontraaualservicesthatareunder Bid,he employee shall abideby the termsofthe statement and shall notifytheemployeeofany conviaion of,orpleaofguiltyor nolo contendere to,any violation ofChapter893orofanycontrolledsubstancelawoftheUnited Statesoranystate,foraviolationoccurringintheworkplacenolaterthanfive(5)businessdays after such conviction. 5)Imposeasanctionon,orrequire the satisfactory participation inadrugabuseassistanceor rehabilitation program,ifsuchis available intheemployee's community,byanyemployeewhois so conviaed. 6)Makeagood faith effort tocontinueto maintain adrug-freeworkplacethroughimplementation of this seaion. Asthepersonauthorizedtosign the statement,I certifythatthisfirmcomplies fully with the above requirements. RESPONDENT'S Signature: PrintName: Date: Thomas F.Pepe 12/10/2015 20 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS TO THE CITY OF SOUTH MIAMI We.Afa&&0*&'-^W^fName of CONTRACTOR),hereby acknowledge and agree that as CONTRAdTOlHorthe SW 64th AvenueDrainageImprovementProject,RFP#PW2016-19 project as specified have the sole n^ponsibility for a>rrij>!tence with all the r^ulrements of the Federal Occupational Safety and HealthActof 1970,and all Stateand local safety and health regulations,andagreeto indemnify and hold harmless theCityof South MiamiandEACConsulting,Inc.against airy and ail liability, claims,damages,lossesand expenses they-may incur due tothe failure of (Subccontrattotfs names):jsesand expenses they/nayincurduetothe failure of (S^contractdi^s names):' to complywithsuchact or regulation, CONTRACTOR Name Title Thomas F,Pepe I2/JO/20I5 21 AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS Theperson,or entity,whoisrespondingtotheCity's solicitation,hereinafterreferred to as"Respondent",must certify thatthe Respondent's nameDoesNotappearontheStateof Florida,Departmentof Management Services, "CONVICTED,SUSPENDED,DISCRIMINATORY FEDERAL EXCLUDED PARTIES andCOMPLAINTS VENDOR LISTINGS". If theRespondent'snameDoesappearononeorallthe "Listings'*summarized below,Respondents must "Check IfApplies"next to the applicable "Listing"The "Listings"canbeaccessedthroughthe following linktotheFlorida Department ofManagementServiceswebsite: http^/www.dmsmyflorida.com/business operations/state purchasing/vendor information/convicted susp ended discriminatory complaints vendor lists DECUVAATION UNDER PENALTY OF PERJURY l/^€flf0j{^/^^state,binder penalty of perjury, that the followingstatements are true <md correct:rfli^^^f)J /jj^ajl^/j^tjE\*41~* <•)I represent theRespondentwhosename is spondent "7/V-ejgi(2)I havethe following relationship withthe Respondent m sole pt^pri^orji.Prg^fdpnf (if Respondent is a corporatibnY PartHer (if Respon (Owner(ifRespondentisa partnership),General Partner(ifRespondent is a 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.m)rtoridaxom/bu^^^ scriminatory_complalnts_vendorjists (4)I haveenteredan "x*1 or acheck mark besideeach llstingfcategbry setforthbelowifthe Respondent's name appears inthelistfoundonthe Florida Departmentof Management Services websiteforthatcategoryor listing.IfI didnotenter a markbesidea listing/category,it means that I amattestingtothe feet thatthe Respondent's name does not appearon the listing forthat category inthe Florida Department of Management Services website as of the date of this affidavit. Check if Applicable ConvictedVendorList :-..t:.,Suspended Vendor List "'_J Discriminatory Vendor List Federal Excluded PartiesList Vendor Complaint List y *a FURTHER DECLARANT SAYETH NOT /J'£ri&&**H V**^**^ ACKNOWLEDGEMENT STATE OF FLORIDA ) COUNTY OF MIAMI-DADE ) On this the ^Y day of Auqv* appeared M^vtO Cjhrv^W^ followingidentification foregoing Affidavit astheDeclarant. WITNESS myhandand official seal. NOTARY PUBLIC: SEAL ,.^.....i-- Thomas F.Pepe (2/10/2015 L >IQ.-lL:.before me,the undersigned authority,personally who fs pgrywally know m me orwho provided the andwhotookanoathor affirmed thatthat he/she/they executedthe 22 (NameofNotary Public: Stamp or typeas commisi DANIEL SANCH6Z CommfBSlon #GG 8929 lyComml6«»or>fcxplrei 07-06-2020 Bonded Thiough Amerlcon Aasoctotlon of Notariesl& RELATED PARTY TRANSACTION VERIFICATION FORM I /y/ffrr^&^-tA&^dividuallvand on behalf of MG9tfj&l^^^^• ffirrrfp^City of South Marrfi (4'City")'s Code of Ethics, Section8A-I ofthe City's Code of Ordinances arid I hereby certify,under penalty of perjury thattothebestof my knowledge,information and belief: (1)neither I northe Firm have any conflict ofinterest (as defined in section 8A-I)with regard tothe contract or business that I,and/orthe Firm,am(are)about to performfor,ortotransactwith,the City,and (2)neither I npr any employees,.officers,directors ofthe Firm,nor anyone who has a financial Interest greater than 5%in the Firm,has any*relative®,as defined in section $A-1.who Is an employee ofthe City or who ls(are) an appointed or elected official ofthe City,orwho is(afe)a member of any public body created bythe City Commission,i.e.,a board or committee ofthe City,[while iJt\e ethics code still applies,ifthe person executing this form Is doing soon behalf ofa firm whose stockis publicly traded,the statement inthis section (2)shall be based solely onthe signatory's personal knowledge and he/she is not required to make an independent investigation asto the relationship of employees orthosewho have a financial Interest inthe Firm.];and (3)neitherJnorthe Firm,nor anyone vWio hasa financial interest greater than 5%inthe Firm,nor any member of those persons'immediate family (i.e*spouse;parents;children,brothersand sisters)has transacted orentered intoanycontracts)with the City orhasa financial interest;director indirect,inany business being transacted with the city*or wljMjjy person or agency acting forthe city,other than as follows: _(ifnecessary,ufc a separate sheetto supply additional information that will not fit onthis line;however,you must make reference,ontheabove line,to the additional sheetandthe additional sheet must be signed under oa|b).(while the ethics codeJtill applies,Hf the person executing this:form h doing soon behalf ofa firm whose stock is publicly traded,the statement in this section (3)shall be based solely onthe signatory's personal knowledge and he/she isnot required to make an independent Investigation astothe relationship ofthosewho have a financial interestinthe Firm];and (4)ho efected and/or appointed official or employee ofthe City of South Miami,or any oftheir immediate family members (Lev,spouse,parents,children,brothers and sisters)has a financial interest,directly or indirectly,inthe comritft between you arid/or ybiir Firm anajteCity otherthan the following individuals whose Interest is setforthfollowingtheirnames:./J.pjrjr* (if necessary,use a separate sheet to supply additional information that will not fit onthis line;however,you must make reference,onthe above line,tothe additional sheet and the additional sheet must be signed under oath). The names of all City employees andthatof all elected and/or appointed city officials or board members,who own,directly or indirectly,an Jptartsst offive percent (5%)or more ofthetotal assets ofcapital stock in the firm are as follows: (if necessary,use a separate sheet to supply additional Information that will notfiton this line;however,you must make reference,onthe above line,tothe additional sheet and the additional sheet must be signed under oath). [Wpe the ethics code still applies,Ifthe person executing this form is d$ing soon behalf ofa firm whose stock is publicly traded,the statement inthis section (4)shall be based solely onthe signatory's personal knowledge and he/she is not required to make an Independent investigation as tothe financial interest in the Firm of city employees,appointed officials orthe immediate family members ofelected and/or appointed official or employee.] (5)I and the Firm further agree notto use or attempt to use any knowledge,property or resource which may come to us through our position of trust,or through oar performance of our duties under the terms of the contract with the Gty,to secure a special privilege;benefit,c«r exemption for ourselves,or others.Weagree that we may not disclose oruse Information,not available to members ofthe general public,forour personal gain or benefit orfor the personal gain or benefit of any other person or business entity,outside ofthe normal gain or benefit anticipated throughthe performance ofthe contract (6)I andthe Firm hereby acknowledge that we have not contracted or transacted any business with theCityor anypersonor agency acting forthe City,andthatwe have not appeared in representation ofanythirdparty before any board,commission or agency ofthe City within thepasttwo years other than as Thomas F.Pepe 12/10/2015 23 follows:/^ffr __——(* necessary,usea separate sheetto supply additional information that will not fit onthis line;however,youmust makereference,ontheabove line,to the additional sheetandthe additional sheetmustbe signed underoath). X^rchasing^dbr ^VERIFICATION FORM [3].docx (7)Neither I norany employees,officers,or directors ofthe Firm,nor any of their immediate family (I.e.,asa spouse,son,daughter,parent,brotheror sister)Is related bybloodor marriage to:(i)anymemberoftheCity Commission;(ii)ixyjfcf employee;of (iii)anymemberofanyboardor agency oftheCityotherthanas follows: ..../O //^T $necessaryi use aseparate sheet to supply additional information that>^ill not fit on this line;however,you must make reference,onthe above line,tothe additional sheetandthe additional sheet must be signedunder oath),[while the ethicscodestillapplies,iftheperson executingthisformisdoingsoonbehalfofafirm whose stockis publicly traded,the statement In thissection(7) shall bebasedsolelyon the signatory's personal knowledgeand he/she isnotrequired to makeanindependent Investigation astothe relationship bybloodor marriage ofemployees,officers,ordirectorsofthe Firm,orofany oftheirimmediate family toany appointed or elected officials oftheCity,ortotheirimmediate family members]. (8)NoOther Firn%norany officers or directors ofthatOther Firm or anyone who has a financial Interest greater than 5%inthat Other Firm,norany member ofthose persons'Immediate family (i.e.,spouse,parents,children, brothers and sisters)nor any of my immediate family members (hereinafter referred to as "Related Parties")has responded toa solicitation by the City in which Iorthe Firm that I represent or anyone who has a financial interestgreater than 5%inthe Firm,oranymemberofthose persons'immediate family (I.e.spouse,parents, children,brothersandsisters)havealso responded,otherthanthe following: _&J.&—9 necessary,useaseparatesheettosupply additional information thatwillnotfitonthisline;however,youmust make reference,ontheabove line,to the additional sheetandthe additional sheetmustbe signed under oath), [while theethicscode still applies,if thepersonexecutingthisformisdoingsoonbehalf of a firm whosestockis pubfidytraded,thestatementinthissection(8)shall bebasedsolelyonthe signatory's personalknowledge and he/she is not requiredtomakeanindependent investigation intothe Other Rrm,ortheRrm he/she represents,as to thejr officers,directorsoranyone having a financial interestinthose Firms orany of theiranymemberofthose persons'immediate family.] (9)land the Firm agree thatweare obligated to supplement this Verification Form and Inform the City ofany change in circumstances that would change ouranswersto this document.Specifically,afterthe opening ofany responses toa solicitation,I and the Firm have an obligation to supplement this Verification Form with the name of all Related Parties who have also responded tothe same solicitation andto disclose the relationship ofthose parties tome *nd the Rrm. (10)A violation ofthe City's Ethics Code,the giving ofany false Information orthe failure to supplement this Verification Form,maysubjectmeorthe Firm to immediateterminationofanyagreementwiththeCity,andthe imposition of themaximum fine and/orany penalties allowed by law.Additionally,violations maybe considered by and subject toaction bpfche Miami-Dade CountyCommissionon Ethics.Underpenaltyof perjury,I declare that I have made adllfent yfrort to investigate the matters to which Iam attesting hereinabove and that the statements made hereif&Dwe are true and correct to the best of my knowledge,information and belief. »~H3fl j i /We +*l~$- Print Name ATriJef /VftfreD Cfi^Vi "t^X>C^f /' 6yfa-^r/t.kDate: Thomas F.Pepe 12/10/2025 24 Sec.8A-I.-Conflict of interest and code of ethics ordinance. (a)Designation. Thissection shall be designated andknownasthe"Cityof South Miami Conflict ofInterestandCodeof Ethics Ordinance."Thissection shall be applicable to all citypersonnelas defined below,and shall alsoconstitutea standardof ethical conductand behavior for all autonomous personnel,quasi-judicial personnel,advisory personneland departmental personnel.The provisions ofthissection shall be applied In a cumulative manner.By way of example,andnotasa limitation,subsections (c)and (d)may be applied tothesamecontractor transaction. (b)Definitions.Forthepurposesofthissectionthe following definitions shall be effective: (1)Theterm "commission members"shall refertothe mayor andthemembersofthecity commission. (2)Theterm "autonomous personnel"shall refertothe members ofautonomousauthorities,boardsand agencies, suchasthecity community redevelopment agency andthe health facilities authority. (3)Theterm "quasi-judicial personnel"shall refertothe members ofthe planning board,the environmental review and preservation board,the code enforcement boardandsuch other individuals,boards and agenciesof the cityasperform quasi-judicial functions. (4)Theterm "advisory personnel"shall refertothe members ofthosecity advisory boardsand agencies whose soleorprimary responsibility istorecommend legislation or give advicetothecity commission. (5)Theterm "departmental personnel"shall refertothe city clerk,thecity manager,department heads,thecity attorney,and all assistants tothecity clerk,city manager andcityattorney,howevertitled. (iS)Theterm "employees"shall refer to all other personnel employed by the city. (7)Theterm "compensation"shall refertoany money,gift,favor,thingof value or financial benefit conferred,or to be conferred,in return for services rendered or to be rendered. (8)Theterm "controlling financial interest"shall referto ownership,directly or indirectly,often percentormore oftheoutstanding capital stockinanycorporation or adirectorindirectinterest often percentormoreina firm, partnership,or other business entityatthetimeof transacting business withthecity. (9)The term "immediate family"shall refertothespouse,parents,children,brothersandsistersoftheperson involved. (10)Theterm"transactany business"shall refertothe purchase orsalebythecityof specific goodsor services forconsiderationandtosubmittingabid,aproposalinresponsetoa Solicitation,a statement of qualifications in responsetoarequestbythecity,orenteringintocontract negotiations forthe provision onany goods or services,whichever first occurs. (c)Prohibitionon transacting businesswiththecity. Noperson included intheterms defined in paragraphs (b)(1)through(6)andin paragraph (b)(9)shall enterinto any contraa or transact anybusinessinwhich that personoramemberoftheimmediate family hasa financial interest,direct or indirectwiththecityoranypersonor agency actingforthecity,andanysuchcontract, agreement or business engagement entered inviolationofthis subsection shall render the transaction voidable. Willful violation of this subsection shall constitute malfeasance in office and shall affect forfeiture of office or position.Nothinginthissubsection shall prohibitormake illegal: (1)Thepaymentoftaxes,special assessments orfeesfor services provided bythecity government; (2)The purchase of bonds,anticipation notesorother securities that may be issued bythe city through underwriters or directlyfromtime to time. Waiver of prohibition.Therequirementsofthissubsection may be waived foraparticulartransactiononlybyfour affirmative votesofthecity commission after public hearing upon finding that: (1)An open-to-ail sealed competitive proposalhasbeen submitted byacitypersonas defined in paragraphs (b)(2), (3)and(4); (2)Theproposalhasbeensubmittedbyapersonor firm offering services within thescopeofthepracticeof architecture,professional engineering,orregisteredland surveying,as defined bythelawsofthestateand pursuanttothe provisions oftheConsultants'Competitive Negotiation Act,andwhenthe proposal hasbeen submitted byacityperson defined in paragraphs (b)(2),(3)and (4); (3)The property orservicestobe involved intheproposedtransactionareuniqueandthecitycannot avail itself ofsuch property or services without entering a transaction whichwouldviolatethis subsection butforwaiverof its requirements;and (4)Thattheproposedtransaction will beinthebestinterestofthe city. Thissubsection shall be applicable onlytoprospectivetransactions,andthecitycommissionmayinnocase ratify a transaction entered in violation of this subsection. Provisions cumulative.Thissubsection shall betakentobe cumulative and shall notbe construed toamendorrepeal any other lawpertainingto the samesubject matter. (d)Furtherprohibitionontransactingbusinesswiththecity. Thomas F.Pepe 12/10/2015 25 Nopersonincludedinthetermsdefinedinparagraphs (b)(1)through(6)andinparagraph(b)(9)shall enter into anycontractortransactany business througha firm,corporation,partnershiporbusinessentityin which that personoranymemberoftheimmediate family hasacontrolling financial interest,direct or indirect,with the city oranyperson or agencyactingforthecity,andanysuchcontract,agreement orbusinessengagement entered in violation ofthissubsection shall renderthetransaction voidable.The remaining provisionsofsubsection(c)will alsobeapplicabletothissubsectionasthough incorporated byrecitation. Additionally,nopersonincludedin the term definedinparagraph(b)(1)shallvoteon or participate inanywayin any matter presented tothecitycommissionifthatpersonhasanyofthe following relationshipswithanyof the persons or entitieswhichwouldbe or mightbedirectly or indirectlyaffectedbyanyactionofthecitycommission: (I)Officer,director,partner,ofcounsel,consultant employee,fiduciary or beneficiary;or (2)Stockholder,bondholder,debtor,or creditor,ifinanyinstancethetransactionor matter wouldaffect the persondefinedinparagraph (b)(1)inamannerdistinctfromthemannerinwhichitwouldaffectthepublic generally.Anyperson included intheterm defined in paragraph (b)(1)whohasanyofthe specified relationshipsor whowould or might,directlyor indirealy,realizeaprofitbytheactionof the citycommissionshallnot vote on or participate inanywayinthe matter. (E)Gifts. (1)Definition.Theterm "gift"shall refertothetransferof anything ofeconomic value,whether intheformof money,service,loan,travel,entertainment,hospitality,itemorpromise,orinany other form,without adequate and lawful consideration. (2)Exceptions.Theprovisionsofparagraph(e)(I)shallnotapplyto: a.Political contributions specifically authorizedby state law; b.Giftsfromrelativesormembersofone'shousehold,unlessthe person isaconduitonbehalfofathirdpartyto thedeliveryofagiftthatisprohibitedunderparagraph(3); c.Awardsforprofessional or civicachievement; d.Material suchasbooks,reports,periodicals or pamphlets which are solely informational orofan advertising nature. (3)Prohibitions.Apersondescribedin paragraphs (b)(1)through(6)shall neithersolicitnordemand any gift.It is also unlawful foranypersonorentityto offer,give oragreeto give toanyperson included inthetermsdefinedin paragraphs(b)(1)through(6),orforanyperson included inthetermsdefinedinparagraphs(b)(1)through(6)to acceptoragreetoacceptfrom another person or entity,anygiftfor or becauseof: a.An official public action taken,ortobe taken,or which could betaken,oran omission or failure totakea public aaion; b.A legal dutyperformedortobeperformed,orwhichcouldbeperformed,oranomissionor failure toperform alegalduty; c.A legal dutyviolatedortobe violated,orwhichcouldbe violated byanypersonincludedinthetermdefinedin paragraph (b)(1);or d.Attendance or absencefromapublicmeetingatwhich official actionistobetaken. (4)Disclosure.Anyperson included intheterm defined in paragraphs (b)(1)through(6)shall disclose any gift,or seriesof gifts fromanyonepersonor entity,having a value inexcessof $25.00.Thedisclosure shall bemadeby filing acopyofthedisclosureformrequiredbychapter 112,Florida Statutes,for "local officers"withthecityclerk simultaneously withthe filing oftheformwiththeclerkofthecountyandwiththe Florida Secretary ofState. (f)Compulsory disclosure by employees of firms doing business withthecity. Should anyperson included intheterms defined in paragraphs (b)(1)through(6)be employed bya corporation, firm,partnershipor business entityin which thatpersonorthe immediate family doesnot have a controlling financial interest,andshouldthecorporation,firm,partnershipor business entityhave substantial business commitmentstoorfromthecityoranycity agency,orbesubjectto direa regulationbythecityoracity agency, thentheperson shall file aswornstatement disclosing such employment andinterestwiththeclerkofthe city. (g)Exploitation of official position prohibited. Noperson included intheterms defined in paragraphs (b)(1)through(6)shall corruptlyuseorattempttousean official positiontosecure special privileges orexemptionsforthatpersonorothers. (h)Prohibitiononuse of confidential information. Noperson included inthetermsdefinedinparagraphs (b)(1)through(6)shall acceptemploymentorengagein anybusiness or professionalactivitywhichonemight reasonably expect would requireor induce oneto disclose confidential information acquiredby reason ofan official position,nor shall thatperson in factever disclose confidential information garneredor gained through an official positionwiththe city,nor shall thatpersoneverusesuch information,directly orindirealy,for personal gain or benefit. Thomas F.Pepe 12/10/2015 26 (i)Conflicting employment prohibited. Noperson included intheterms defined in paragraphs (b)(1)through (6)shall acceptother employment which wouldimpair independence ofjudgmentintheperformanceofany public duties. (j)Prohibitiononoutside employment (1)Noperson included intheterms defined in paragraphs (b)(6)shall receive any compensation forservicesasan officer or employee ofthecityfromanysourceotherthanthe city,exceptas may bepermittedas follows: a.Generally prohibited.No full-time city employee shall acceptoutside employment,either incidental,occasional or otherwise,wherecitytime,equipmentor material istobe used orwhere such employment oranypartthereofis tobeperformedoncitytime. b.When permitted.A full-time city employee mayaccept incidental or occasional outside employment solongas such employment isnotcontrary,detrimental oradversetotheinterestofthecityoranyofitsdepartmentsand theapprovalrequiredinsubparagraphc.isobtained. c.Approval of department head required.Any outside employment by any full-time city employee mustfirstbe approved in writing bythe employee's departmentheadwho shall maintain a complete recordofsuch employment. d.Penalty.Anypersonconvictedof violating any provision ofthissubsection shall be punished asprovidedin section I-11 oftheCodeof Miami-Dade Countyand,in addition shall be subjea to dismissal bytheappointing authority.Thecity may alsoassess against aviolatora fine nottoexceed $500.00 andthecostsof investigation incurredbythecity. (2)All full-time city employees engaged in any outside employment for any person,firm,corporation orentity other thanthe city,oranyofits agencies or instrumentalities,shall file,underoath,an annual report indicating the sourceoftheoutsideemployment,thenatureoftheworkbeingdoneandanyamountofmoney or other consideration received bythe employee fromtheoutside employment.City employee reports shall be filed with thecityclerk.Thereports shall be available ata reasonable timeand place forinspeaionbythe public.Thecity managermayrequiremonthly reports from individual employees or groupsofemployeesforgoodcause. (k)Prohibited investments. Noperson included intheterms defined in paragraphs (b)(1)through(6)oramemberoftheimmediate family shallhavepersonalinvestmentsinany enterprise which will create a substantial conflia betweenprivate interests andthepublic interest (I)Certain appearances and payment prohibited. (1)Noperson included intheterms defined in paragraphs (b)(1),(5)and (6)shall appear before any cityboardor agencyandmakea presentation onbehalfofathirdpersonwith respect toanymatter,license,contraa, certificate,ruling,decision,opinion,rateschedule,franchise,or other benefitsoughtbythethirdperson.Nor shall thepersonreceiveanycompensationor gift,directlyor indirectly,forservicesrendered to athirdperson,who has applied fororisseekingsomebenefitfromthecityoracity agency,in conneaion withtheparticularbenefit soughtby the thirdperson.Nor shall thepersonappearinany court or beforeany administrative tribunalas counselor legal advisortoapartywhoseeks legal relieffromthecityoracityagencythroughthesuitinquestion. (2)Noperson included intheterms defined in paragraphs (b)(2),(3)and(4)shall appearbeforethecity commissionoragencyonwhichthepersonserves,either directly or throughanassociate,iand makea presentation onbehalfofathirdpersonwith respect toanymatter,license,contract certificate,ruling,decision, opinion,rateschedule,franchise,or other benefitsoughtbythethirdperson.Nor shall suchpersonreceiveany compensationor gift,directly or indirectly,forservicesrenderedtoathirdpartywhohas applied for or isseeking somebenefitfromthecitycommission or agencyonwhichthepersonservesinconnectionwiththeparticular benefitsoughtbythethirdparty.Nor shall thepersonappearinanycourtorbeforeany administrative tribunalas counselor legal advisortoathirdpartywhoseeks legal relieffromthecity commission oragencyonwhichsuch personservesthroughthesuitinquestion. (m)Actions prohibited when financial interests involved. Noperson included inthe terms defined inparagraphs(b)(I)through(6)shall participateinany official action directly or indirectlyaffeaingabusinessinwhichthatpersonoranymemberoftheimmediate family hasa financial interest.A financial interest isdefinedinthissubsectionto include,but not belimitedto,anydirector indirect interest inany investment equity,or debt. (n)Acquiring financial interests. Nopersonincludedinthe terms defined inparagraphs (b)(1)through(6)shall acquirea financial interest ina project businessentity or property atatimewhenthepersonbelieves or hasreasontobelieve that the financial interest maybe direaly affectedby official actionsorby official actionsbythecityorcityagencyofwhichthe person isan official,officer or employee. (0)Recommending professional services. Thomas F.Pepe 12/10/2015 27 Nopersonincludedinthetermsdefinedinparagraphs (b)(1)through(4)may recommend the servicesof any lawyerorlawfirm,architectorarchitectural firm,publicrelationsfirm,or any other personorfirm,professional or otherwise,to assistinany transaaion involving thecity or anyofitsagencies,provided that a recommendation mayproperlybemadewhenrequired to bemadebythedutiesof officeandinadvanceatapublicmeetingattendedby other city officials,officers or employees. (p)Continuing application after city service. (1)Nopersonincludedinthetermsdefinedinparagraphs (b)(1),(5)and(6)shall,foraperiodoftwoyearsafter hisorhercityserviceor employment has ceased,lobbyanycity official [as defined in paragraphs (b)(1)through(6)]inconnectionwithany judicial or other proceeding,application,Solicitation,RFQ,bid,request forruling or other determination,contract claim,controversy,charge,accusation,arrest or other particular subject matter inwhichthecity orsone ofitsagenciesisapartyorhasany interest whatever,whether direct or indirect.Nothingcontainedinthissubsectionshallprohibitany individual fromsubmittingaroutineadministrative requestor application toacitydepartmentor agency duringthetwo-yearperiodafterhisorherservicehas ceased. (2)The provisions ofthesubsection shall not apply topersonswhobecome employed by governmental entities, 501(c)(3)non-profitentitiesoreducationalinstitutionsorentities,andwholobbyonbehalfofthoseentitiesin their official capacities. (3)The provisions ofthissubsection shall apply to all personsdescribedin paragraph (p)(l)whosecityserviceor employment ceased aftertheeffectivedateoftheordinancefromwhichthis seaion derives. (4)Nopersondescribedinparagraph(p)(l)whosecityserviceoremploymentceasedwithintwoyears prior to theeffectivedateofthisordinanceshallforaperiodoftwoyearsafterhis or herservice or employment enter intoa lobbying contractto lobby anycity official in connection with any subject described in paragraph (p)(l)in which thecityoroneofits agencies isapartyorhasany direa and substantial interest;andin which heorshe participated direaly or indirectly through decision,approval,disapproval,recommendation,the rendering of advice,investigation,orotherwise,duringhisorhercity service or employment.Aperson participated "directly" whereheorshewas substantially involved intheparticular subjea matterthrough 'decision,approval,disapproval, recommendation,therenderingofadvice,investigation,orotherwise,duringhisorhercityserviceor employment.Aperson participated "indirealy"whereheorshe knowingly participated inanywayintheparticular subjectmatterthrough decision,approval,disapproval,recommendation,therenderingof advice,investigation,or otherwise,duringhisorhercityserviceor employment.All personscoveredbythisparagraph shall executean affidavit onaformapprovedbythecityattorneypriorto lobbying anycity official attestingthatthe requirementsofthissubsectiondonotprecludethepersonfrom lobbying city officials. (5)Any personwho violates this subsection shall besubjecttothe penalties provided insection 8A-2(p). (q)City attorney to render opinions onrequest. Wheneveranyperson included intheterms defined in paragraphs (b)(1)through (6)and paragraph (b)(9)isin doubtastotheproperinterpretationor application ofthis conflict of interest andcodeofethics ordinance,or whenever anypersonwhorenders services tothecityisindoubtastothe applicability ofthe ordinance that person,may submittothecityattorneya full writtenstatementofthe facts and questions.Thecityattorney shall thenrenderanopiniontosuchpersonand shall publish theseopinionswithoutuseofthenameoftheperson advisedunless the person permits the useofaname. (Ord.No.6-99-16803 §2,3-2-99) Editor's note-Ord.No.6-99-1680,§I,adopted 3-2-99,repealed §§8A-Iand8A-2intheirentiretyandreplaced themwithnew§§ 8A-Iand8A-2.Former §§8A-Iand8A-2pertainedto declaration of policy and definitions,respeaively,and derivedfromOrd.No.634,§§I (I A-1),I (IA-2)adopted Jan.11,1969. Thomas F.Pepe 12/10/2015 END OF SECTION 28 PRESENTATION TEAM DECLARATION/AFFIDVAIT OF REPRESENTATION This affidavit isnotrequiredfor compliance withthe City's Solicitation;however;It may be iis&d to avoid theneedtoregister members of yoUf presentation teamas lobbyists.PursuanttoCityOrdinance 28-14-2206 (c)(9),any person who appears asa representative foran individual or firm foranoral presentationbeforea Cfty certification,evaluation,selection,technicalreview or similar committee, shall listonan affidavit provided bytheCity staff,alt individuals who may make a presentation.The affidavit shall be filed by st^tff with the Clerks office atthetimethe committee's proposal Is submitted to theCity Manager.For the purpose of this subsection only,the listed members ofthe presentation team,with the exception of any person otherwise required to register asa lobbyist,shall notbe required to pay any r^lstfatibn fees,No person shall appear before any ramffitttee oh behalf ofan anyone unless heor slie has been listed as part of the firm's presenfctidh learn pursuant to this paragraph or unless heorshe Is registered with the City Clerk's office asa lobbyist and has paid all applicable lobbyistregistration fees,a , Pursuant to '92.525(2),Florida Statutes,the undersigned,M^WO Qf*7 makes ^f0||owing declarationunderpenaltyof perjury: Listed below are alt individuals who may make a presentation on behalf ofthe entity thatthe affiant represents.Please note;Nopersonshallappearbeforeany committee onbehalf of anyone unless he or shehas been listedaspart of the firm's presentation team pursuanttothis paragraphorunlessheorshe Is registeredwith the Clerk's officeasalobbyistandhaspaid all applicable lobbyist registration fees. NAME /da vVft G*<*a -z*J&i For the purpose of this Affidavit of Representation only,the listed members ofthe presentation team, with the exception of any person otherwise required to register asa lobbyist,shall notbe required to pay any registration fees.The Affidavit of Representation shall be filed with the City Clerk's office atthe time the committee's proposal is submitted tothe City aspartofthe procurement process. Under penalties of perjury,I declare that I have readthe foregoing declaration andthatthe facts stated in itaretrue and specifically thatthe persons listed above arethe members ofthe presentation teamof the entity (isfed below. £f day of A*<9QJrT~luffc. **Title l Print name of entity being represented Thomas F.Pepe 12/10/2015 29 NOTICE OF AWARD SW 64th Avenue Drainage Improvement Project RFP#PW20I6-I9 TheCityhas considered the Proposal submitted byyour firm forthe SW 64th Avenue Drainage Improvement Project,RFP #PW20I6-I9 inresponsetoitsadvertisementforRequestforProposaland Instructions to Respondents. Youareherebynotifiedthat your Proposalhasbeenacceptedforthe SW 64th Avenue Drainage Improvement Project,RFP #PW2016-19 inthe lump sumamountof $J ,broken down as follows: BaseProposal: Alternate #I:" Alternate #2: Alternate #3: Youare required by the Instruaions toRespondents to execute the Contract Documents atthetimeofsubmittal ofproposaland to furnishanyrequiredPerformanceBond,PaymentBond,andinsurancedocuments(seeProposal SubmittalChecklistForm)withinten (10)dayfrom the dateofthisnoticetoyou. Notwithstanding the faa that youhaveagreed,byrespondingto the Solicitation,to the terms of the contraa attached totheSolicitationpackage,ifyou fail to execute said Contraa andtofurnishsaidbonds,the required insurance documentation withinten (10)calendardaysfrom the date ofthisnotice,the CITY shallhave the right andbeentitled,initssoleandabsolutediscretion,to disqualify the Proposal,revoke the awardandretainthe Proposal/Bid Bond/Security.Pleasebe advised thatifthecontractpriceexceeds$5,000.00orifitisamulti-year contract requiringpayment out ofmorethanoneyear's appropriation,theawardand the contract mustbe approvedbytheCityCommissionbeforeitis binding ontheCity. BY: Steven Alexander CityManager Datedthisdayof ,20 ACCEPTANCE OF NOTICE ReceiptoftheaboveNoticeofAwardishereby acknowledged by Onthisthedayof ,20 BY:• TITLE: Youarerequiredto return anacknowledgedcopyofthisNoticeofAwardtotheCity Manager. END OF SECTION Thomas F.Pepe 12/10/2015 30 NOTICE TO PROCEED PUBLIC CONSTRUCTION CONTRACT SW 64th Avenue Drainage Improvement Project RFP#PW20I6-I9 TO:DATE: PROJECT DESCRIPTION:SW 64th Avenue Drainage Improvement Project,RFP #PW20I6-I9 inaccordancewith Plans and specifications,ifany,asmaybepreparedinwholeorinpartby CONSULTANT, referencedintheSupplementaryConditionsand Contraa Documents. YouareherebynotifiedtocommenceWorkinaccordancewiththe Contraa dated ,on or before .Youaretocompletethework within 90 calendar days.Thedateof completion of all Work is therefore 20 CityofSouthMiami BY: (printname) CityManager,or designee ACCEPTANCE OF NOTICE ReceiptoftheaboveNoticetoProceedishereby acknowledged by onthisdayof ,20. BY: TITLE: Thomas F.Pepe 12/10/2015 END OF SECTION 31 Exhibit #I Attachment "A" Scope of Services &Schedule of Values/Summary of Quantities SW 64th Avenue Drainage Improvement Project RFP#PW20I6-I9 I.Scope of Work: Scopeof work involves performingdrainageandroadimprovementswithintheCityofSouth Miami. Work shallcomplywithapplicablestandards,including butnotlimitedtotheFDOTandthe Miami Dade CountyPublic Works standards.Work coveredunderthis contract shallalsoincludeandisnotlimitedto maintenanceoftraffic,offdutyPoliceofficer,drainage,milling,clearing&grubbing,asphaltplacement,and striping. Theconstruaionistobe performed per specifications and the construction documents of SW 64th Avenue (Twin Lakes Drive)Drainage Improvements,prepared byEACConsulting,Inc.,Exhibit I,Attachment C. Thisincludes,butis not limitedto,thefurnishingofalllabor,material,tools,equipment,machinery, disposalofallmaterials,superintendence andservicesnecessaryfor the completionofthe construction of the project. The awarded vendor must obtainanypermits required.TheCitywillwaiveallCity permit fees.Permits that mayberequiredby other agencies will betheresponsibilityof the awardedvendor,including applicablefees. OffdutyPoliceofficerswillberequiredforlaneclosures.Anallowancewillbeprovidedfor80hoursof offdutyPoliceofficers.Theoff-duty Police officerhoursitemisanestimate.Selected contraaor will be requiredtoapplyforarightofwaypermit,duringwhichtimePolicewillevaluatetheMOTplanand assessifanoff-dutypoliceofficerwillbe required.Ifthe contraaor believes that more than80 hours are requiredforthisproject,the contraaor shalladjustthequantitiesandtotal cost forthisiteminthe proposal.If the numberofhoursrequiredislessthanthe proposed numberofhours,thedifference shall be credited to the City. Work activity is limited to the hours from 7:00 a.m.through 6:00 p.m.,on weekdays from Monday through Friday.The proposal shall include an alternate price,unless included in the general contract price,for performing the work after normal working hours.Ifnoalternative priceisprovidedwiththeproposal,.it shall bean unrebuttable presumption thatthe contraa price includes workperformedafter normal working hourswheneverrequestedbytheCity Manager. II.Site Locations: TheprojectislocatedonSW 64th Avenue,betweenSW 56th Street andSW 58th Terrace,asshowninthe exhibit titled Exhibit I,Attachment C,"Construction Plans and Site Locations." Values utilized forthepurposeofthis RFP are approximate.Contractoris responsible to verify the areas, andquantitiesasperthe limits defined bytheexhibits. WHEN SUBMITTING THEBID PACKAGE,THE RESPONDENT ISTOPROVIDEALUMP SUM. RESPONDENTS ARE TO PROVIDE A FEE BREAKDOWN INCLUDING UNIT COST AND QUANTITES FOREACH TASK INCLUDEDINTHELUMPSUMPRICE;INCLUDINGBUTNOT LIMITED TO:MOBILIZATION,MAINTENANCEOFTRAFFIC,OFFDUTYPOLICE, DRAINAGE,RESURFACING(TYPE S-lll ASPHALTICCONCRETE),MILLING ASPHALT, STRIPING (THERMOPLASTIC PAINT). Thomas F.Pepe 12/10/2015 32 REFER TO EXHIBIT 3 "CONSTRUCTION BID FORM."THE CITY WILL AWARD THE ENTIRE PROJECT TO A SINGLE CONTRACTOR BASED ON THE LUMP SUM AMOUNT SUBMITTED. III.Plansand Specifications: Plans preparedby EAC Consulting Inc.,titled "SW64th Avenue (Twin Lakes Drive)Drainage Improvements" Exhibit I,Attachment C,"Construction Plansand Site Locations,"areapartofthis RFP byway of reference. IV.Project Duration &Liquidated Damages: Thecurrentestimatetocompleteconstructionoftheprojectis60 calendar days substantial completion.Thermoplasticpaint shall be installed 30 calendar days aftersubstantialcompletion.90 total calendar days to final completionfromissuanceofNoticetoProceed. Liquidated Damagesshallbe paid bythe Contractor attherateof $1.000.00 dollars per day,plusany moniespaidbythe Owner totheConsultant,ifany,foradditionalengineeringandinspectionservices,if any,associatedwithsuchdelay. V.Warranty: Thestandard manufaaurer's warrantyinformationmustbeprovidedinwritingforall equipment being proposed,including installation byanauthorizeddealer. NOTE:A Performance and Payment Bond is required for the full amount of the project Thomas F.Pepe 12/10/2015 END OF SECTION 33 Thomas F.Pepe \2/10/2015 Exhibit #I "Attachment B" Schedule of Values/Summary of Quantities SW 64th Avenue Drainage Improvement Project RFP#PVy20l6-19 34 REVISED 8.16.2016;Schedule of Values PAVtrMESNO.DESCRIPTION UNIT <m<Unit Price Cost "99 io-w 102-1 102^14 10438 110^1-1 160-4 285-706 327*70* 334-1-13 425-1-201 425-1-202 425-2-71 430-175-118 430-175-124 443-70-4 570-1-2 MOBILIZATION MAINTENANCEOF TftAFFIC Traffic Control Officer TmRORAI^iQ3NTRQIS(SWRP^IfiletProtection System CLEARING &GR0BB1NG CtavlPACndN-STlABLlZAIIION OF 12V SUBGRAPH. FURNISH ^&^i^8^MEROCKJBASgMA^RIAL MltUNG^EXCT ASPHALT FURNISH AND PL^tePHALTCONCRETE PAVEMENT (COST INCLUDES TACK COAT AND PRIMECOAT,INSTALLED PER M-DPWD AND FDOTSTDS) FURNISH AND INSTALL P-3 INLETS (INCLUDES EXCAVATION AND BACKFILL)<10* FURNISHAND INSTALL D-3 INLETS (INCLUDES EXCAVATION AND BACKFILL)>1Q' FURNISH AND INSTALL STORMWATER MANHOLES (W/J BOTTOM &BAFFLES AND INCLUDES EXCAVATION AND BACKFILL)(INCLUDES A12"CONCRETE APRON AROUND mm. FURNISH AND INSTALL18"(HOPE)STORM SEWER SOLID PIPE.INCLUDES ALL INSTALLATION COMPONENTS (COST INCLUDES 4 FEET TRENCH ANDEXCAVATION AND BACKFILL) FURNISH AND INSTALL 24°(HDPE)STORM SEWER SOUD PIPE.INCLUDES ALL INSTALLATION COMPONENTS (COST INCLUDES 4 FEET TRENCH AND EXCAVATION AND BACKFILL) FURNISH AND INSTALL 24"(HDPE)PERFORATED PIPE &EXFILTRATION TRENCH. INCLUDES AU INSTALLATION COMPONENTS.(COST INCLUDES 5 FEET WIDE BY 15 FEET DEEP TRENCH.INCLUDES EXCAVATION AND BACKFILL)• FURNISH AN D INSTALL 2"TOPSOIL AND SOD (COST INCLUDES MINOR SWALE GRADING OPERATIONS) 15 LS MH IS LS- SY sy SY TN EA EA EA LF LF LF SY 1 1 &J0&&1 x&M."* m $45 $3,600. mmTf JS&1*1 'm m &« 142 120 3T ~*P"•w715*f,xfifr? 57 /J0/trw ^^21l£Mlnm Slfgfe x&sd.w £,&*'^m* 122 $0.<7*C*^3Z0. 70 6f.rffr too." 136 ffO.<& t4Ml 695 S,?,fwr •mTOTALlff2,£#: Notes: All PayItems arereferringto the FDQTstandardsandspecifications 102-14 Traffic Control Officer The off-duty Police officer hours item tean estimate.Selectetf contractor will be required to apply for a right ofway permit,during which Police 110-1-1 Clearing and Grubbing Thisitemshallalso include the cost of inlet and 35 LF ofpipe removal 425-2-71 Thispay Kern shallincludethecostsforpollutant retardant baffles. Thomas F.Pepe 12/10/2015 Exhibit #1 Attachment "C" Construction Plans and Site Locations SW 64th Avenue Drainage Improvement Project RFP#PW20I6-I9 36 .IS^^^liPi?Sf^?:. •--—-*•—vwkrttrsw w u«*wojsrc 50 tjwcs Noutno srowa 1 rrtowuilH/ntrirwimsNotij]^v "•'SKlWOTXU • MM nVKV UH3WUA00 NOIiMWaa'ttO SMM»eaj.OM«fW ;.T>k»tetj oManwr 'j/tffcana?nr.^o juvfttAr-r-Aowaxr-v n».»i.-...„-<-,».•.—-s*smi» ""-•-"•---•-t---"jl)0(OWW,^^mauve ATuadom rma yoiomi*x>?>. LWWfrJMteW.K>VOUVKW V2l¥HA9 V3UBX3JBAWttOtHM SBEU1S-• "rwaM.jvotuns ¥aaxw tjvw wxu*mwdo-o utnosav<wv ah/go at Ainm*saBi3*WHGo ?ur*xu.<x&nns3u -:MfMX>J3T0*n iCN3WQ*ai IMirKHOOWa OMtXB'AWSHl -2 «rr«-;:-.-K3-,-.n£:-•X^yMOSBQlZmiNOOjirSTKaunviiiHOO r«3fS4(aiM!W'r^va snoiovttwoo ml i*a aurrtr*jHaworvTtoataA iYObOiattsMLi*xannisnoaat uouhxjuo*a3osm<nr*AxtUt}i&A3gJsm jy , i?T»«e««a*KMt»su •BtrusM no n«w«jow 3wi*hi ux> Voamoyi*iivmxotmv 3**aisas wv»aaou tto/tuae sunun v ".';SidNoriiHONsSr-JUct •jj&uurjao w*tf2*rs*e .oiijiff«yain.03aodM*f/wrai.UGa#m3uranutficMtvwit*» ••—i—•"*»--'"••-q&*0&Bd aa n»t«y sxsaz kstb tw.«Qiatwij*os U5VW09 «W JOISCO 3Hi WXLDVariCCn.TiftOrtt '3tfiSWSU.ACUOVdrt05 J»»a WMT^HJ/AJIO 3TU 1S3oW T7ViHrtO OW.: ,s*!;S»laaiSB<Si-?A.'>•-•'"•':i!>~:•:•'->•*•'£••VUK7 3KiJOTVAOHttrN&SI Xm-I M.QTUJ3W Tf 3»W J•*-s"^~™*IC'"-^MUflWtfia^aMl^aawto *u qi iboo -mawm on tv •jwvauwiwro'.vw&s "-—^KOyi3«:WQUaKU»CW.aa DHU33H8 rfO5dU fttiilJONOO (7T»j»»'» r^si'.-.S3«*uar»is.„,A9a**werittOwja*M»w<i iiovmo xw<aw*.v»K»#*-jw3G*3rt • „_.._.•ons TEMnQsySM^SNactmvsa? ijo.«m SMI-avwow wo VHawa xoms no jsstaua 3H£ut.te ,j«i^^«wtsU»d josurr nwm >iuw A OMUHoia-autnr'-amuxzi '.WOOtfXiMiJIKMUK*!J9«y aOWW»«*9T»HUM <W«aSW W TWMTTKMtum XjWArMi&Ct*tllMM3tAit&^WTiamniJ18tfnWXti3thD ipanzawrtt7*Mt*WHUiMOoaa.mMBOdT*Niauo sjjftngfnnsm .'. fi(Qtnfinvsw»pio<sumt3m t*uum tyamtH umioho'aw too*ocrwa/MM B.-' .;-«5Hsvt5?-.vA.. Hh-aimHoo-TfUsttanottrtBMtifu .v*»»<u.'astus^Twowioias »swxbhio : ~'.Wiate4lI*Wf*"i>ttW:e»»*a CNV**MO>0 HSHKOdSW.it.Ji.THO.M*l«*J«0«?0«fr '.:\ci^nzr.ry.aiaiialtvtmov^KisaiVis r ah <bty3S owrt»w/t .mummn onf suwmhoJtajf&jrtf^-t&e&BMnsirm&itWOtHiMX)•houvaysxi mowJaunoaf.xi xm una ions >MW3)U Of^JNOWKnOl yabrfSWBUMPig TPfAJtHAffHU V ua*TNMyctoiiNiaKvntQHmexMtcx}&AMV'aM3MJO2i0nMTnMuoamNi va a jotma iMMSw 01 jura /cm ibxhoogu jb ymkb mh ma muM mum rry w i»«7WJWTiwi£0*^3ffTnrwiam«^josu^^*i^*e A3AWS a>u.*ov*jisHX)ncm wwossnaHwvworanBoijonjUKi J39TOMl*S»U/Ji<«. ojiwoe»9*'aisw jon bo*mot mnos jo-auo wi as taiMwo %raw miiai&dhco vHousmv wxtaarn m cai*n&u sb jam utoni vw *iua aamxw ist».3Ki j*xt3nuisnco at vontd imtn HinosjOAtamu m cnAaua*smmt ans 3AVH 7*KS f SNTio SOU 3X0064 1T»«UQlS*itot*X>SHI iKUOYHWOO SHI JO AjjraKMOdSiti3los-3m3^ixn^eHlyQjJMru.U(Miu^w WUOMaimi&VOTiilKZaxGltiOittllAVtirx Awmm3Hii\miiB*ittctn*aHiSiV7i&Brouovj*>&Tw*&s&HaMBWi •m.TOTOM VMS SHI HOUafttU&BS AB 01&2*JV 3W VM.AtttOKW JO 94W1 HO •3<rlTir>jyCfCUtU$JUJ0j3CDVU<nWJOlbY<lSV5&TKMlT*ttt<U0rilLtt SHI 11 Ol Hattd UMIUOOtUi-TTrtKHWHMnO uO«.WOTS TTW»-UC13YlUMX>*SXlrdCh&r •pmonyosurranr Attoirmsn Ascmsnom swii w ow sNau«cta2Sc«iasrzttd H,tBiSPOQU T1K «a/S9MMYW <tOKB UttOK T.3HrJ3tyVme tKUOTtUMXI 3M1 J •MOJMC&tmfim3XiJoo*u*ai»rco5uau j/wcwmwwoi aiacszsm S30M3SX 2X1 XXUd OS 3HL iO JUV*"SV JOTWT TYW U013YUIH30 Ml SarOSt ans MimiM hum «*W30 Moy Aw(jMW3wn»m si;rawaatf mu.onmw&u uoj *W»««S3tf SI tiOOVUlKX)3HL tNOUtaUSadS SXXTCUd 3Mi d0.1WK ST tOUrrrjw ssae as-his l&tau mi no wo osw/w i£j«.smuvw7M9:7r»«>ioro 1 TMIIIHUXXJOAWZHl H*iLOAw9im*ndiONS3a^tt*otoiip^ioHimem3nx3faiKuonaiSMoojoiyYxs i*u.ai ocrw vtvmommv borwy aiM£td Mnrssxnx mr nrioo ?mc natowii«x>• isiurnanOiHsaiiMtaBixmadtrAiJ sbotovuvioz am.ai sraoowos a 77*wy .•Monsobrxw -mMxiwnr o«-tssmy .s»acKoamoitaa^wvwtiitnoBMAiiS3mAva3uvxausf<xj}»^ j^o^ATvns\iOis*mtioo-SAWnmTrsmAmarft^ym'*ystK>^ irr cm mw mkw33m a«awjmm avo 3WaMSo>«syC ?»tatfi«Kw.aa!>»«w hawjfrtwi «w 3kw»»omoaacx <m»>u««jomjozux qi •MnaYoj.uotswtiKo •_Hair}G1 V3WB j^AsBi»0/CMosraftQUMtvaM <vr nunrnsnu alMJHrfSJ#»N. vui^yawmr itrHts3U3d .uoiearnmi<f ff«rtwAToittxaw3?77»h»aymo*msmx nom ho su i^onw C3MOIS SWB3D HOUaiUUSHOO MX&Y 7V«1I*W OHOtne "3ASVM XOUOntUtKOO J>'H9lHl 'SJMBO *Otf<Bfitf -TOWOSVar 3iff-3«IcflGD(77VHS U0i3»ttWM •»« d3W0MSHWK*'90f&xzmAV00HunKMWJO(M3Uira3soMab0&i^^ TOO afOMUi Q3irAtOX3 3A**lt)CUOVtllMZ>3hl TW9 S33tYVX»«KWO XJN-tSDW anmorwrfi' sr mxatooMi m isn*nuaKHif*-mouses/**mt»Noummooo uuou 'S3M7t£3HiC7«3MM£raj TVSauaSU «*»«»»s«AHHOIA3HI.ttuto VHXjOmH^fA ai3jvs sucmtOL ss&nsv3rrau«»nf^wi aj jnoswwsgtfioTi>««Di3yt»jnDa3»a 0«a*otoa/issoiuouu uas *m<m kiax jo *ik>3M ai:saw.v<Gtt«io JWiBo-ou tw«rswowwcoaiw uataro.mm j&stuuymrtH awwrnnwy «u jjaswusa/w tiwvb uaismuNos nnotbow ont tonuHoo aa oi •Dtuoam*esutasum so tw«Musntuvo? JKZ 40 MOM SKI AMD 3H1 t 0O3 3>U AB C3-IXW3U 39 TmKSmjnBACtkffO axodow Htm sjwan ouussa jo siotuhoo-tw iwowao mxibowpwo ..««'aAM&39 ox «cu*y sowjnoo Atnw -\»mm rtcrmtOKCo u noummo cww m umsy socyua*smoeus73 xff sauiw twxjum 7m«uos*vimoo»u af.siwnw JOKt «o m«xs swnun otniaa -nv jo sex t ttoatoensu. WnWM/XSjO*J03m<lIJ5W>*aUiOTtr{WiV(HOT^ 30 77VW V3»WUJ3J NOr^ntOCMO?40 O.WWUJM AKW AW frf BD CS30tfl3 dSmno si k»mm vAcmu.uoi oxxxjs ucti sautiM ewsoamuD uo szuhl -Marmvo SanxMHUjbnusocfaw uir^wiriONA«H3UjoMAwi\ioAvnto*4m.6jUrim .r «3wua«ac Swax wusaa 7rr jotawnon unajhl.ajzb*rr»&lkuovmhoo s&tTfA snoj AJtxm"5TMM*m •sttrmcAU sutnui'^iiGM anm aaa exttaia. CU 03UM11M Xmr^wCtn>A hOUDntuitKO M.X)OHl3n<BSOdOUd Cd 3XHM3V4U xtm xmt eswuny wnw m owortew HO-osii wia*.jo isoo j»u •»»« •.<ra w aaftrw •nvw9,i««vutwao «i Twuawawoo jo acwtw tascwotu «3h«* or wo csu3»«rt j»iiwjvw saiwtva/omaw*Bireino aHf/taxMoi 3*Htaix ai t bus M>muHm «u*zMmwiw wm •TOsrtWsa/jo tiwv uootwuca hhi tt^aVCajH^Ha^JHJVWrMHjrmjOMV^JOMXlM3UY3><tQLl>*lT*fi> ATUmam m ism aow^hosb aw xnountmu t tnawo tuito jjfMtK*m saaanossw 3»K»Joaj owv Avojvmai Aomoc soyoihhh Xioom noiMU**Nvul to jtemtmtm hsbot/»<i "smrotoriz ita*tmtaos)<uo*':&&yiiTKftnino3 jo am mxjm aawxaoaov a*3s ism is3rouvhi^um tatmosnNouwistoorrt wm N^te£; »HM!0|t*3iJnnAq«D ltd Ot:»:£tLOC*f|.l»"«l»V'Aepuoi*"aWl«3iV0 lOTd ±L±_ vi ll ]Li &1J&.- £&&?# OWO'HVTdlOtUNQO IWOH •at-aiSONWVH<miAI0\anJQAV M MS lO-lOOritetlUOafOJMtHJUHPOlMVI 0*1 in fciKtwUWiA tfttbi &o Aui Mm n •f *&*Sir iriESS.,?SP8!!l,s'l*,',*»7 -9Z)dJoN* RTr3 .17; f 11,<"*•*"«.«iwws l«*»*l WIS?!,. -f'c m (•'TF n&wilrtofrm <<j«o Kd *V;»WJ«KJr'Si.:r»8ny'XffpttCH :3»tU I aiVQIOld CW0eTiV13fl 30VN1VMO Dtd-0-9-O\8CWMWa\TiAl3aftK3A»»»M3»»-»iaa>M«lU03roadtmO3r0tWi:i REVISED 8.16.2016;Schedule of Values PAY ITMES NO.DESCRIPTION UNIT QTY.Unit Price Cost 101-1 MOBILIZATION LS 1 102-1 MAINTENANCE OF TRAFFIC LS 1 102-14 Traffic Control Officer MH 80 $45 $3,600 104-18 TEMPORARY CONTROLS (SWPPP),Inlet Protection System LS 1 110-1-1 CLEARING &GRUBBING LS 1 160-4 COMPACTION STABLIZATION OF 12"SUBGRADE SY 142 285-706 FURNISH AND PLACE 8"LIMEROCK BASE MATERIAL SY 120 327-70-1 MILLING 1"EXIST ASPHALT SY 715 334-1-13 FURNISH AND PLACE ASPHALT CONCRETE PAVEMENT (COST INCLUDES TACK COAT AND PRIMECOAT,INSTALLED PERM-DPWDAND FDOTSTDS) TN 57 425-1-201 FURNISH AND INSTALL D-3 INLETS (INCLUDES EXCAVATION AND BACKFILL)<10*EA 5 425-1-202 FURNISH AND INSTALL D-3 INLETS (INCLUDES EXCAVATION AND BACKFILL)>10'EA 1 425-2-71 FURNISH AND INSTALL STORMWATER MANHOLES (W/J BOTTOM &BAFFLES AND INCLUDES EXCAVATION AND BACKFILL)(INCLUDES A 12"CONCRETE APRONAROUND INLET) EA 3 430-175-118 FURNISH AND INSTALL 18"(HDPE)STORMSEWER SOLID PIPE.INCLUDES ALL INSTALLATION COMPONENTS(COST INCLUDES 4FEETTRENCHAND EXCAVATION AND BACKFILL) LF 122 430-175-124 FURNISHAND INSTALL 24"(HDPE)STORMSEWERSOLIDPIPE.INCLUDES ALL INSTALLATION COMPONENTS (COST INCLUDES 4FEETTRENCHAND EXCAVATION AND BACKFILL) LF 70 443-70-4 FURNISH AND INSTALL 24"(HDPE)PERFORATED PIPE&EXFILTRATION TRENCH. INCLUDES ALL INSTALLATION COMPONENTS.(COST INCLUDES 5 FEET WIDE BY 15FEET DEEP TRENCH,INCLUDESEXCAVATIONANDBACKFILL) LF 136 FURNISH AND INSTALL 2"TOPSOILANDSOD(COST INCLUDES MINORSWALEGRADING 570-1-2 OPERATIONS) SY 695 TOTAL Notes: AllPay Items are referring to the FDOT standards and specifications 102-14 Traffic Control Officer Theoff-dutyPoliceofficerhoursitemisan estimate.Selected contractor willberequiredtoapplyforarightofwaypermit,duringwhichPolice 110-1-1 Clearing and Grubbing This item shall also include the cost of inlet and 35 LF of pipe removal 425-2-71 This pay item shall include the costs for pollutant retardant baffles. EXHIBIT 2 SW 64th Avenue Drainage Improvement Project RFP#PW20I6-I9 Insurance &Indemnification Requirements 1.01 Insurance A.Without limiting its liability,the contractor,consultant or consulting firm (hereinafter referred toas "FIRM"with regard to Insurance and Indemnification requirements)shall be required to procure and maintain atitsownexpense during the life ofthe Contract,insurance ofthetypesandinthe minimum amounts stated below as will protectthe FIRM,from claims which may ariseoutoforresultfromthe contractorthe performance ofthe contraa with theCityof South Miami,whether such claim is against the FIRM or any sub-contractor,or by anyone directly or indirectly employed by any ofthemorby anyoneforwhoseactsanyofthemmaybe liable. B.No insurance required bythe CITY shall be issued or written by a surplus lines carrier unless authorized in writing by the CITYandsuch authorization shallbeat the CITY's soleand absolute discretion.The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida,on forms approved by the State of Florida,as will protectthe FIRM,ata minimum,from all claims assetforth below which may arise outofor result from the FIRM's operations undertheContract and for which the FIRM may be legally liable,whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by anyofthem,orby anyone forwhoseacts any ofthem may be liable:(a)claims underworkers' compensation,disability benefitandother similar employee benefit acts which are applicable totheWork tobe performed;(b)claims for damages because of bodily injury,occupational sickness or disease,or deathofthe FIRM's employees;(c)claims for damages because of bodily injury,sickness or disease,or death ofany person otherthanthe FIRM's employees;(d)claims for damages insured by usual personal injury liability coverage;(e)claims for damages,otherthantotheWork itself,because of injury toor destruction of tangible property,including loss ofuse resulting there from;(f)claims for damages because of bodily injury,deathofapersonorproperty damage arising outof ownership,maintenance oruseofa motor vehicle;(g)claims for bodily injury orproperty damage arising outof completed operations;and (h)claims involving contractual liability insurance applicable tothe FIRM's obligations underthe Contract. 1.02 Firm's Insurance Generally.The FIRM shall provideand maintain inforceand effect until all the Work to beperformedunderthisContracthasbeencompletedand accepted by CITY (orforsuchdurationasisotherwise specified hereinafter),the insurance coverage writtenon Florida approved forms andassetforth below: I-03 Workers*Compensation Insurance atthestatutoryamountasto all employees in compliance withthe "Workers'Compensation Law"ofthe State of Florida including Chapter 440,Florida Statutes,as presently written orhereafter amended,and all applicable federal laws.In addition,the policy (ies)must include:Employers'Liability atthestatutory coverage amountThe FIRM shall further insure that all ofitsSubcontractors maintain appropriate levelsof Worker's Compensation Insurance. 1.04 CommercialComprehensiveGeneral Liability insurance withbroadformendorsement,aswellas automobile liability,completedoperationsandproducts liability,contractual liability,severability ofinterestwith cross liability provision,andpersonal injury andproperty damage liability with limits of $1,000,000 combined single limitper occurrence and$2,000,000 aggregate,including: •Personal Injury:$1,000,000; •Medical Insurance:$5,000perperson; •Property Damage:$500,000 each occurrence; 1.05 UmbrellaCommercial Comprehensive General Liability insuranceshallbe written onaFloridaapproved formwiththesamecoverageasthe primary insurance policy butintheamountof$1,000,000per claim and $2,000,000AnnualAggregate.Coveragemustbeaffordedonaformnomorerestrictivethanthe latest editionof theComprehensiveGeneral Liability policy,withoutrestrictiveendorsements,as filed bythe Insurance Services Office,and must include: (a)Premisesand Operation (b)Independent Contractors (c)Productsand/or Completed Operations Hazard Thomas F.Pepe 12/10/2015 44 (d)Explosion,CollapseandUndergroundHazardCoverage (e)BroadFormPropertyDamage (f)Broad Form Contractual Coverage applicable tothis specific Contract,including anyholdharmless and/or indemnification agreement. (g)Personal Injury Coveragewith Employee and Contractual Exclusions removed,withminimumlimitsof coverageequalto those requiredforBodily Injury Liability andPropertyDamage Liability. 1.06 Business Automobile Liability withminimumlimitsofOne Million Dollars($1,000,000.00)plusan additional One Million Dollar ($1,000,000.00)umbrella peroccurrencecombined single limitforBodilyInjury Liability andPropertyDamage Liability.Umbrellacoveragemustbeaffordedonaformno more restrictive than thelatesteditionoftheBusiness Automobile Liability policy,without restrictive endorsements,as filed by with the state of Florida,and must include: (a)Owned Vehicles. (b)Hiredand Non-Owned Vehicles (c)Employers'Non-Ownership 1.07 SUBCONTRACTS:The FIRM agrees thatifany part'ofthe Work undertheContractis sublet,the subcontract shall containthesameinsuranceprovisionas set forthinsection 5.1 aboveand5.4belowand substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where applicable. 1.08 Fireand Extended CoverageInsurance(Builders'Risk).IF APPLICABLE: A.In the event that this contract involves the construction of a structure,the CONTRACTOR shall maintain,withan Insurance Companyor Insurance CompaniesacceptabletotheCITY,"Broad"form/All Risk Insurance on buildings andstructures,includingVandalism &Malicious Mischiefcoverage,whileinthe course of construction,includingfoundations,additions,attachmentsandall permanent fixturesbelonging toand constituting apart of said buildings or structures.Thepolicyorpoliciesshallalsocover machinery,if the cost ofmachineryisincludedintheContract,orif the machineryislocatedinabuilding that isbeing renovated byreasonofthiscontract.Theamountofinsurancemust,atalltimes,beatleast equalto the replacementand actual cashvalueoftheinsuredproperty.Thepolicy shall beinthenameof the CITYand the CONTRACTOR,astheir interest may appear,and shall also cover theinterests of all Subcontractors performing Work. B.Allofthe provisions setforthinSection5.4hereinbelow shall applytothiscoverageunlessitwouldbe clearly not applicable. 1.09 Miscellaneous: A.If any noticeof cancellation of insurance or change in coverage isissuedbythe insurance companyor shouldanyinsurancehaveanexpirationdatethat will occurduringtheperiodofthiscontract,the FIRM shall beresponsibleforsecuring other acceptable insurance prior to such cancellation,change,or expiration soastoprovide continuous coverageasspecifiedinthissectionandsoas to maintain coverage during the life of this Contract. B.Alldeductiblesmustbedeclaredbythe FIRM andmustbeapprovedbytheCITY.At theoption of the CITY,eitherthe FIRM shall eliminateorreducesuchdeductibleorthe FIRM shall procureaBond,ina formsatisfactorytotheCITYcoveringthesame.. C.The policies shall contain waiverof subrogation against CITYwhere applicable,shall expresslyprovide thatsuch policy or policies are primary overanyother collectible insurance thatCITYmay have.The CITYreservesthe right atanytimetorequestacopyoftherequired policies forreview.All policies shall contain a "severability ofinterest"or"cross liability"clause without obligation for premium payment oftheCITYaswellas contractual liability provision covering theContractorsdutyto indemnify theCityasprovidedinthis Agreement D.Before starting the Work,the FIRM shall deliver to theCITYand CONSULTANT certificatesofsuch insurance,acceptable totheCITY,aswellasthe insurance binder,ifoneis issued,the insurance policy, including the declaration page and all applicable endorsementsandprovidethename,addressand telephonenumberofthe insurance agent orbroker through whomthe policy was obtained.Theinsurer shall berated A.VII orbetterper A.M.Best's Key Rating Guide,latesteditionand authorized to issue insurance intheStateof Florida.All insurance policies mustbewrittenonformsapprovedbytheState of Florida andtheymust remain in full force andeffect for the duration ofthecontract period withthe CITY.The FIRM may be required bythe CITY,atitssole discretion,to provide a "certified copy"ofthe Policy (as defined in Article I ofthis document)which shall include the declaration page and all required endorsements.In addition,the FIRM shall deliver,atthetimeofdeliveryofthe insurance certificate,the following endorsements: (I)a policy provision oranendorsementwith substantially similar provisions as follows: Thomas F.Pepe 12/10/2015 45 "The City of South Miami is an additional insured.The insurer shall pay all sums that theCityof South Miami becomes legally obligated to pay as damages because of 'bodily injury",'property damage',or "personal and advertising injury"and it will provide totheCity all ofthe coverage thatis typically provided under the standard Florida approved forms for commercial general liability coverageAandcoverage B"; (2)a policy provision or an endorsement with substantially similar provisions as follows: "This policy shall notbe cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving theCityofSouth Miami ten (10)days advanced writtennoticeoftheintentto materially modifythe policy orto cancel orterminate the policy for any reason.The notification shall be delivered totheCityby certified mail,with proofofdeliverytotheCity." E.Ifthe FIRM is providing professional services,such as would be provided by an architect,engineer, attorney,oraccountant,tonameafew,theninsucheventandin addition totheaboverequirements, the FIRM shall also provide Professional Liability Insurance ona Florida approved form in theamountof $1,000,000 with deductible per claim if any,nottoexceed 5%ofthe limit of liability providing for all sumswhichthe FIRM shall become legally obligated to pay as damages for claims arising outofthe services orwork performed bythe FIRM its agents,representatives,Sub Contractors or assigns,orby anypersonemployedorretainedbyhiminconnectionwith this Agreement.This insurance shall be maintained for four years after completion ofthe construction and acceptance of any Project covered by thisAgreement However,the FIRM may purchase Specific Project Professional Liability Insurance,inthe amount and undertheterms specified above,which is also acceptable.No insurance shall beissuedbya surplus lines carrier unless authorized in writing bythecityatthecity's sole,absolute and unfettered discretion. Indemnification Requirement A.The Contractor accepts and voluntarily incurs all risks of any injuries,damages,or harm which might arise during theworkoreventthatis occurring onthe CITY's propertyduetothe negligence orother fault ofthe Contraaor oranyoneaaingthroughoronbehalfof the Contractor. B.TheContractor shall indemnify,defend,save and hold CITY,its officers,affiliates,employees, successors and assigns,harmless fromany and all damages,claims,liability,losses,claims,demands,suits,fines, judgments orcostandexpenses,including reasonable attorney's fees,paralegal fees and investigative costs incidental there toand incurred priorto,during or following any litigation,mediation,arbitration andat all appellate levels,whichmaybesufferedby,oraccrued against,charged toorrecoverablefromtheCityofSouth Miami,its officers,affiliates,employees,successors and assigns,by reason of any causes ofaaionsor claim ofany kindornature,including claims for injury to,ordeathofany person orpersons and forthelossor damage toany property arising outofa negligent error,omission,misconduct,oranygross negligence,intentional aa or harmful condua oftheContraaor,itscontractor/subcontraaororanyoftheir officers,direaors,agents,representatives, employees,or assigns,oranyoneactingthroughoronbehalfofanyofthem,arising out ofthisAgreement, incidenttoit,or resulting fromtheperformanceor non-performance ofthe Contraaor's obligations underthis AGREEMENT. C.The Contraaor shall pay all claims,lossesandexpensesofanykindornaturewhatsoever,in connectiontherewith,including theexpenseorlossoftheCITYand/oritsaffectedofficers,affiliates,employees, successorsand assigns,including theirattorney'sfees,inthedefenseofany aaion inlaworequitybroughtagainst themand arising fromthenegligenterror,omission,oractofthe Contraaor,its Sub-Contraaor oranyoftheir agents,representatives,employees,or assigns,and/orarisingoutof,orincidentto,this Agreement,orincident to orresultingfrom the performanceornon-performanceofthe Contraaor's obligations underthisAGREEMENT. D.The Contraaor agreesandrecognizes that neithertheCITYnoritsofficers,affiliates,employees, successorsand assigns shall beheld liable or responsible forany claims,including thecostsandexpensesof defendingsuchclaimswhichmayresultfromorarise out of aaions oromissionsof the Contraaor,its contractor/subcontractororanyoftheir agents,representatives,employees,or assigns,oranyoneaaingthrough oronbehalfofthethem,and arising outofor concerning theworkoreventthatisoccurringontheCITY's property.In reviewing,approvingorrejectinganysubmissionsor aas ofthe Contraaor,CITYinnowayassumes orsharesresponsibilityor liability for the actsoromissionsofthe Contractor,its contraaor/subcontraaor orany oftheiragents,representatives,employees,or assigns,oranyoneaaingthroughoronbehalfofthem. E.The Contraaor hasthedutytoprovideadefensewithanattorneyorlaw firm approvedbytheCity ofSouth Miami,which approval willnotbe unreasonably withheld. Thomas F.Pepe 12/10/2015 46 F.However,asto design professional contracts,andpursuantto Seaion 725.08(I),Florida Statutes, noneofthe provisions setforthhereinabovethatareinconfliawiththis subparagraph shall apply andthis subparagraph shall setforththesole responsibility ofthe design professional concerning indemnification.Thus, the design professional's obligations astotheCityandits agencies,aswellastoits officers and employees,isto indemnify and hold them harmless from liabilities,damages,losses,andcosts,including,butnot limited to, reasonable attorneys'fees,totheextent caused bythe negligence,recklessness,or intentionally wrongful condua ofthe design professional andother persons employed or utilized bythe design professional in the performance ofthe contract. END OF SECTION Thomas F.Pepe 12/10/2015 47 EXHIBIT 3 SW 64th Avenue Drainage Improvement Project RFP#PW20I6-I9 CONSTRUCTION BID FORM THIS PROPOSAL IS SUBMITTED TO: Steven Alexander City Manager City ofSouth Miami 6130 Sunset Drive South Miami,FL 33143 1.Ifthis Proposal is accepted,the undersigned Respondent agrees toenter into aContract with the City of South Miami intheform included in this Solicitation Package andtoperform and furnish allworkas specified or Indicated In this Solicitation,including asset forth in Exhibit I (Scope of Services)forthe Proposed Priceasset forth below,within theContract Time and in accordance with die othertermsand condroons ofthe Solicitation Package. 2.Respondent accepts all ofthetermsand conditions ofthe Solicitation and Instructions to Respondents, Including without limitation those dealing withthe disposition of Proposal/Bid Bond,if required.This Proposal will remain subjeato acceptance for 180 calendar days afterthe day ofthe Proposal Opening. The Respondent*by sighing and submitting this proposal,agreestoallof the terms and conditionsof the form ofcontractthatisapartofthe Solicitation package withappropriate changes toconformto the information contained inthis Bid Form,Respondent agreesto sign and submit the Bonds,Ifrequired by this Solicitation,required insurance documents,and other documents required by the Solicitation, including the Contraa ifnot already submitted,within ten (10)calendardaysafterthedateoftheCity's Notice of Award. 3.In submitting this Proposal,Respondent represents that: a.Respondent has examined copiesofallthe Solicitation Documentsand of the following Addenda,ifany (receiptof all which is hereby acknowledged.) Addendum No,/Dated;8ft&/j.ft b.Respondent hasfamiliarized himself with the nature and extentoftheContraa Documents,the proposed work,site,locality,andall local conditionsandlawsand regulations thatinanymannermayaffect cost, progress,performance or furnishing oftheWork. c Subsurface conditions:Ifapplicable tothis Solicitation,the Respondent represents that: I.Respondent has studied carefully all reports and drawings,Ifapplicable,of subsurface conditions and drawings of physical conditions.] II.Respondent has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying)all such examinations,Investigations,explorations,testsand.studiesin addition toorto supplementthosereferredtoInthis paragraph which pertainto the subsurface or physical conditions atthe site orotherwisemay affea the cost,progress,performance,orthe furnishing oftheWorkat the Contract Price,within the Contraa Timeandin accordance with the other terms and conditions oftheContractDocuments.TheRespondenthereby acknowledges that no additional examinations, investigations,explorations,tests,reports or similar information or dataare,or will,berequiredby Respondentforanyreason in connectionwiththe Proposal.Thefailureof th$Respondenttorequest a pre-hid marking of the construction site by any or all utility companies sfiall create an irrefutable presumption thatthe Respondent's bid,or proposal price,has taken into consideration all possible underground conditions and Respondent,if awarded the contract,shall notbe entitled toa change order foranysuchconditiondiscovered thereafter. til.Respondenthascorrelatedtheresultsof ail such observations,examinations,investigations, explorations,tests,reports and studies with theterms and conditions oftheContract Documents. iv.Respondenthas reviewed andchecked al!information anddatashownor indicated inthe Solicitation Package orinthe Contraa Documents with respea to existing Underground Facilities or conditions Thomas F.Pepe 12/10/2015 48 ator contiguous tothesiteand assumes responsibility fortheaccuratelocationofallUnderground Facilities andconditions that may affea theWork.Noadditional examinations,investigations, explorations,tests,reportsor similar Information or data inrespectto any Underground Facilities or conditions are,or will be,required by Respondent inordertoperformand furnish theWorkat the Contraa Price,within the Contraa Timeandin accordance;with the other terms and conditions of theContraa Documents unless the Proposal specifically states thatthe contract price is subject to adjustment forfuture discovery of underground facilities and/or conditions that affect thecostofthe Workand unless therespondent makes awritten request totheCityfor additional information priortosubmittingthebid or proposalasrequiredinsubsectionii above, dRespondenthasgiventheCitywrittennoticeofall conflicts,errors or discrepanciesthat it has discoveredinthe Contraa Documentsand,ifany conflicts,errors or discrepancies havebeenfound andnotice given,theRespondentrepresents,by submitting its proposal tothe City,that the Respondenthasreceived sufficient noticeoftheresolution thereof fromtheCity,thatsuchresolution isacceptabletoRespondentandthattheRespondentwaivesany claim regardingthe conflicts,errors or discrepancies. e.ThisProposal Is genuineandnotmade mtheInterestof or onbehalfofany undisclosed person,firm or corporationandisnotsubmittedpursuanttoany agreement orrulesofanygroup,association, organization,orcorporation;Respondenthasnotdirectlyor indirectly Induced or solicitedany other Respondenttosubmitafalse or shamProposal;Respondent has notsolicited or induced,anyperson, firm or corporationtorefrainfrom responding;andRespondenthasnotsoughtby collusion or otherwise to obtainforitselfany advantage overany other Respondent or overthe CITY. 4.Respondentunderstandsandagreesthatthe Contraa Priceis the amountthat it heeds to furnish and Install all oftheWork complete andin place.The Schedule of Values;if required,is provided forthe purposeof Proposal Evaluation andwhen Initiated bythe CITY,it shall form the basis for calculating the pricing of change orders.The Contraa Price shall notbeadjustedInanywaysoastoresult In a deviation fromthe Schedule of Values,excepttotheextentthatthe CITY changes theScopeofthe Workafterthe Contraa Date.Assuch,theRespondent shall furnishalllabor,materials,equipment, tools,superintendence andservices necessary to provide a complete,in place,Projea forthe Proposal Price.Ifthis Solicitation requiresthe completion ofaCostand Technical Proposal,asmaybesetforthin inanexhibit to this Solicitation,suchproposal must be attached to this Construction Bid Form andwill take the place of the Lump Sum Price,otherwise,the Contract Pricefor the completed work Is asfollows;for Work activity limited to the hours from 7:00 a.m.through 6:00 p.m.,on weekdays from Monday through Friday: LUMP SUM BASE PRICE:S &£*&'dollars and 0°cents NOTE:The proposal shall include an alternate price,unless included in the general contract price,far performing the work after normal working hours: ifnoalternativeprice Is provided withthe proposal,It shallbeanunrebuttable presumption that the contract price includesworkperformedafternormalworkinghours wheneverrequestedby the City Manager. Alternate:#1 $dollars and cents Afee breakdown for each task included in the lump sum contraa price,if applicable,must be provided.Failure to provide this information shall render the proposal non-responsive. 5.The ENTIRE WORK shall be completed,in full,within 90 calendar days fromthe commencement date set forth In the NOTICE TO PROCEED.Failure to complete the entire work during the described time period shall resultintheassessmentof liquidated damages as may besetforth in the Contract 6.Insertthe following information for future communication with you concerning this Proposal: RESPONDENT:/C(Ci^^oLc^ Thomas f.Pepe 12/(0/2015 49 Address: Telephone: Facsimile: Contaa Perstih <0**J ^&fc AJx+~^~,Ft 3VUS *&*gg3» Xtw^tr^, The terms used in this Proposal which are deflhM (h theContract shall have the sariffe meaning asis assigned tothemintheContract Documents,unless specifically definedin this Solicitation Package. Ifa cost 6V technical proposal is required bythe Solicitation,Respondent hereby certifies that all ofthe facts and responsestothe questions posed inthe cost &technical proposal,Ifsuchanexhibit Is made a paa of the Solicitation,aretrueand correa and are herebyadoptedaspartofthis Construction Bid Form,andare madea partof this proposal,J>y reference. Bysubmitting this proposal,I,on behalf ofthe business that I represent,herebyagreetothetermsofthe formofcontract contained In the Solictation package and I agree tobe bound bythoseterms,withany appropriate blank boxes,if any,checked and any Blank lines filled in with the appropriate information contained inthe Solicitation Documents and this Proposal,,or such information thatthe City and I have agreed upon in the course ofcontraa negotiations and which have been confirmed bythe City in writing; including e-mail confirmation,ifany.1herebycertifyunderpenaltyofperjurythat1amthe lawful representativeofthe business entityreferenced In this Bid Form,that I haveauthoritytobidforthat entity arid that alloftheinformationandrepresentationscontainedhereinare true and correa to the best ofmyInformationandbelief. SUBMITTED THIS jlf DAY OF A^fl^^t lojj. Title Thomas F.Pepe 12/10/2015 Telephone Number __., Fax Number tfLo &L/4L LjOO*Cgr*t-w Email Address -^ END OF SECTION 50 EXHIBIT 4 CONSTRUCTION CONTRACT SW 64th Avenue Drainage Improvement Project RFP#PW20I6-I9 THIS CONTRACT was made and entered into on this <c^day of-^^TTC?P^A 20 ft?,by and between ^n^^6*/~^&-•(hereafter referred to as "Contractor"),andthe Gfty ofSouth Miami (hereafter referred toas "Owner"),throughitsCityManager (hereafter referred toas "City"). WITNESETH: That,the Contraaor,forthe consideration hereinafter fully setout,hereby agreeswith the Owner asfollows: 1.The Contractor shallfurnishalllabor,materials,equipment,machinery,tools,apparatus,transportation andany other items necessary to perform allof the work shownonand described in the Contraa Documents andshalldoeverything required bythis Contraa andthe other Contract Documents hereinafter referred to as the Work. 2.The Contract Documents shallincludethis Contract,General Conditions to the Contract,ifany,the drawings,plans,specificationsand project manual,ifany,anysupplementary or specialconditions,other documents referringtothis contract andsignedby the parties,thesolicitation documents ("hereinafter referred toas"Bid Documents")andany documents towhich those documents refer whichareusedby the Owner aswellasany attachments or exhibits that aremadeapartofanyofthe documents described herein. 3.The Contraaor shall commence the Work tobeperformedunderthis Contract onadatetobespecified ina Notice to Proceed andshall complete all Work hereunder withinthelengthoftime set forth inthe Contract Documents. 4.The Owner herebyagrees to paytothe Contractor forthe faithful performanceofthis Contraa,subjea toadditionsand deductions asprovidedinthe Contraa Documentsandanyproperlyapproved,written change orders,inlawfulmoneyoftheUnitedStates,the amount of:(speii Dollar Amount here) fijk-L*<&JQ rttam&n<L fuso hundred Dollars ($TLJlS).00 ),Lump Sum ("Contraa Price").H^xl^f -czv^ 5.Theexpensesofperforming Work afterregularworkinghours,andonSundayand legal holidays shall be includedinthe Contract Price.TheCitymaydemand,atanypointintime,that anypart,or all,ofthe Workbeperformedafterregular working hours.In suchevent,theRespondent shall have norightto additional compensationforsuchwork.However,nothingcontainedherein shall authorizeworkon days andduringhoursthatareotherwiseprohibitedbyordinanceunless specifically authorizedorinstructedin writing by the City. 6.IftheWorkisexpectedtorequiremorethanone month,theOwner shall make monthly partial payments tothe Contractor onthebasisofa duly certifiedandapprovedscheduleofvaluesforthe Work performed duringeachcalendarmonthbythe Contraaor,lesstheretainage (all asprovidedforinthe Contract Documents),which istobewithheldbytheOwner until completionandacceptanceofthecomplete projea in accordance with this Contract and the other Contract Documents and untilsuch Work has been accepted bytheCity. 7.Upon submission bytheContractorof evidence satisfactory totheOwnerthat all labor,material,and othercosts incurred bythe Contraaor inconneaionwiththe construction oftheWork have been paid in full,andafter compliance withthetermsfor payment providedforinthe Contraa Documents,final payment onaccountofthisContract shall be made within sixty(60)calendar days afterthe completion by the Contraaor of all WorkcoveredbythisContractandthe acceptance ofsuchWorkbytheOwner. 8.The Work shall be completed in90 calendar days.Intheeventthatthe Contractor shall fail to completethe Work withinthetimelimitstipulatedinthe Contract Documents,or the extended timelimit agreedupon,inaccordancewiththeprocedureasmore particularly setforthinthe Contraa Documents, liquidated damages shall be paid by theContractorattherateof $1.000.00 dollarsper day,plus any monies paid bytheOwnertothe Consultant,if any,for additional engineering and inspection services,if any,associated withsuchdelay. Thomas F.Pepe 12/10/2015 51 il i8r muB,a**tPBed hemeen *«P^565 hef^°*«*a foment and/or Performance BondfBond")is required and if,at any time after the execution of this Contract and the Bond for its faithful performance and payment,the City shall deem she Surety or Sureties upon such 8sond(s)to be umttifetMy,or if,for amy reason sueh bond ceases to be adequate to cover the performance ©f the Work or payment to subcontractors and suppliers,the Contractor shal,at its expense within five (5) business days after the receipt of notice from the City soto do,furnish an additional bond or feonds in such form and amount and with such Surety orSureties as shall be satisfactory to the City,fln suds event, no further payment to A®Contractor Ml be deemed to be due under this Contract until such new or additional security for th®faithful performance of the Work is furnished in the manner and en the form I©.No adctaonal Work or extras shal!be done unless the same is duly authorized In writing,and in advance of the work,by appropriate action by the City and in accordance with the Contract Documents. 01.The date that this contract was "made and entered into"and its elective date is the date that the contract is the signed by the Qty or,if the contract is required to be approved by resolution of the City Commission,then the Effective Date is the date ofthe resolution approving the Contract whichever is the to " MWOTMESS WHBieOF.the parties hereto have executed this Contract on the day and date set for*h next totheir name below and may be signed in one or more counterparts,each of which shall,without proof or accounting fortheother counterpart,be deemed an original ~ V3^77 ' B2/I3ftfi>15 52 a^^Lc -^u^ rYiroSi|pater/A4e:Af®.info (%<es^4,'^^Ae t^ Title of Signatory:^P~*^>^^^f. ATTESTED:OWNE&:€QTY©F City Clerk J -^gjty- Read and Approved as to Form,Language, Legality,and Execufe^Thereof://'-""> SW 64th Avenue Drainage Improvement Project RFP#PW20I6-I9 CONSTRUCTION CONTRACT GENERAL CONDITIONS ARTICLE I -DEFINITIONS Whenever usedin these General Conditions or in the other Contract Documents,the following terms shallhave themeaningindicated.These definitionsshallalwaysapplywhenthesectionofthe Contract specifically refers to thisArticlefor the purpose of interpreting a word or groupof words in that section ofthe Contract Document. However,when the section of the Contract,where the word to bedefinedisused,does not specifically refers to thisArticletodefine the word or group of words,the definitions contained in this Article shall not applyunless the word or group of words,in the context ofit or their usein the Contract Document in question,is/are ambiguousandopenfor interpretation.Inaddition,thesedefinitionsshallalso not applyto interpret terms ina specificprovisionofa Contract Document if that specificprovision contains adefinitionof these terms: Addenda:Written or graphic documents issuedpriortotheBidOpeningwhichmodify or interpret the Contract Documents,DrawingsandSpecifications,byaddition,deletions,clarifications or correction. ApplicationforPayment:Aform approved bytheCONSULTANT,ifany,or the CityManagerwhichistobeused by the CONTRACTOR in requesting progress payments. Bid:TheofferorproposaloftheBidder submitted ontheprescribedformsettingforththepricesand other terms for the Work tobe performed. Bidder:Anyperson,firm or corporation submittinga response tothe Owner's solicitationfor proposals or bids for Work. Bid Documents:Thesolicitationforbids or proposals andall documents that makeupthesolicitationincluding the instructions,form of documents and affidavits. Bonds:Bidbond,performance andpaymentbondsand other instruments ofsecurity,furnishedby the CONTRACTOR andits surety in accordance withthe Contract Documents andin accordance with the lawsof the State of Florida. Change Order:Awritten order totheCONTRACTORsignedbytheCityManagerauthorizinganaddition, deletion or revisionin the Work,or an adjustment inthe Contract Price or the Contract Timeissued after execution of the Contract. Work Order Proposals:Written proposalsfromtheCONTRACTORinresponsetoordersor request forwork basedontheScopeofthe Work providedbytheCitytotheCONTRACTOR.Theproposalincludeslineitem pricing,where there aremultiplelocations,andthetimeframeforcompleting the work. CITY:TheCityManagerfortheCityofSouth Miami,6130 SunsetDrive,South Miami,FL 33143,unlessthe context whereinthe word isusedshould more appropriatelymeantheCityofSouth Miami. ConstructionObserver:Anauthorizedrepresentativeofthe CONSULTANT,if any,orotherwisea representativeoftheCity assigned toobservetheWorkperformedandmaterialsfurnishedbythe CONTRACTOR.TheCONTRACTOR shall be notified in writingoftheidentityofthisrepresentative. Contract Documents:The Contract Documents shall include the Contract between the Owner and the Contractor,other documents listed in the Contract and modifications issued after execution of the Contract as wellas all Bid Documentsincludingbutnotlimitedtothesolicitationfor Bid,CONTRACTOR'S Bid,the Bonds, Insurance endorsements,Insurance Certificates and policies,the NoticeofAward,the Noticeto Proceed,the General Conditions,Special Conditions,if any,any Supplementary Conditions,the Technical Specifications, Drawings,including anyincorporated specifications,addendatothe drawings issuedpriortoexecutionofthe Contract,Change Orders,Construction Change Directives and any writtenorderfora minor change in the Work,andwrittenmodificationstoanyofthe Contract Documents. Contract Price:Thetotal moneys payable tothe CONTRACTOR pursuanttothetermsofthe Contract Documents. Contract Time:Thenumberofcalendardaysstatedinthe Contract forthecompletionoftheWork. Contracting Officer:The individual whoisauthorizedto sign thecontractdocumentson behalf ofthe OWNER. CONTRACTOR:Theperson,firm or corporation withwhomtheOWNERhas executed the Contract. CONSULTANT:Theperson identified asthe CONSULTANT inthe Supplementary Conditions or,if none,then CITY's designated representativeas identified inthe Supplementary Conditions. Day:Aperiodof twenty-four hours measured from the beginning ofthe day at 12:01 a.m.and it shall be presumed tobeacalendarday unless specifically designated asa business day. Thomas F.Pepe 12/10/2015 53 Pays:The number of twenty-four (24)hour periods following the event to which the word "days"refers commencing at 12:01 a.m.atthe start ofthenext day.Therefore,in computing any period oftime prescribed or allowed bythe Contract Documents,the day ofthe act,eventor default from which the designated period oftime begins to run shall notbe included.The last day ofthe period so computed shall be included unless itisa Saturday,Sunday or legal holiday,in which eventthe period shall run until the end ofthenext business day that is nota Saturday,Sundayor legal holiday. Defective Work:Work thatis unsatisfactory,faulty,or deficient in thatitdoesnotconformtotheContract Documents,or does notmeetthe requirements of any applicable inspection,reference standard,test,or approval referred tointheContract Documents,or has been damaged prior totheCONSULTANTS recommendation of final payment (unless responsibility for the protection thereof has been delegated tothe Owner);substitutions that are not properly approved and authorized,any deficiency intheWork,materials and equipment;materials and equipment furnished underthe Contract that are not good quality and new unless otherwise required or permitted by the Contract Documents. Drawings:The drawings which showthe character and Scope oftheWorktobe performed and which have been prepared or approved bythe CONSULTANT,orif none,thenby an architect or engineer hired bytheCity and are referred to in the Contract Documents. Field Order:Awrittenorder issued bytheCONSULTANT which clarifies or interprets theContract Documents in accordance with Paragraph 9.3 orordersminor changes intheWork in accordance with paragraph 10.2. Modification:(a)Awritten amendment ofthe Contract Documents signed byboth parties,(b)a Change Order signed byboth parties,(c)awritten clarification or interpretation if issued bytheCONSULTANTin accordance with paragraph 9.3 or (d)awrittenorder for minor change or alteration inthe Work issued bythe CONSULTANT pursuant to Paragraph 10.2.A modification may only be issued afterexecutionofthe Contract,it mustbein writing and signed bytheparty against whomthe modification issoughttobeenforced. Non-conforming Work means work that does not conform to the Contract Documents and includes work that is unsatisfactory,faulty,or deficient orthatdoesnotmeetthe requirements ofany applicable inspection,reference standard,test,orthatdoesnotmeetany approval requiredby,orreferredtoin,theContractDocuments,or workthat has been damaged prior to CONSULTANT'S recommendation of final payment (unless responsibility for theprotection thereof hasbeenassumedinwritingbyCITY). Noticeof Award:ThewrittennoticebyCITYtothe apparent successful Bidder stating thatupon compliance with theconditionsprecedenttobe fulfilled byitwithinthetime specified,CITYwillexecuteanddelivertheContract to him. Noticeto Proceed:Awrittennotice given byCITYto CONTRACTOR (withcopytoCONSULTANT)fixing the dateonwhichtheContractTime shall commencetorunandonwhich CONTRACTOR shall starttoperformits obligations under the Contract Documents. Person:Anindividualor legal entity. Project Theentire construction operationbeingperformedasdelineatedinthe Contract Documents. Policy:The term "policy"as used in the Contract Documents shall meantheinsurancebinder,ifitisissued,the declaration page ofthepolicyandthebodyofthe policy,including all endorsements. RFP:Request forProposal. ScopeofServices.Thisphrasereferstothescopeoftheservicesor work tobeperformedandithasthesame meaningasScope of the Work unless the context inwhichthephaseisusedclearlymeans otherwise. Shop Drawings:All drawings,diagrams,illustrations,brochures,schedules and other datawhichare prepared by the CONTRACTOR,aSubcontractor,manufacturer,supplier,ordistributor,andwhichillustratetheequipment, materialorsomeportionofthe work andasrequiredby the ContractDocuments. Samples:Physical exampleswhichillustratematerials,equipment orworkmanshipandestablishstandardsbywhich the Work willbejudged. Specifications:Those portionsofthe Contract Documents consistingof written technicaldescriptionsof materials,equipment,construction systems,standardsandworkmanshipasappliedtothe Work. Subcontractor:An individual,firm orcorporation having adirectcontractwith CONTRACTOR orwith any other Subcontractor for the performance ofapart of the Work atthe construction site. Substantial Completion:Thedate,ascertifiedbythe CONSULTANT,whenthe construction oftheProjectora certifiedpart thereof issufficiently completed,inaccordancewiththe Contract Documents,so that the Project,or asubstantial part,canbeutilizedfor the purposesforwhichitwasintended without restriction orlimitation to anydegree,other thanfor the repair of minor"punchlist"items;orif there benosuchcertification,the date when final paymentisdueinaccordancewith paragraph 14.9.However,inno event shall the project orportion thereof,be deemed to besubstantially completed untilacertificateofoccupancyorcertificateofuseis lawfully issuedby the applicable governmental agency.Acertificateof Substantial Completion,issuedby the CONSULTANT,shall benullandvoidifitisbasedon false,misleading orinaccurateinformation,fromanysource, Thomas F.Pepe 12/10/2015 54 or when it would not have been issue but for the consideration of Work that is thereafter found to be defective to adegree greater thanthatwhichwouldnormallytobeconsideredbytheCitytobeminor"punchlist"work. Supplier:Anyperson or organizationwho supplies materialsorequipmentfortheWork,including thefabrication ofanitem,but who does not perform labor at the siteof the Work. Surety:The individual or entitywhoisanobligoronaBondandwhoisboundwiththeCONTRACTORforthe full and faithful performance ofthe Contract andforthepaymentof all labor,servicesandmaterialsusedon the project. Work:Anyandallobligations,dutiesandresponsibilitiesnecessaryfor the successful performance and completion of the Contract. Notice:The term "Notice"as used herein shall mean and include all written notices,demands,instructions, claims,approvalsanddisapprovals required toobtaincompliancewith Contraa requirements.Written notice shallbe deemed tohavebeendulyservedifdeliveredinpersontothe individual or toa member ofthe firm or to anofficerof the corporation for whom itisintended,or toan authorized representative ofsuch individual,firm,or corporation,or ifdeliveredator sent by registered mail to thelastknownbusiness address.Unless otherwise stated inwriting,anynoticeto or demand uponthe OWNER underthis Contract shallbedeliveredto the City Managerand the CONSULTANT. ARTICLE 2 -PRELIMINARY MATTERS Award: 2.1 TheCITY reserves the right to reject any and all Bids,at its sole discretion.Bidsshallbe awarded by the CITYto the lowest responsive and responsible Bidder.No Notice ofAwardshallbegivenuntil the CITYhasconcludeditsinvestigation,asitdeemsnecessary,toestablish,to the satisfactionoftheCITY, whichBidderisthe most responsive and responsible ofalltheBiddersto complete the Work withinthe time prescribed andin accordance withthe Contract Documents.TheCITY reserves the rightto reject the BidofanyBidderwhois not believedtobe,inthesole discretion andsatisfactionof the City,to be sufficiently responsible,qualifiedand financial abletoperform the work.In analyzing a Bid,theCITYmay alsotakeinto consideration alternate andunitprices,if requested by the Bidforms.Ifthe Contract is awarded,the CITYshallissuetheNoticeofAwardandgive the successfulBiddera Contract for execution withinninety(90)day after openingof Bids. Execution of Contract: 2.2Atleastfour counterparts oftheContract,thePerformanceandPaymentBond,the Certificatesof Insurance,theBinderofInsuranceifissued,theInsuranceDeclarationPageifnotincludedinthePolicyof Insurance,the Policy ofInsurancerequiredbythe Contract Documents,the written noticeofdesignated supervisor or superintendent as provided inSection 6.1 of the General Conditions andsuch other Documentsasrequiredby the Contract Documents shall be executed anddeliveredbyCONTRACTOR totheCITYwithinten (10)calendardaysof receipt ofthe Notice ofAward.A Contract Document that requires the signatureofapartymaybe executed in counterparts separatelybyeachofthepartiesand,in suchevent,each counterpart separately executed shall,without proof or accountingforthe other counterpart be deemed anoriginal Contract Document. Forfeitureof Bid Security/PerformanceandPayment Bond,ifanyarerequiredbythe applicable RFP: 2.3Withinten (10)calendardaysofbeingnotifiedoftheAward,CONTRACTOR shallfurnishaPerformance BondandaPaymentBondcontaining all the provisions ofthePerformanceBondandPaymentBond attached. 2.3.1 Each Bond shall beintheamountofonehundredpercent (100%)ofthe Contract Price guaranteeing to OWNER the completion and performance of the Work covered insuch Contract aswellas full paymentof all suppliers,material man,laborers,orSubcontractor employed pursuant tothisProject.Each Bond shall bewithaSuretycompanywhose qualifications meetthe requirements of Sections 2.3.4,2.3.5,and2.3.6. 2.3.2 Each Bond shall continueineffectfor five yearsafter final completion andacceptanceofthe Work withthe liability equaltoonehundred percent (100%)ofthe Contract Sum. 2.3.3 PursuanttotherequirementsofSection 255.05(I),Florida Statutes,CONTRACTOR shall ensure thatthe Bond(s)referencedabove shall berecordedinthe public recordsof Miami-Dade County andprovide CITY withevidenceofsuchrecording. 2.3.4 Each Bond mustbeexecutedbyasurety company authorizedtodo business intheStateof Florida asasurety,having a resident agentintheStateofFloridaand having beeninbusinesswitha record of successful continuousoperationforaleast five (5)years. Thomas F.Pepe 12/10/2015 55 2.3.5 The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance withthe United States Department of Treasury Circular 570,current revisions. 2.3.6 The CITY shall only be required to accept a surety bond from a company with a rating A.VII or better. 2.3.7 Failure ofthe successful Bidder to execute and deliver the Contract,and deliver the required bonds and Insurance documents shallbecausefor the CITY to annul the Notice of Award and declaretheBidandanysecurity therefore forfeited. Contractor's Pre-StartRepresentation: 2.4 CONTRACTOR represents that it has familiarized itself with,and assumes full responsibility for having familiarized itself withthe nature and extentofthe Contract Documents,Work,locality,and with all local conditions and federal,state and local laws,ordinance,rules and regulations thatmay in any manner affect performance oftheWork,and represents thatit has correlated itsstudy and observations withthe requirements ofthe Contract Documents.CONTRACTOR also represents thatit has studied all surveys and investigations,reportsof subsurface and latent physical conditions referred tointhe specifications andmadesuch additional surveys and investigations asitdeems necessary forthe performance ofthe Work reflected in the Contract Documents and that hehas correlated the results of allsuchdata with the requirements of the Contract Documents. Commencement of Contract Time: 2.5 The Contract Time shall commence to run on the date stated in the Notice to Proceed. Starting the Project: 2.6 CONTRACTOR shall starttoperformits obligations undertheContractDocumentsonthedatethe ContractTimecommencesto run.No Work shall bedoneatthesite (as definedinArticle I),priorto thedateonwhichtheContractTimecommencestorun,exceptwiththewrittenconsentoftheCITY. Before Starting Construction: 2.7Before undertaking eachpartoftheWork,CONTRACTOR shall carefully study and comparethe ContractDocumentsandcheck and verify pertinent figures shownthereonand all applicable field measurementsand conditions.It shall atoncereportinwritingtoCONSULTANTany conflict,error,or discrepancy which itmay discover.NeithertheOWNERnortheCONSULTANT shall be liable forany harm,damageorlosssufferedby CONTRACTOR asaresultofits failure todiscoveranyconflict,error, ordiscrepancyinthe Drawings or Specifications nor shall the CONTRACTOR beentitledtoany compensationforanyharm,damage orlosssufferedbythe CONTRACTOR duetoanyconflict,error, ordiscrepancyin the Contract Documents. Schedule of Completion: 2.8Within Five (5)business days afterdeliveryoftheNoticetoProceedbyCITYto CONTRACTOR, CONTRACTOR shall submitto CONSULTANT for approval,anestimatedconstructionschedule indicating thestartingandcompletiondatesofthevariousstagesofthe Work;andapreliminaryschedule ofShopDrawingsubmissions.The CONSULTANT shall approvethisscheduleorrequirerevisions thereto withinseven(7)calendardaysofitssubmittal.If there is more than one CONTRACTOR involvedin the Project,the responsibilityforcoordinating the Work ofall CONTRACTORS shallbe provided in the Special Conditions. 2.9 Within five (5)businessdaysafterdeliveryofthe executed Contract byCITYto CONTRACTOR,but before starting the Work atthesite,apre-construction conference shall beheldtoreview the above schedules,toestablishproceduresfor handling ShopDrawingsand other submissions,andforprocessing ApplicationsforPayment,andtoestablishaworkingunderstanding between the partiesasto the Project Presentat the conference willbetheCITY'Srepresentative,CONSULTANT,ResidentProject Representatives,CONTRACTOR anditsSuperintendent. Qualificationsof Subcontractors.Material menand Suppliers: 2.10 Within five (5)businessdaysafterbidopening,theapparent lowest responsiveandresponsibleBidder shall submit tothe CITY and the CONSULTANT foracceptancealist of the namesof Subcontractors andsuch other personsandorganizations (including those who aretofurnish principal itemsofmaterials or equipment)proposed for those portionsofthe Work astowhichtheidentityof Subcontractors and Thomas F.Pepe 12/10/2015 56 other personsandorganizationsmustbesubmittedasspecifiedinthe Contract Documents.Within thirty (30)calendar days after receivingthelist,the CONSULTANT willnotify the CONTRACTOR in writing if either the CITY or the CONSULTANT has reasonable objection to any Subcontractor,person, or organization onsuchlist.Thefailureof the CITY or the CONSULTANT to make objection to any Subcontractor,person,or organizationonthelistwithin thirty (30)calendar daysofthe receipt shall constitute an acceptance ofsuch Subcontractor,person or organization.Acceptance ofanysuch Subcontractor,person or organizationshallnot constitute awaiverofanyrightoftheCITY or the CONSULTANT to reject defective Work,material or equipment,or any Work,material or equipment not in conformance with the requirements of the Contract Documents. 2.1 I If,prior to the Notice ofAward,the CITY or the CONSULTANT has reasonable objection to any Subcontractor,person or organizationlisted,the apparent lowBiddermay,prior to Notice ofAward, submit an acceptable substitute without an increase initsbidprice. 2.12 The apparent silenceof the Contract Documents as to anydetail,or the apparent omissionfrom them of a detailed description concerning any Work tobe done andmaterials to befurnished,shallbe regarded as meaning that only best practicesaretoprevailandonlymaterialsand workmanship ofthe best qualityare to beusedin the performance of the Work. ARTICLE 3-CORRELATBON.INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS 3.1 Itis the intent of the SpecificationsandDrawingsto describe a complete Project tobe constructed in accordance with the Contract Documents.The Contract Documents comprise the entire Contract between the OWNER andthe CONTRACTOR.Theymaybe altered onlybyamodificationasdefinedin Article I. 3.2The Contract Documents arecomplementary;whatiscalledforbyoneisasbindingasifcalledforby all thedocuments.If CONTRACTOR findsa conflict,error ordiscrepancyinthe Contract Documents,it shall,before proceeding withthe Work affectedthereby,immediatelycallittotheCONSULTANT'S attention inwriting.Thevarious Contract Documents are complementary;incaseof conflict,error or discrepancy,the more stringent interpretation and requirement that shallprovidethemaximumbenefit to the Owner shallapply 3.3Thewords"furnish"and"furnishand install","install",and"provide"or words withsimilarmeaning shall be interpreted,unless otherwise specifically stated,tomean"furnishandinstallcompleteinplaceand ready for service". 3.4 Miscellaneous itemsandaccessorieswhicharenot specifically mentioned,butwhichareessential to produceacompleteandproperlyoperating installation,orusable structure,providingtheindicated functions,shall befurnishedandinstalledwithoutchangeinthe Contract Price.Suchmiscellaneousitems andaccessoriesshallbeofthesamequalitystandards,including material,style,finish,strength,class, weightand other applicablecharacteristics,as specified forthemajor component ofwhichthe miscellaneousitemoraccessoryisanessentialpart,and shall beapprovedbytheCONSULTANTbefore installation.Theabove requirement isnotintendedtoincludemajor components notcoveredbyor inferablefrom the Drawingsand Specifications. 3.5 TheWorkof all tradesunderthis Contract shall becoordinatedbytheCONTRACTORinsucha mannerasobtainthebestworkmanshippossiblefortheentireProject,andall components ofthe Work shall be installed orerectedinaccordancewiththebestpracticesoftheparticulartrade. 3.6TheCONTRACTOR shall beresponsiblefor making theconstructionofhabitable structures underthis Contract rainproof,andfor making equipmentand utility installations properlyperformthe specified function.If the CONTRACTOR isprevented from complying withthis provision duetothe Drawings or Specifications,theCONTRACTOR shall immediately notifythe CONSULTANT inwritingofsuch limitations beforeproceedingwithconstructionintheareawheretheproblemexists. 3.7 Manufacturer's literature,when referenced,shallbe dated and numbered and is intended to establish the minimum requirements acceptable.Whenever reference isgiventocodes,or standardspecificationsor other data published by regulating agencies oraccepted organizations,including butnotlimitedto National Electrical Code,applicable State Building Code,Florida Building Code,Federal Specifications, ASTM Specifications,variousinstitute specifications,andthe like,itshallbe understood that such reference istothelatestedition including addendaineffectonthedateofthe Bid. 3.8 Brand names where used in the technical specifications,are intended todenotethe standard or quality requiredfortheparticular material orproduct.Theterm "equal"or "equivalent",whenusedin connectionwithbrand names,shall beinterpretedtomeana material orproductthatis similar and equal intype,quality,size,capacity,composition,finish,colorand other applicable characteristicstothe material or product specified bytrade name,andthatis suitable forthesameusecapableofperformingthesame Thomas F.Pepe 12/10/2015 57 function,in the opinion ofthe CONSULTANT,asthe material or product so specified.Proposed equivalent items mustbe approved by CONSULTANT before they are purchased or incorporated inthe Work.(Whenabrandname,catalognumber,modelnumber,or other identification,isusedwithoutthe phrase "or equal",the CONTRACTOR shall use the brand,make and model specified). 3.9 Throughout this agreement the male pronoun may be substituted for female and 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 by the CONSULTANT assetforth in Section 9.3 below. 3.1 I The CONTRACTOR shall have advised the CONSULTANT,prior to performing any work involving a conflictin the Contract Documents andthe CONSULTANT shallmake the final decisionas to whichof the documents shall take precedence.In the event thatthere is a conflict between or among the Contraa Documents,only thelatest version shall apply and thelatest version oftheContract Documents.The CONSULTANT shall use the following list ofContract Documents asa guide.These documents aresetforth below in theorderoftheir precedence sothat all the documents listed abovea given documentshouldhave precedence over all thedocumentslistedbelowit. (a)Change Orders (b)Amendments/addenda to Contract (c)Supplementary Conditions,ifany (d)Contract withallExhibits thereto (e)General Conditions (f)Written orfigureddimensions (g)Scaleddimensions (h)Drawingsofalargerscale (i)Drawingsofasmallerscale (j)Drawings and Specifications aretobe considered complementary to each other ARTICLE 4-AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS AvailabilityofLands: 4.1 The OWNER shall furnish,as indicated in theContract Documents,the lands upon which theWorkisto bedone,rights-of-way foraccessthereto,and suchother lands which are designed fortheuseofthe CONTRACTOR.Easements for permanent structuresor permanent changes in existing facilities will be obtainedandpaidforbythe OWNER,unless otherwise specified intheContractDocuments.Other access to such lands or rights-of-way forthe CONTRACTOR'S convenience shall bethe responsibility of the CONTRACTOR. The CONTRACTOR shall provide for all additional lands andaccesstheretothat may berequiredfor temporaryconstruction facilities or storageofmaterialandequipment. 4.2The CITY will,uponrequest,furnish tothe Bidders,copiesof all available boundary surveys and subsurface tests at no cost. Subsurface Conditions: 4.3The CONTRACTOR acknowledges thathe has investigated priorto bidding and satisfied himself asto theconditions affecting theWork,including butnot limited tothose bearing upontransportation, disposal,handling andstorageof materials,availability of labor,water,electricpower,roadsand uncertaintiesofweather,river stages,tides,watertablesor similar physical conditions atthesite,the conformation and conditions ofthe ground,thecharacterofequipmentand facilities needed preliminary toandduringprosecutionofthe Work.TheCONTRACTOR further acknowledges that hehas satisfied himselfas to thecharacter,qualityandquantityofsurfaceandsubsurfacematerials or obstaclestobe encountered insofarasthisinformationisreasonablyascertainablefromaninspectionofthesite, including all exploratoryworkdonebytheOWNER/CONSULTANT onthesiteorany contiguous site, aswellasfrominformation presented bytheDrawingsand Specifications madepartofthis Contract,or any other informationmade available toitpriortoreceiptof bids.Any failure bytheCONTRACTORto acquaintitselfwiththe available information shall notrelieveitfrom responsibility forestimatingproperly the difficulty orcostof successfully performing Work.TheOWNERassumesno responsibility forany conclusions or interpretations madebythe CONTRACTOR onthebasisoftheinformationmade availableby the OWNER/CONSULTANT. DifferingSite Conditions: Thomas F.Pepe 12/10/2015 58 4.4The CONTRACTOR shallwithinforty-eight(48)hoursofitsdiscovery,andbeforesuchconditionsare disturbed,notify the CITYinwriting,of: 4.4.1 Subsurface or latentphysical conditions atthesitedifferingmateriallyfrom those indicatedin the Contract Documents,and 4.4.2Unknown physical conditions atthesite,ofanunusual nature,differingmateriallyfrom those ordinarily encountered andgenerally inherent in Work of the character provided forinthis Contract.TheCITYshallpromptlyinvestigatethe conditions,andifitfinds that such conditions domateriallydifferto the extent as to causeanincrease or decrease in the CONTRACTOR'S cost of,or the time required for,performanceofanypartof the Work underthis Contract,an equitable adjustment shallbemadeand the Contract modifiedinwritingaccordingly. 4.5Noclaimof the CONTRACTOR under thisclauseshallbeallowedunlessthe CONTRACTOR hasgiven the notice required in4.4above;provided,however,the time prescribed therefore maybe extended by theCITY,butonlyifdoneinwritingsignedbytheCityManager or the CONSULTANT. ARTICLE 5-INSURANCE Contractor shallcomplywiththeinsurance requirements set forthinthe Supplementary Conditions to the Contract. ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES Supervisionand Superintendence: 6.1 The CONTRACTOR shallsuperviseand direct the Work.Itshallbesolelyresponsibleforthemeans, methods,techniques,sequences and procedures of construction.The CONTRACTOR shall employand maintaina qualified supervisor or superintendent (hereinafter referred toas"Supervisor"atthe Work site who shallbedesignatedinwritingbythe CONTRACTOR,before the CONTRACTOR commences the Work andwithin the time required by the Contract,as the CONTRACTOR'Srepresentative at the site.TheSupervisor or sodesignated shall have full authoritytoactonbehalfof the CONTRACTOR and all communications given totheSupervisor shall beas binding asifgiventotheCONTRACTOR.The Supervisor(s)shallbe present ateachsiteat all timesasrequiredtoperformadequatesupervisionand coordination ofthe Work.(CopiesofwrittencommunicationsgiventotheSupervisorshallbemailedto the CONTRACTOR'S home office). 6.1.1 The CONTRACTOR shallkeepone record copyof all Specifications,Drawings,Addenda, Modifications andShopDrawingsatthesiteatalltimesandingood order and annotated to show all changesmadeduringtheconstructionprocess.These shall be available totheCONSULTANT andany CITY Representativeat all reasonabletimes.Asetof "As-Built"drawings,aswellasthe original Specifications,Drawings,Addenda,Modifications andShopDrawingswithannotations, shallbemade available totheCityat all timesanditshallbedeliveredtotheCITYupon completion of the Project. Labor.MaterialsandEquipment: 6.2TheCONTRACTOR shall providecompetent,suitably qualified personneltolay out the Work and performconstructionasrequiredbytheContract Documents.It shall at all times maintain good disciplineand order at the site. 6.3 The CONTRACTOR shallfurnishallmaterials,equipment,labor,transportation,construction equipment and machinery,tools,appliances,fuel,power,light,heat,local telephone,waterandsanitary facilities and all other facilities and incidentals necessaryfortheexecution,testing,initial operationandcompletionof the Work. 6.4 All materialsandequipment shall benew,exceptasotherwiseprovidedinthe Contract Documents.When special makesorgradesof material which are normally packaged bythesupplieror manufacturerare specified or approved,suchmaterials shall bedeliveredtothesiteintheir original packages or containers withsealsunbrokenandlabelsintact. 6.5 All materialsandequipment shall be applied,installed,connected,erected,used,cleanedandconditioned in accordance with the instructions oftheapplicable manufacturer,fabricator,or processors,except as otherwise provided in the Contract Documents. Work.Materials.Equipment.Products and Substitutions: 6.6 Materials,equipmentandproductsincorporatedinthe Work mustbeapprovedforusebeforebeing purchasedbytheCONTRACTOR.TheCONTRACTOR shall submittothe CONSULTANT alistof proposedmaterials,equipmentorproducts,together withsuchsamplesas may benecessaryforthemto determine theiracceptabilityandobtaintheirapproval,withinninety(90)calendardaysafterawardof Thomas F.Pepe 12/10/2015 59 Contractunlessotherwise stipulated inthe Special Conditions.Norequestforpaymentfor"orequal" equipment willbeapproveduntilthislisthasbeenreceivedandapprovedby the CONSULTANT. 6.6.1 Whenever a material,article orpieceofequipmentis identified onthe Drawings or Specifications by reference to brandnameorcatalognumber,it shall be understood that thisis referenced for thepurposeof defining theperformanceorothersalientrequirementsand that other productsof equal capacities,quality and function shall beconsidered.The CONTRACTOR mayrecommend thesubstitutionofa material,article,orpieceofequipmentof equal substanceandfunctionfor thosereferredtointheContractDocumentsbyreferenceto brand nameor catalog number,and if,inthe opinion oftheCONSULTANT,such material,article,or piece ofequipmentisof equal substanceand function tothat specified,theCONSULTANTmayapproveitssubstitutionanduse bythe CONTRACTOR.Incidental changes orextracomponent parts requiredtoaccommodate thesubstitute will bemadebythe CONTRACTOR withouta change intheContract Price orthe Contract Time. 6.6.2 No substitute shall be ordered or installed withoutthewritten approval oftheCONSULTANT who shall bethejudgeof quality. 6.6.3 Delay caused by obtaining approvals for substitute materials shall notbe considered justifiable grounds foran extension of construction time. 6.6.4 Should any Workor materials,equipment or products not conform to requirements ofthe Drawings and Specifications orbecome damaged during the progress oftheWork,such Work or materials shall beremoved and replaced,togetherwith any Work disarranged by such alterations, atanytimebeforecompletionand acceptance ofthe Project.Allsuch Work shall bedoneatthe expense of the CONTRACTOR. 6.6.5 No materials or supplies for theWork shall be purchased bythe CONTRACTOR or any Subcontractor subject to any chattel mortgage or under a conditional sale orother agreement by which an interest is retained bythe Seller.The CONTRACTOR warrants thatthey have good titleto all materials and supplies usedbytheminthe Work. 6.6.6 Non-conforming Work:The City of South Miami may withhold acceptance of,or reject items which are found upon examination,nottomeetthe specification requirements orconformtothe plans and drawings.Uponwritten notification of rejection,items shall beremovedor uninstalled within five (5)business days bytheCONTRACTORat his ownexpense and redelivered and/or 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 itsown property and the CONTRACTOR thereby waives any claim tothe good orto compensation of any kind for said goods.Rejection for non-conformance or failure tomeet delivery schedules may result in the CONTRACTOR beingfoundin default. 6.6.7 In case of default bythe CONTRACTOR,the City of South Miami may procure the articles or services from other sources and hold the CONTRACTOR responsible for any excess costs occasionedorincurredthereby. 6.6.8 The CITY reserves the right,in the event the CONTRACTOR cannot provide an item(s)or service(s)inatimely manner as requested,to obtain thegood and/or services from other sources and deducting thecost from the Contract Price without violating theintentofthe Contract. ConcerningSubcontractors: 6.7 The CONTRACTOR shall not employ any Subcontractor,against whom the CITY orthe CONSULTANT may have reasonable objeaion,nor will the CONTRACTOR be required to employ any Subcontractor who has been accepted bytheCITY and theCONSULTANT,unless theCONSULTANT determinesthatthereisgood cause fordoingso. 6.8TheCONTRACTOR shall be fully responsible for all actsand omissions ofits Subcontractors andof persons and organizations directly or indirectly employed byit and of persons and organizations for whose acts any ofthem may be liable tothe same extentthatthey are responsible for the acts and omissions of persons directly employed by them.Nothing in the Contract Documents shall create any contractual relationship between OWNERor CONSULTANT and any Subcontractor orother person or organization having a direct contract with CONTRACTOR,nor shall it create any obligation onthe part of OWNER or CONSULTANT to pay orto see to payment of any subcontractor or other person or organization,exceptasmay otherwise be required by law.CITYorCONSULTANTmay furnish to any Subcontractor orother person or organization,totheextent practicable,evidence of amounts paid to the CONTRACTOR onaccountof specified Work donein accordance withtheschedule values. Thomas F.Pepe 12/10/2015 60 6.9Thedivisionsandsectionsofthe Specifications andtheidentificationsofany Drawings shall notcontrol the CONTRACTOR in dividing the Work amongSubcontractorsordelineating the Work performed by anyspecifictrade. 6.10 The CONTRACTOR agreestobind specifically every Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of the OWNER. 6.1 I All Work performed forthe CONTRACTOR bya Subcontractor shall be pursuanttoanappropriate agreement between the CONTRACTOR and the Subcontractor. 6.12 The CONTRACTOR shall beresponsibleforthecoordinationofthetrades,Subcontractors materialand menengagedupon their Work. 6.12.1 The CONTRACTOR shall causeappropriateprovisionstobe inserted in all subcontractsrelative tothe Work tobindSubcontractorstothe CONTRACTOR by the termsoftheseGeneral Conditionsand other Contract Documentsinsofaras applicable tothe Work ofSubcontractors, andgivethe CONTRACTOR the samepowerasregardstoterminatinganysubcontractthat the OWNER mayexerciseoverthe CONTRACTOR underanyprovisionsoftheContract Documents. 6.12.2 TheCITYor CONSULTANT willnotundertaketosettleanydifferencesbetweenthe CONTRACTOR and their Subcontractors or between Subcontractors. 6.12.3 Ifintheopinionofthe CONSULTANT,anySubcontractorontheProjectprovestobe incompetent or otherwise unsatisfactory,they shall bepromptlyreplacedbythe CONTRACTOR ifandwhendirectedbythe CONSULTANT inwriting. 6.I2A Discrimination:Noaction shall betakenbytheanysubcontractorwith regard tothe fulfilment ofthe termsofthesubcontract,including the hiring andretentionofemployeesfortheperformanceof Work thatwould discriminate against anypersononthe basis of race,color,creed,religion,national origin,sex, age,sexualorientation,familial statusor disability.This paragraph shall bemadeapartofthe subcontractor's contract with the Contractor. PatentFeesandRoyalties: 6.13 TheCONTRACTOR shall pay all license fees and royalties and assume all costs incident totheuseof any invention,design,processordevicewhichisthesubjectofpatent rights orcopyrightsheldbyothers.He shall indemnify and hold harmless theOWNER and theCONSULTANT and anyone directly or indirectly employedbyeitherofthemfrom against all claims,damages,losses and expenses (including attorney's fees)arising outofany infringement ofsuch rights during orafterthecompletionofthe Work,and shall defend all such claims inconnectionwithany alleged infringement ofsuch rights. 6.14 TheCONTRACTOR shall be responsible for determining the application ofpatentand/or royalty rights astoany materials,appliances,articles orsystemspriorto bidding.However,he shall notbe responsible for such determination onsystemswhichdonot involve purchase bythemof materials,appliances and articles. Permits: 6.15 TheCONTRACTOR shall secure and pay for all construction permits and licenses and shall pay for all governmental charges andinspectionfees necessary fortheprosecutionofthe Work,whichare applicable atthetimeofhis Bid.When such charges are normally madebytheCITYandwhensostated inthe Special Conditions,therewillbeno charges tothe CONTRACTOR.TheCITY shall assistthe CONTRACTOR,when necessary,in obtaining suchpermitsand licenses.The CONTRACTOR shall also payallpublicutilitycharges. Electrical Powerand Lighting: 6.16 Electrical power required during construction shall be provided by each prime CONTRACTOR as required byit.This service shall be installed bya qualified electrical Contractor approved bythe CONSULTANT.Lighting shall be provided bytheCONTRACTOR in all spaces at all timeswhere necessary forgood and proper workmanship,for inspection or for safety.No temporary power shall be usedofftemporary lighting lines without specific approval ofthe CONTRACTOR. LawsandRegulations: 6.17 The CONTRACTOR shall comply with all notices,laws,ordinances,rules and regulations applicable to theWork.If the CONTRACTOR observes thatthe Specifications or Drawings are at variance therewith, it shall give the CONSULTANT promptwritten notice thereof,and any necessary changes shall be adjusted by an appropriate modification.If the CONTRACTOR performs any Work knowing ittobe Thomas F.Pepe 12/10/2015 61 contrarytosuchlaws,ordinances,rulesandregulations,and without suchnoticeto the CONSULTANT, it shall bear ail costs arising there from;however,it shall not beitsprimaryresponsibility to makecertain thattheDrawingsandSpecificationsareinaccordancewithsuchlaws,ordinances,rulesandregulations. Discrimination: 6.17A Noaction shall betakenbythe Contractor withregardtothe fulfilment ofthe terms of the Contract, including thehiringandretentionofemployeesfortheperformanceof Work thatwoulddiscriminate againstanypersononthebasis of race,color,creed,religion,nationalorigin,sex,age,sexual orientation, familial statusordisability. Taxes: 6.18 Cost of all applicablesales,consumer use,and other taxes forwhich the CONTRACTOR isliableunder the Contract shall beincludedin the Contract Price statedbythe CONTRACTOR. Safetyand Protection: 6.19 The CONTRACTOR shall beresponsiblefor initiating,maintaining andsupervising all safetyprecautions andprogramsin connection withthe Work.They shall take all necessaryprecautionsforthesafetyof, and shall providethenecessary protection toprevent damage,injuryorlossto: 6.19.1 All employees and other persons,whomaybeaffectedthereby, 6.19.2 Allthe Work and all materialsorequipmenttobeincorporatedtherein,whether instorageonor off the site,and 6.19.3 Other property atthesiteoradjacent thereto,including trees,shrubs,lawns,walks,pavements, roadways,structures andutilities not designatedforremoval,relocationor replacement inthe course of construction. 6.20The CONTRACTOR shall designatearesponsible member oftheirorganizationat the site whose duty shall bethe prevention ofaccidents.Thisperson shall be the CONTRACTOR'S Superintendent unless otherwise designatedinwritingby the CONTRACTOR to the CITY. Emergencies: 6.21 In emergencies affectingthesafety of personsor the Work or property at the siteoradjacent thereto, the CONTRACTOR,without specialinstructionorauthorizationfromthe CONSULTANT orCITY,is obligated to act,athisdiscretion,to prevent threatened damage,injuryorloss.Heshallgive the CONSULTANT prompt written notice ofanysignificantchangesin the Work ordeviationsfrom the ContractDocuments caused thereby.IftheCONTRACTOR believes that additional Work donebyhim inanemergencywhicharosefromcausesbeyondhiscontrolentitleshimtoanincreaseinthe Contract Priceoran extension ofthe Contract Time,hemaymakeaclaimtherefore asprovidedinArticles 11 and 12. ShopDrawingsandSamples: 6.22 After checkingandverifying all field measurements,the CONTRACTOR shall submit to the CONSULTANT forreview,inaccordancewiththeacceptedscheduleofshopdrawingsubmissions,six (6)copies(orat the CONSULTANT option,onereproduciblecopy)of all ShopDrawings,which shall havebeen checked byandstampedwiththe approval ofthe CONTRACTOR.TheShopDrawings shall be numbered andidentifiedas the CONSULTANT mayrequire.The datashownon the ShopDrawings shall be complete withrespect to dimensions,designcriteria,materialsof construction and the liketo enable the CONSULTANT to review the information without any unnecessary investigation. 6.23 The CONTRACTOR shallalso submit to the CONSULTANT for review,with such promptness asto causenodelayin Work,all samplesrequiredby the Contract Documents. All samples shall havebeencheckedbyandstampedwiththe approval ofthe CONTRACTOR,identified clearly astomaterial,manufacturer,anypertinentcatalognumbersandtheuseforwhichintended. 6.24 At the time ofeachsubmission,the CONTRACTOR shallnotify the CONSULTANT,inwriting,ofany deviations between theShopDrawingsorsamplesandtherequirementsofthe Contract Documents. 6.25The CONSULTANT shall reviewwithresponsible promptness Shop Drawings andSamples,buthis review shall beonlyforconformancewiththe design conceptoftheProjectandforcompliancewiththe informationgivenintheContractDocuments.Thereviewofaseparateitemassuchwillnot indicate reviewoftheassemblyinwhichtheitems functions.The CONTRACTOR shall makeanycorrections requiredbythe CONSULTANT and shall returntherequirednumberofcorrectedcopiesofShop Drawings andresubmitnewsamplesuntilthereviewis satisfactory tothe CONSULTANT.The CONTRACTOR shall notifythe CONSULTANT,inwriting,ofanypriorShopDrawingorrevisionsto Thomas F.Pepe 12/10/2015 62 ShopDrawings that areinconflictwitheachsubmission or re-submission.The CONTRACTOR'S stamp ofapprovalonanyShopDrawings or sampleshall constitute representation totheCITYandthe CONSULTANT that the CONTRACTOR has either determined and/or verifiedallquantities,dimension, field construction criteria,materials,catalognumbersand similar dataortheyassume full responsibility fordoingso,andthattheyhavereviewedor coordinated eachShopDrawingorsamplewiththe requirements of the Work and the Contract Documents. 6.26No Work requiringasubmittalofaShopDrawingorsample shall becommenceduntilthesubmissionhas beenreviewedandapprovedinwritingbytheCONSULTANT.AcopyofeachShopDrawingandeach approvedsampleshallbekeptingood order,inabookorbinder,inchronological order or insuch other order required bythe CONSULTANT inwriting,bythe CONTRACTOR atthesiteandshallbeavailable to the CONSULTANT. 6.27The CONSULTANT'S reviewofShop Drawings orsamples shall notrelievetheCONTRACTORfrom hisresponsibilityforanydeviationsfromthe requirements ofthe Contract Documents unlessthe CONTRACTORhasinformedthe CONSULTANT,in writing,toeach deviation atthetimeof submission andthe CONSULTANT has given written approval tothe specific deviation,nor shall any reviewby the CONSULTANTrelievethe CONTRACTOR fromresponsibilityfor errors oromissionsin the Shop Drawings or samples. 6.27A TheCONTRACTOR shall be liable totheOWNERforany additional costordelaythatis caused byits failure tonotifythe CONSULTANT ofanyofsaid deviations or conflicts betweenShop Drawings ordue to errors in the ShopDrawings or samples. CleaningUp: 6.28TheCONTRACTOR shall cleanup behind theWorkas much asis reasonably possible astheWork progresses.UponcompletionoftheWork,andbeforeacceptanceof final paymentfortheProjectbythe OWNER,the CONTRACTOR shall remove all hissurplusanddiscardedmaterials,excavatedmaterial andrubbishaswellas all other materialandequipmentthatdoesnotformapartoftheWork,fromthe property,roadways,sidewalks,parkingareas,lawnand all adjacent property.Inaddition,the CONTRACTOR shall clean hisportionofWork involved inany building underthisContract,sothatno further cleaning bytheOWNERis necessary priortoits occupancy andhe shall restore all property,both public andprivate,which hasbeendisturbedor damaged duringtheprosecutionofthe Work soasto leavethewhole Work and Work Siteinaneatandpresentablecondition. 6.29 If the CONTRACTOR doesnot clean theWorksite,the CITY may clean theWorkSiteofthe materials referred toinparagraph6.28andchargethecosttotheCONTRACTOR. Public Convenience and Safety: 6.30 The CONTRACTOR shall,at all times,conduct the Work insucha manner as to insure the least practicable obstruction to public travel.The convenience ofthe general public andofthe residents along and adjacenttotheareaof Work shall be provided forina satisfactory manner,consistentwiththe operationand local conditions."Street Closed"signs shall be placed immediately adjacenttotheWork,in aconspicuousposition,atsuchlocationsas traffic demands.Atanytimethat streets arerequiredtobe closed,the CONTRACTOR shall notify law enforcement agencies and in particular,the City of South Miami Police Department,beforethestreetis closed and again assoonasitisopened.Access to fire hydrantsand other fire extinguishing equipment shall be provided and maintained at all times. SanitaryProvisions: 6.31 The CONTRACTOR shall provide on-site office,and necessary toilet facilities,secluded from public observation,for use of all personnel ontheWork Site,whether ornot in his employ.They shall bekept ina clean and sanitary condition and shall comply withtherequirementsand regulations ofthe Public Authorities having jurisdiction.They shall commit no public nuisance.Temporary field office and sanitary facilities shall be removed upon completion oftheWorkandthe premises shall beleft clean. Indemnification: 6.32Contractor shall comply withthe indemnification requirements setforthinthe RFP andin EXHIBIT 2 of the Supplementary Conditions (Insurance and indemnification requirements). 6.33 In theeventthat any action or proceeding is brought against OWNER or CONSULTANT by reason of anysuchclaimordemand,CONTRACTOR,uponwrittennoticefrom CITY shall defendsuchactionor proceeding by counsel satisfactory to CITY.The indemnification provided above shall obligate CONTRACTOR to defend at its own expense orto provide for such defense,at CITY'S option,any and Thomas F.Pepe 12/10/2015 63 all claims of liability and all suits and aaionsofevery name and description thatmaybe brought against OWNERorCONSULTANT,excluding onlythose claims that allege thatthe injuries aroseoutof the solenegligence of OWNER or CONSULTANT. 6.34.The obligations of the CONTRACTOR under paragraph 6.33 shall notextendtothe liability ofthe CONSULTANT,its agents or employees arising outof (a)the preparation or approval of maps,drawings, opinions,reports,surveys,ChangeOrders,designs or specifications or(b)the giving oforthe failure to give directions or instructions bytheCONSULTANT,itsagentsoremployeesprovidedsuchactor omissionistheprimarycauseofinjuryor damage.- 6.34AAllofthe forgoing indemnification provisions shall survive thetermoftheContracttowhichthese General Conditions area part.Indemnification shall notexceedanamount equal tothetotal value of all insurance coveragerequiredbySection 5.1 ofthis document Indemnification islimitedto damages caused inwholeorinpartbyanyact,omission,ordefaultofthe Contractor,the Contractor's subcontractors, sub-subcontractors,materialmen,or agents of any tierortheir respective employeestotheextent caused bythe negligence,recklessness,or intentional wrongful misconductofthe indemnifying party and persons employedorutilizedbythe indemnifying partyintheperformanceoftheconstruction contraa. Responsibilityfor Conneaion toExisting Work: 6.35 It shall bethe responsibility oftheCONTRACTORtoconnectits Work to each partoftheexisting Work,existing building orstructureor Work previously installed as required bythe Drawings and Specifications toprovidea complete installation. 6.36 Excavations,grading,fill,storm drainage,paving and any otherconstruaionor installations in rights-of- waysofstreets,highways,public carrier lines,utility lines,either aerial,surface or subsurface,etc.,shall be donein accordance withrequirementsofthe special conditions.The OWNER willberesponsiblefor obtaining all permitsnecessaryforthe Work described inthis paragraph 6.36.Uponcompletionofthe Work,CONTRACTOR shall presenttoCONSULTANT certificates,in triplicate,fromtheproper authorities,statingthatthe Work hasbeendoneinaccordancewiththeirrequirements. 6.36.1 TheCITY will cooperatewiththe CONTRACTOR inobtainingactionfromanyutilitiesor public authoritiesinvolvedin the aboverequirements. 6.36.2The CONSULTANT shall be responsible for obtaining elevationsofcurbsandgutters,pavement, storm drainage struaures,and other itemswhich must beestablishedbygovernmental departmentsassoonas grading operationsare begun onthesite and,inanycase,sufficiently early inthe construction periodtopreventanyadverse effect ontheProject. Cooperation with Governmental Departments.Public Utilities.Etc.: 6.37The CONTRACTOR shall beresponsibleformaking all necessaryarrangementswithgovernmental departments,public utilities,public carriers,servicecompaniesandcorporations(hereinafterreferredto as"thirdparties")owningorcontrollingroadways,railways,water,sewer,gas,elearicalconduits, telephone,andtelegraph facilities suchaspavements,tracks,piping,wires,cables,conduits,poles,guys, etc.,includingincidental structures connerted therewith,that are encountered in the Work in order that suchitemsareproperlyshored,supportedand proteaed,thattheirlocationisidentifiedandtoobtain authority from these thirdpartiesforrelocationif the CONTRACTOR desires to relocatetheitem.The CONTRACTOR shall give all propernotices,shall complywith all requirementsofsuchthirdpartiesin theperformanceofhis Work,shall permitentranceofsuchthirdpartiesontheProjectinorderthatthey mayperformtheirnecessary work,and shall pay all chargesandfeesmadebysuchthirdpartiesfortheir work. 6.37.1 The CONTRACTOR'S attentionis called tothefactthat there maybedelaysontheProjectdue to work tobedonebygovernmentaldepartments,publicutilities,and others inrepairing or movingpoles,conduits,etc.The CONTRACTOR shall cooperate with the abovepartiesin every waypossible,so that the construction canbe completed in the leastpossibletime. 6.37.2 The CONTRACTOR shall have made itself familiar with all codes,laws,ordinances,and regulationswhichinanymanneraffect those engagedor employed in the Work,ormaterialsand equipment usein or upon the Work,orinanyway affect the condua of the Work,andnoplea of misunderstanding willbe considered on account ofdamageordelaycausedbyhisignorance thereof. Use Premises: 6.38 CONTRACTOR shall confineits apparatus,storageof materials,andoperations of its workmen tothe limitsindicatedbylaw,ordinances,permitsanddirectionsof CONSULTANT andCITY,and shall not unnecessarily encumber anypartofthesiteoranyareasoffsite. Thomas F.Pepe 12/10/2015 64 6.38.1 CONTRACTOR shallnotoverload or permitany part ofany structure tobeloadedwithsuch weightaswillendangeritssafety,nor shall itsubjectanyworkto stresses orpressures that will endanger it. 6.38.2CONTRACTOR shall enforcetherulesandregulationpromulgatedbytheCONSULTANTand OWNERaswellastheir instruaions withregardto signs,advertisements,firesandsmoking. 6.38.3CONTRACTOR shall arrangeandcooperatewith CITY inroutingandparkingofautomobilesof itsemployees,subcontractors and other personnel,aswellasthatofthematerialdeliverytrucks and other vehicles that come to the Project site. 6.38.4TheCitywilldesignate specific areasonthesiteforstorage,parking,etc.andthejobsiteshallbe fencedto protea the jobsiteand the generalpublic. 6.38.5The CONTRACTOR shallfurnish,installandmaintain adequate construaion officefacilitiesforall workers employedbyitorbyits Subcontractors.Temporaryofficesshallbeprovidedand located where directedandapprovedbytheCONSULTANT.All such facilities shallbefurnished in stria accordance withexistinggoverningregulations.Field officesshallinclude telephone facilities. Protection ofExisting Property Improvements: 6.38Anyexistingsurface or subsurface improvements,suchaspavements,curbs,sidewalks,pipes or utilities, footings,or struaures (including portions thereof),trees andshrubbery,not indicatedontheDrawings or notedintheSpecificationsasbeingremoved or altered shallbe proteaed fromdamageduring construction of the Project.Anysuch improvements damagedduring construction ofthe Project shall be restored at the expense ofthe CONTRACTOR toaconditionequal to that existingat the timeof award of Contract. ARTICLE 7-WORK BY OTHERS. 7.1 TheCITYmay perform additional Work relatedtothe Project ormaylet other direct contracts therefor which shall contain General Conditions similar to these.The CONTRACTOR shall afford the other contractors who are partiestosuch direct contracts (ortheOWNER,ifitisperformingtheadditional Work itself),reasonable opportunity for the introduaion and storage of materials and equipment and the execution of Work,andshall properly connect and coordinate its Work with theirs. 7.2Ifanypartofthe CONTRACTOR'S Work dependsupon proper execution or resultsofthe Work ofany other contraaor or the OWNER,the CONTRACTOR shallpromptly report totheCONSULTANTin writinganydefects or deficienciesinsuch Work that render itunsuitablefor the CONTRACTOR'S Work. 7.3The CONTRACTOR shalldoallcutting,fittingandpatchingofthe Work that maybe required to make itsseveralparts come together properly andfittoreceive or bereceivedbysuch other Work.The CONTRACTOR shall not endanger any Work of others bycutting,excavating or otherwise altering their Work andshallonly cut or alter their Work withthe written consent of the CONSULTANT andof the other contraaor whose work will be affected. 7.4If the performance ofadditional Work by other contractors or theOWNERisnotnotedinthe Contraa Documents prior to the execution of the Contract,written notice thereof shallbegivento the CONTRACTOR prior tostartinganysuchadditional Work.Ifthe CONTRACTOR believes that the performance ofsuchadditional Work bytheOWNER or others will cause the CONTRACTOR additional expense or entitles himtoan extension ofthe Contraa Time,hemaymakeaclaim therefore as provided in Articles I I and 12. 7.5 Where praaicable,the CONTRACTOR shallbuild around the work of other separate contraaors or shallleavechases,slots andholesas required toreceiveandtoconcealwithin the general construaion Work the work ofsuch other separate contractors as directed by them.Where suchchases,slots,etc., areimpracticable,the Work shall require specificapprovalofthe CONSULTANT. 7.6 Necessary chases,slots,andholes not built or leftby the CONTRACTOR shallbecutby the separate contractor requiringsuch alterations after approvalof the CONTRACTOR.The CONTRACTOR shall doallpatchingandfinishingofthe work of other contractors where itis cut bythemandsuchpatching andfinishingshallbeat the expense of CONTRACTOR 7.7 Cooperation is required in the useofsitefacilitiesandin the detailed execution of the Work.Each contractor shall coordinate their operation with those ofthe other Contraaors for the best interest of the Work in order to prevent delayin the execution thereof. 7.8Eachofseveral contraaors working on the Project Site shall keep themselves informed of the progress of the work of other contractors.Shouldlackofprogress or defective workmanship onthe part of other Thomas F.Pepe 12/10/2015 65 contraaors interferewiththe CONTRACTOR'S operations,the CONTRACTOR shall notify the CONSULTANTimmediatelyandinwriting.Lack ofsuchnoticetotheCONSULTANTshallbe construedas acceptance bythe CONTRACTOR ofthestatusoftheworkofothercontractorsas being satisfaaory for proper coordination ofCONTRACTOR'Sown Work. 7.9ThecostofextraWork resulting from lack of notice,untimely notice,failure to respond to notice, Defective Work or lack of coordination shallbe the CONTRACTOR'S cost. 7.10 The CITY reserves the right in theeventthe CONTRACTOR cannot provide an item(s)or service(s)in a timely mannerasrequested,toobtainthegoodand/or services from other sourcesand deducting the costfromthe Contraa Price without violating theintentofthe Contraa. ARTICLE 8-CITY'S RESPONSIBILITIES. 8.1 The CITY will issue all communications tothe CONTRACTOR throughthe CONSULTANT. 8.2 In cases of termination of employment ofthe CONSULTANT,the CITY will appoint a CONSULTANT whose status under the Contract Documents shall be that of the former CONSULTANT. 8.3The CITY shall promptly furnish thedatarequiredofthemunderthe Contraa Documents. 8.4The CITY'S dutiesinrespectto providing lands andeasementsaresetforthin Paragraphs 4.1 and4.2. 8.5The CITY shall have therighttotake possession ofanduseanycompletedor partially completed portionsoftheWork,notwithstanding the faa thatthetimefor completing theentire Work orany portion thereof maynothaveexpired;butsuchtakingpossessionanduseshallnotbedeemedan acceptance ofany Work not completed inaccordancewiththe Contract Documents. ARTICLE 9-CONSULTANTS'STATUS DURING CONSTRUCTION. City's Representative: 9.1 The CONSULTANT shall bethe CITY'S representative during theconstruction period.Thedutiesand responsibilities andthe limitations ofauthorityofthe CONSULTANT asthe CITY'S representative during construaion are set forthinArticles I through 16 of these General Conditions and shall notbe extended without written consent of the CITY and the CONSULTANT. 9.1.1 The CONSULTANT'S decision,inmattersrelatingtoaesthetics,shallbe final,ifwithinthe terms of the Contract Documents. 9.1.2 Exceptas may beotherwise provided inthis contract all claims,counterclaims,disputesandother matters inquestion between theCITYandtheCONSULTANTarising out of or relating to this Contraa orthebreachthereof,shall bedecidedina court of competent jurisdiaionwithinthe State of Florida. Visits to Site: 9.2The CONSULTANT shall provideaninspectortomakeperiodic visits tothesiteateachphaseof construaion to observe the progress andqualityof the executed Work andto determine if the Work is proceedinginaccordancewiththeContract Documents.His efforts shall bedirectedtoward providing assurancefortheOWNERand all applicable regulatoryagenciesthatconstructionisincompliancewith theConstructionDocumentsand applicable laws,rulesandregulations.Onthe basis of these onsite- observationsasanexperiencedand qualified design professional,he shall keepthe CITY informedofthe progressofthe Work and shall guardtheOWNERagainstdefectsand deficiencies inthe Work of CONTRACTOR. Clarificationsand Interpretations: 9.3The CONSULTANT shall issue,withreasonablepromptness,suchwritten clarifications or interpretations ofthe Contract Documents(intheformof Drawings orotherwise)asitmaydeterminenecessary,which. shallbe consistent with,or reasonablyinferablefrom,theoverall intent ofthe Contraa Documents.If the CONTRACTOR seeks an increase in the Contract Price or extension of Contraa Time based on a written clarification and/or interpretation,it shall berequiredtosubmitatimely claim asprovidedin Articles 11 and 12. Measurement of Quantities: 9.4 All Work completedunderthe Contract shall bemeasuredbythe CONSULTANT accordingtothe UnitedStatesStandard Measures.All linearsurfacemeasurements shall bemade horizontally or vertically as required by the item measured. Rejecting Defective Work: Thomas F.Pepe 12/10/2015 66 9.5The CONSULTANT shall haveauthoritytodisapproveorreject Work that is "Defective Work"as definedin Article I.It shall alsohaveauthoritytorequire special inspection or testing of the Work including Work fabricatedon or off site,installedor completed as provided.Inthe event that the CONSULTANT requires testing of completed Work,the cost ofsuch inspeaions and/or testing shallbe approved in writing by the CITY.All consequential cost ofsuch inspections and testing,including but not limitedto the cost oftestingandinspection,the cost of repairing any of the Work,or the work of others, the cost to move furnitureand equipment and/or the cost to provide alternative facilitiesuntil the repair work canbe completed,shall paidbythe CONTRACTOR if the Work isfoundtobe Defective Work. ShopDrawings.Change Orders andPayments: 9.6In connection with the CONSULTANT responsibilityastoShopDrawingsandsamples,see paragraphs 6.25 through 6.28,inclusive. 9.7 In connection with the CONSULTANT'S responsibility forChange Orders see Articles 10,II,and 12. 9.8 In connection with the CONSULTANT responsibilities with respect to the Application forPayment,etc., see Article 14. Decisions on Disagreements: 9.10 The CONSULTANT shall be the initial interpreter of the Construaion Documents. Limitationson Consultant's Responsibilities: 9.11 The CONSULTANT will not beresponsiblefor the construction means,methods,techniques,sequences or procedures,or the safetyprecautionsandprogramsincident thereto. 9.12 The CONSULTANT will not beresponsiblefortheactsoromissionsof the CONTRACTOR,orany Subcontractors,oranyof their agent,servantsor employees,orany other person performing anyof the Work under or through them. ARTICLE 10 -CHANGES IN THE WORK. 10.1 Without invalidating the Contraa,theCITYmay,atanytimeorfromtimetotime,order additions, deletionsorrevisionsinorto the Work which shall onlybe authorized bya written Change Orders.Upon receipt ofaChange Order,the CONTRACTOR shallproceedwith the Work involved.Allsuch Work shall be performed under the applicable conditions ofthe Contraa Documents.Ifany authorized written Change Order causesanincreaseordecreasein the Contraa Price oran extension orshorteningoftheContractTime,anequitableadjustmentwillbemadeas providedinArticle I I orArticle 12.AwrittenChange Order signedbytheCITYandthe CONTRACTOR indicatestheiragreementtothetermsoftheChangeOrder.AllChange Orders shall becertifiedbythe CONSULTANT astotheappropriatenessandvalueofthechangeinthe Work aswell astoanychangein the time to complete the Work under the circumstances.Thefailure to includea timeextensionintheChange Order orintherequestforachange order shall resultinawaiverofany extension of time duetothechangeinthe work as refleaed intheChangeOrder. 10.2 The CONSULTANT mayauthorizeminor changes oralterationsinthe Work notinvolvingextracost and not inconsistent with the overall intent of the Contract Documents without the need for a formal writtenChange Order providedthe CONTRACTOR doesnot request additional time or additional compensation.These maybeaccomplishedbya written Field Order.If the CONTRACTOR believes thatanychangeoralterationauthorizedbythe CONSULTANT'S Field Order wouldentitlesthe CONTRACTOR to an increase in the Contraa Price or extension of Contraa Time,it must submit a writtennoticeof intent todemandaChange Order within twenty-four (24)hoursoftheissuanceofthe Field Orderandsubmitawritten proposal for Change Orderwithinfour(4)days thereafter,otherwise the CONTRACTOR shall be deemed to have waived such claim. 10.3 Additional Work performedbytheCONTRACTORwithout authorization ofawritten Change Order shall notentitleittoan increase intheContraa Price oranextensionofthe Contraa Time,exceptin thecaseofanemergencyasprovidedin paragraph 6.22and except asprovidedin paragraph 10.2. 10.4 TheCITY will execute appropriate Change Orders prepared bytheCONSULTANTcovering changes in theWork,tobeperformedasprovidedin paragraph 4.4,and Work performedinanemergencyas providedin paragraph 6.22andanyother claim ofthe CONTRACTOR fora change inthe Contraa Time orthe Contraa Pricewhichisapprovedbythe CONSULTANT. 10.5 ItistheCONTRACTOR'S responsibility to notify itsSuretyof any changes affecting the general Scope of the Work or change inthe Contraa Price or Contraa Time and theamountofthe applicable bonds shall beadjusted accordingly.The CONTRACTOR shall furnish proofofsuchanadjustmenttotheCITY Thomas F.Pepe 12/10/2015 67 beforecommencementoftheChange Order Work.The Work shall bestopped until the CONTRACTORprovidessuchproofofadjustmentinthe Bond amountandanysuch delay shall be charged to the CONTRACTOR. ARTICLE 11 -CHANGE OF CONTRACT PRICE. 11.1 TheContract Price constitutes thetotal compensation payable tothe CONTRACTOR for Performing theWork.All duties,responsibilities and obligations assigned toor undertaken bythe CONTRACTOR shallbeatits expense without changingthe Contract Price. 11.2 The CITY may,atanytime,withoutwrittennoticetothesureties,bywritten order designated or indicated tobeaChange Order,makeanychangeinthe Work withinthegeneralscopeofthe Contraa, including butnotlimitedtochangestoorin: 11.2.1 Specifications (including drawings and designs); 11.2.2 Method or mannerofperformanceoftheWork. 11.2.3 CITY-furnished facilities,equipment,materials,services,orsite;or 11.2.4 Accelerationintheperformanceofthe Work. 11.3 Except as provided inthis section,or sections referred tointhis section,no order,statement,or conduct ofthe CITY shall betreatedasaChange Order orentitletheCONTRACTORtoanequitable adjustmentunlessanduntilthechangeinthe Work is specifically andexpresslyprovidedforina written Change Order,or as otherwise providedin another sectionof the Contract Documents. 11.4 WhenaChange Order isissuedbythe CONSULTANT and signed bythe CITY or issuedbytheCITYin writing,the CONTRACTOR shallperformthe Work evenif the CONTRACTOR doesnotagreewith thedollaramountoftheChange Order.IfanyChange Order causesanincrease or decreasein the CONTRACTOR'Scostof,orthetimerequiredfor,theperformanceofanypartof the Work underthis Contract,forwhichthe CITY andtheCONTRACTORcannotreachatimelyagreement,anequitable adjustmentbasedonthe cost ofthe Work shall bemadeandthe Contract modified accordingly. 11.5 IftheCONTRACTORintendstoasserta claim foranequitableadjustmentor contest theequitable adjustment madebytheCONSULTANT,itshall,withinten (10)calendardaysafter receipt ofa written Change Order,submittothe CITY andCONSULTANTa written notice including a statement setting forth the general nature and monetary extent ofsuchclaimforequitableadjustment,time extension requested and supporting data.In determining thecostoftheChange Order,the costs shallbelimited to those listed in section 11.7 and 11.8. 11.6 Noclaimby the CONTRACTOR foranequitable adjustment hereunder shallbeallowedifnot submitted in accordance withthissection or if asserted after final paymentunderthis Contract. 11.7 Thevalueofany Work covered byaChange Order or ofanyclaimforan increase or decrease in the Contract Priceshallbe determined inoneofthe following ways: 11.7.1 By negotiated lumpsum. 11.7.2 Onthebasisofthereasonablecostand savings thatresultsfromthechangeinthe Work plusa mutually agreed uponfee to the CONTRACTOR to cover overhead and profit not to exceed 15%.If the CONTRACTOR disagreeswith the CONSULTANTS determination of reasonable costs,the CONTRACT shallprovidealistofall costs together withbackup documentation 11.8 The term cost of the Work meansthesumofall direa extra costs necessarily incurred andpaidby the CONTRACTOR inthe proper performanceoftheChange Order.Exceptas otherwise maybeagreed to in writing byCITY,such costs shallbeinamountsnohigherthan those prevailinginMiami-Dade County andshallincludeonly the followingitems: 11.8.1 Payrollcostsforemployeesinthe direa employof CONTRACTOR in the performance ofthe Work described in the Change Order under schedules ofjobclassifications agreed uponbyCITY and CONTRACTOR.Payrollcostsforemployees not employed full time onthe Work shallbe apportioned onthebasisof their time spent onthe Work.Payrollcostsshallbelimitedto: salariesandwages,plusthe costs offringebenefitswhichshallincludesocialsecurity contributions,unemployment,exciseandpayroll taxes,workers'compensation,healthand retirement benefits,sickleave,vacationandholidaypayapplicable thereto.Suchemployeesshall include superintendents andforemenatthesite.The expenses ofperforming Work afterregular workinghours,onSundayor legal holidays shall beincludedintheaboveonlyifauthorizedby CITYandprovideditwasnotinanyway,whether inwholeorinparttheresultofthefaultofthe CONTRACTOR due to negligenceofthe CONTRACTOR or those aaing by or through him or due in whole or in part to Defective Work of the CONTRACTOR. 11.8.2 Cost ofall materials and equipment furnishedand incorporated in the Work,including costs of transportation and storage,and manufaaurers'field services required in connection Thomas F.Pepe 12/10/2015 68 therewith.The CONTRACTOR shall notifytheCITYof all cash discountsthatare available and offertheCITY the opportunity todepositfundswiththe CONTRACTOR forthe payment for items that offer a discount.Cash discounts shall accrue to CONTRACTOR unless the CONTRACTOR fails totimelynotifytheCITYof the discountsorif the OWNER deposits funds with CONTRACTOR withwhichtomakepaymentsinwhichcases the cashdiscountsshall accrue to the OWNER.All trade discounts,rebates and refunds,and all returns from sale of surplusmaterialsand equipment shallaccrueto OWNER,and CONTRACTOR shall make provisions so that they maybe obtained. 11.8.3 Paymentsmadeby CONTRACTOR totheSubcontractorsfor Work performed by Subcontractors.IfrequiredbyCITY,CONTRACTOR shall obtain competitive bidsfrom Subcontractors acceptabletohimand shall deliversuchbidstoCITY who willthen determine, with the advice of the CONSULTANT,whichBidswillbe accepted.No subcontraa shallbea cost plus contract unlessapprovedinwritingby the CITY.Ifa Subcontract provides that the Subcontraaor istobe paid onthebasisofCostof Work plusafee,the cost ofthe Work shall be determined in accordance this section 11.8 and in such case the word "Subcontractor"shall be substituted for the word "CONTRACTOR". 11.8.4 Rentalsof all construction equipment andmachinery,except hand tools,andtheparts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approvedby CITY withtheadviceof CONSULTANT,andthecosts of transportation,loading, unloading,installation,dismantlingandremoval thereof -all inaccordancewith terms ofsaid rental agreements.Therentalofanysuch equipment,machineryorpartsshallcease when the use thereof isnolongernecessaryfor the Work. I 1.8.5 Sales,useorsimilartaxesrelatedto the Work,andforwhich CONTRACTOR is liable,imposed byany governmental authority. I 1.8.6 Paymentsandfeesforpermitsandlicenses.Costs for permits andlicenses must be shown asa separate item. 11.8.7 The cost of utilities,fuelandsanitary facilities at the site. 11.8.8 Minor expenses suchastelegrams,longdistance telephone calls,telephone serviceat the site, expressage andsimilar petty cash items in connection with the Work. I 1.8.9 Cost of premiums foradditionalBondsandinsurancerequiredsolelybecauseofchangesin the Work,not to exceed two percent (2%)of the increasein the Cost of the Work. I 1.9 The term Cost ofthe Work shall NOT includeanyofthe following: I 1.9.1 Payroll costsand other compensation of CONTRACTOR'S officers,executives,principals (of partnershipandsole proprietorships),generalmanagers,engineers,architects,estimators,lawyers, agents,expediters,timekeepers,clerksand other personnel employed by CONTRACTOR whether at the siteorinits principal orabranchofficeforgeneral administration of the Work and not specificallyincludedin the schedule referred to inSubparagraph 11.5. 11.9.2 Expensesof CONTRACTOR'S principal andbranchoffices other thanitsofficeat the site. 11.9.3 Anypartof CONTRACTOR'S capital expenses,including interest on CONTRACTOR'S capital employed for the Work andchargesagainst CONTRACTOR for delinquent payments. 11.9.4 Cost of premiums for all bondsandfor all insurancepolicies whether or not CONTRACTOR is requiredby the Contract Documents topurchaseandmaintainthesame (except as otherwise provided inSubparagraph 11.8.9). 11.9.5 Costs dueto the negligenceof CONTRACTOR,any Subcontraaor,oranyonedirectlyor indirectly employed byanyof them orfor whose aas anyof them maybe liable,includingbutnot limitedto,thecorrectionofdefectivework,disposal ofmaterialsor equipment wronglysupplied andmakinggoodanydamageto property. 11.9.6 Other overheador general expensecostsofanykindandthecostsofanyitemnot specifically and expressly includedin Paragraph 11.8. 11.10 The CONTRACTOR'S feewhich shall beallowedto CONTRACTOR foritsoverheadandprofit shall be determined as follows: I 1.10.1 Amutuallyacceptablefirmfixedprice;orif none canbeagreedupon. 11.10.2 Amutuallyacceptablefixedpercentage(notto exceed 15%). 11.11 Theamountofcredit to beallowedby CONTRACTOR to OWNER foranysuchchangewhichresultsin a net decrease in cost will be the amount of the actual net decrease in costs calculated in the same mannerasprovidedin I 1.8.When bothadditionsandcreditsareinvolvedinanyonechange,the net shall be computed toincludeoverheadandprofit,identifiedseparately,forbothadditionsandcredit, Thomas F.Pepe 12/10/2015 69 provided however,the CONTRACTOR shall notbe entitled to claim lost profits for any Worknot performed. ARTICLE 12 -TIME FOR COMPLETION.LIQUIDATED DAMAGES AND CHANGE OF THE CONTRACT TIME. 12.1 Time is ofthe essence tothis contraa and thedateof beginning and thetimefor completion oftheWork are essential conditions ofthe Contraa.Therefore,theWork shall becommencedonthedate specified intheNoticetoProceed and completed within thetime specified for completion ofthework. 12.2 The CONTRACTOR shall proceed withtheWorkat such rateof progress toensure full completion within the Contraa Time.Itis expressly understoodand agreed,byandbetweenthe CONTRACTOR andthe OWNER,thattheContractTimeforthe completion ofthe Work describedhereinisa reasonabletime,takingintoconsiderationthe average climatic andeconomicconditionsand other faaors prevailing inthe locality oftheWork.Noextensionoftime shall begranteddue conditions thatthe Contractor knew ofor should have known ofbefore bidding ontheprojectordueto inclement weather, except as provided in section 12.7. 12.3 IftheCONTRACTOR shall fail tocompletetheWorkwithinthe Contraa Time,orextensionoftime grantedbythe CITY,thenthe CONTRACTOR shall pay totheOWNERtheamountof liquidated damages as specified inthe Contraa Documents foreach calendar day afterthe scheduled datefor completion as adjustedbywrittenChangeOrdersthatextendedthecompletiondate. 12.3.1 Theseamountsarenot penalties butare liquidated damages incurred bythe OWNER forits inability toobtain full useoftheProject Liquidated damages arehereby fixed andagreedupon betweenthe parties,recognizing the impossibility of precisely ascertaining theamountof damages that will be sustained asaconsequenceofsuch delay,andbothparties desiring toobviateany question or disputeconcerningtheamountofsaiddamagesand the cost andeffectof the failure ofCONTRACTORtocompletetheContractontime.Theabove-stated liquidated damages shall apply separatelytoeachphaseoftheProjectfor which atimeforcompletionis given. 12.3.2 CITY isauthorizedto dedua the liquidated damages frommoniesduetoCONTRACTORforthe Work under this Contract. 12.4 TheContractTime may only be changed byawritten Change Order.Any claim foranextensioninthe CONTRACT TIMEshall be based on written notice delivered to the CITY and CONSULTANT within five (5)business daysoftheoccurrenceoftheevent giving risetothe claim andstatingthegeneralnature ofthe claim including supportingdata.All claims foradjustmentinthe Contraa Time shall beevaluated andrecommendedbythe CONSULTANT,with final approval bythe CITY'S representative.Anychange inthe Contract Timeresultingfromanysuch claim shall beincorporatedinawrittenChange Order. 12.5 All time limits stated in the Contraa Documents are of the essence of the Contraa. 12.6 No claim fordelay shall be allowed becauseof failure to furnish Drawings beforetheexpirationof fourteen (14)calendar days afterdemandhasbeenmadeinwritingtothe CONSULTANT forsuch Drawings.Furthermore,there shall benomonetarycompensationforsuchdelayandthe CONTRACTOR'Ssoleremedy shall beanextensionoftimefortheperiodof delay. 12.7 Extensionstothe Contraa Timefordelayscausedby the effectsofinclement weather shallnotbe granted unlessthe weather wasunusualforSouthFloridaandcould not havebeenanticipated,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 construaion schedule. 12.8 NoDamagesforDelay:TheCONTRACTORagrees that he shall nothaveany claim fordamagesdueto delayunless the delayexceeds6months,whether individually or cumulatively,andthen the damagesshall belimited to increased cost ofmaterials that wereunanticipatedand that wouldnothavebeenincurred butforthedelay.Other thanas set forthabove,theonlyremedyforanydelay shall belimitedtoan extensionoftimeasprovidedforinSection 12.4whichshallbethesoleandexclusiveremedyforsuch resulting delay.Other thanas set forth above,CONTRACTOR shall not be entitled to an increase in the Contraa Price or payment or compensation ofanykindfrom OWNER fordirect,indirect,consequential, impaa or other costs,expenses or damages,includingbutnotlimitedto,costs of acceleration or inefficiency,overhead or lostprofits,arisingbecauseofdelay,disruption,interference or hindrancefrom anycause whatsoever,whether suchdelay,disruption,interference or hindrance be reasonable or unreasonable,foreseeable or unforeseeable,or avoidable or unavoidable. 12.9 The CONTRACTOR waives all claimsthatare not presented totheCityinwritingon or before the 21 st dayfollowing the date ofthe event uponwhichtheclaimisbased. 12.10 Dispute Resolution:If anydispute concerning aquestionof faa arises under the Contract,other than termination fordefault or convenience,the CONTRACTOR andthecity department responsible forthe Thomas F.Pepe 12/10/2015 70 administration of the Contract shallmakeagoodfaithefforttoresolvethedispute.If the dispute cannot beresolvedby agreement,then the department withtheadviceoftheCity Attorney andthe CONSULTANTshallruleonthedisputedissueandsendawrittencopyofitsdecisionto the CONTRACTOR.CONTRACTOR shallcomplywithsuchdecisionandshall not delay the project. ARTICLE 13 -GUARANTEE. 13.1 The CONTRACTOR shall guarantee andunconditionally warrant through either the manufacturer or the CONTRACTOR directly,allmaterialsandequipmentfurnishedand Work performed for patent Defective Work foraperiodof one (I)yearfromthedateofFinal Acceptance asindicatedin the CONSULTANT Letter of Recommendation ofAcceptance,ifissued,the Certificate ofOccupancy,if issued,or theCertificateof Completion,ifissuedbytheCity,whichever isapplicableandifmorethan oneisapplicable,the one that isissuedlast,for patent Defective Work,.Thesame guarantee and unconditional warranty shall be extended for three (3)yearsfromthedateof Final Acceptanceas indicatedin the CONSULTANT Letter of Recommendation of Acceptance,ifissued,the Certificate of Occupancy,ifissued,or the Certificate of Completion,ifissuedby the City,whichever isapplicableandif morethanoneis applicable,theonethatisissuedlast,forlatentDefective Work.TheCITY will give notice of observed defectswith reasonable promptness.In the event that the CONTRACTOR should fail to commence to correa such Defective Work withinten (10)calendar days after having received written notice of the defect,or should the CONTRACTOR commence the corrective work,but fail to prosecute the correaive work continuously anddiligentlyandin accordance withthe Contraa Documents, applicablelaw,rulesandregulations,theCITYmaydeclareaneventof default,terminate the Contraa in whole or in part andcause the Defective Work tobe removed or corrected andto complete the Work at the CONTRACTOR'Sexpense,andtheCITYshallcharge the CONTRACTOR the cost thereby incurred.The Performance Bondshallremaininfull force andeffect through the guarantee period. 13.2 The specific warranty periods listedinthe Contract Documents,if different from the period oftimelisted in Section 13.1,shall take precedence over Section 13.1. 13.3 CONTRACTOR shallactas agent onalimitedbasisfor the OWNER,at the CITY's option,solelyfor the follow-up concerning warranty complianceforallitemsunder manufaaurer's Warranty/Guarantee andfor the purpose ofcompletingallformsfor Warranty/Guarantee coverage under this Contract. 13.4 Incaseof default by the CONTRACTOR,theCityofSouth Miami may procure the articles or services from other sources andhold the CONTRACTOR responsible forany excess costs occasioned or incurred thereby. 13.5 The CITYmay withhold acceptance of,or reject itemswhicharefoundupon examination,not to meet the specification requirements.Upon written notificationof rejection,items shallbe removed withinfive (5)businessdaysby the CONTRACTOR athisown expense and redelivered athis expense.Rejeaed goods left longer than thirty (30)calendar daysshallbe regarded as abandoned and the Cityshallhave the rightto dispose of them asitsown property andthe CONTRACTOR thereby waivesanyclaimtothe goodor to compensation ofanykind.Rejectionfor Non-Conforming Work or failure to meet delivery schedulesmay result inthe Contraa beingfoundindefault. ARTICLE 14 •PAYMENTS AND COMPLETION. Payments to Contraaor 14.1 The Contractor shallnotbe entitled toanymoneyforany work performed beforetheissuanceofa Notice to Proceed ontheform described inthe Contract Documents andtheissuancebytheCityofa "purchase order",or any other document doesnotandshall not authorize the commencement ofthe Work.Atleastten (10)calendardaysbeforeeachprogresspayment falls due(butnotmoreoftenthan onceamonth),the CONTRACTOR shallsubmittotheCONSULTANTapartialpaymentestimate filled outandsignedbytheCONTRACTORcoveringthe Work performedduringtheperiodcoveredbythe partialpaymentestimateand supported bysuchdataastheCONSULTANTmayreasonablyrequire.All progress payment applications after thefirst progress paymentshallbe accompanied bypartialreleasesof lien executed byall persons,firmsand corporations who have furnished labor,services or materials incorporated intothe work during the periodoftimeforwhichtheprevious progress payment wasmade, releasingsuchclaimsandlienrights,ifany,of those persons.Ifpaymentis requested on the basisof materialsand equipment not incorporated inthe Work butdeliveredandsuitably stored at or nearsite, thepartialpaymentestimateshallalsobeaccompaniedbysuchsupportingdata,satisfactorytothe CITY, whichestablishestheOWNER'Stitletothematerialand equipment aswellascertificatesofinsurance providingcoveragefor 100%ofthevalueofsaidmaterialand equipment coveringthematerialand Thomas F.Pepe 12/10/2015 71 equipment from all casualties as well as theft,vandalism,fire and flood.The CONTRACTOR shall replace atitsexpenseanystored 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 totheOWNER,or return the partial payment estimate to the CONTRACTOR,indicating in writing his reasons for refusing to approve payment In the latter case,the CONTRACTOR may make the necessary corrections and resubmit the partial payment estimate.The OWNER,will within thirty (30)calendar days of presentation toitof any approved partial payment estimate,pay the CONTRACTOR a progress payment onthe basis ofthe approved partial payment estimate.The OWNER shall retain ten (10%)percent ofthe amount of each payment until Final Completion and Acceptance of all Work covered bythe Contract Documents. Anyinterest earned onthe retainage shall accrue tothebenefitoftheOWNER. 14.2 The CONTRACTOR,before it shall receive final payment shall deliver tothe CITY a Contraaor's Final PaymentAffidavitassetforthin the Florida Construaion Lien Statute aswellas final releasesoflien executed by all persons who have performed or furnished labor,services or materials,direaly or indirectly,which was incorporated intotheWork.If any person refuses to provide such a release or provides a conditional release,the CITY shall have the right to issue a joint check made payable tothe CONTRACTOR andsuchperson. Contractor'sWarrantyofTitle 14.3 The CONTRACTOR warrants and guarantees that title to all Work,materials and equipment covered by an Application for Payment whether theWork,material or equipment is incorporated in the Project or not,shall have passed totheOWNER prior tothe making ofthe Application for Payment,free and clear of all liens,claims,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 bytheCONTRACTOR br by any other person performing theWorkatthesiteor furnishing materials and equipment for the Project under or pursuant to an agreement under which an interest therein or encumbrance thereonis retained bythe seller or otherwise imposed bythe CONTRACTOR orsuch other person. ApprovalofPayment 14.4 The CONSULTANT'S approval of any payment requested in an Application for Payment shall constitute a representation byhimto the CITY,basedon the CONSULTANT'S onsite observations of the Work in progress as an experienced professional and on his review ofthe Application for Payment and supporting data,thatthe Work has progressed tothepoint indicated in the Application for Payment;thattothe besthis knowledge,information and belief,the quality ofthe Work isin accordance withthe Contraa Documents (subject to an evaluation oftheWork as afunaioning Projea upon substantial completion as defined in Article I,tothe results of any subsequent tests called for in the Contraa Documents and any qualifications stated in his approval);and thatthe CONTRACTOR is entitled to payment oftheamount approved.However,by approving,any such payment theCONSULTANT shall nottherebybedeemed to have represented thathe made exhaustive or continuous on-site observations tocheckthe quality or the quantity oftheWork,orthathe has reviewed the means,methods,techniques,sequences and procedures of construction orthathe had made any examination to ascertain howorforwhat purpose the CONTRACTOR has usedthemoneys paid ortobe paid tohimonaccountofthe Contraa Price,or thattideto any Work,materials,or equipment has passed totheOWNER free and clear of any liens. 14.5 TheCONTRACTOR shall makethe following certification on each request for payment "Iherebycertifythatthe labor and materials listed onthisrequestfor payment have beenusedinthe construaion ofthis Work andthat all materials included inthisrequestforpaymentandnotyet incorporated intothe construction arenowonthesiteorstoredatan approved location,and payment received fromthe last requestfor payment hasbeenusedtomake payments to all his Subcontractors and suppliers,except fortheamounts listed belowbesidethenamesofthepersonswhoperformed work or supplied materials". In theeventthatthe CONTRACTOR withholds payment fromaSubcontractoror Supplier,thesame amountofmoney shall bewithheld from theCONTRACTOR'Spayment until theissueis resolved by writtenagreementbetweenthemandthenajointcheck shall bemade payable tothepersoninquestion andthe CONTRACTOR in accordance withthesettlementagreement,otherwisethemoney shall be heldbytheOWNER until a judgment isenteredin favor ofthe CONTRACTOR orthe person,inwhich Thomas F.Pepe 12/10/2015 72 casethemoney shall be paid according with said judgment.Nothingcontainedherein shall indicate an intenttobenefitanythirdpersonswhoarenot signatories totheContract. 14.6 TheCONSULTANTmayrefuseto approve thewholeorany part of any payment if,inits opinion,itis unable tomake such representations totheOWNER as required thisSeaion 14.Itmay also refuseto approveanypayment,oritmayvoidanypriorpayment application certificationbecauseofsubsequently discovered evidence ortheresultsofsubsequent inspection orteststosuch extent asmaybenecessary inits opinion to protect the OWNER fromlossbecause: 14.6.1 of Defective Work,orcompleted Work has been damaged requiring correctionorreplacement 14.6.2 the Work forwhichpaymentis requested cannotbeverified, 14.6.3 claims of Liens havebeen filed or received,orthereis reasonable evidence indicating the probable filing or receipt thereof, 14.6.4 the Contract Pricehas been reduced because of modifications, 14.6.5 theCITYhas correa Defective Work orcompletedthe Work inaccordancewithArticle 13. 14.6.6 of unsatisfactory prosecution oftheWork,including failure to clean upas required by paragraphs 6.29 and 6.30, 14.6.7 ofpersistent failure tocooperatewith other contractorsontheProjectandpersistent failure to carry out the Work in accordance with the Contraa Documents, 14.6.8 ofliquidateddamages payable by the CONTRACTOR,or 14.6.9 ofany other violationof,or failure tocomplywithprovisionsofthe Contract Documents. 14.7 Priorto Final Acceptancethe OWNER,withthe approval ofthe CONSULTANT,mayuseany completed orsubstantially completed portionsofthe Work providedsuchusedoes not interfere withthe CONTRACTOR'S completionofthe Work.Such use shall notconstitutean acceptance ofsuchportions of the Work. 14.8 TheCITY shall havetherighttoenterthepremisesforthepurposeofdoing Work notcoveredbythe Contract Documents.Thisprovision shall notbeconstruedasrelievingthe CONTRACTOR of the sole responsibility forthecareandprotectionoftheWork,ortherestorationofany damaged Work except suchasmaybecausedbyagentsor employees ofthe OWNER. 14.9 Upon completion and acceptance ofthe Work the CONSULTANT shall issuea Certificate attached to the Final Application forPaymentthatthe Work hasbeenacceptedbyitundertheconditionsofthe ContractDocuments.Theentire balance foundtobeduethe CONTRACTOR,including theretained percentages,but except suchsumsasmaybe lawfully retainedbythe OWNER,shall be paid to the CONTRACTOR withinthirty(30)calendar days ofcompletionandacceptanceofthe Work. 14.10 UponThe awarded CONTRACTOR will bestrongly encouraged toregisterasan ePayables Vendorwith theOwner.TheBankofAmerica ePayables Solution isanautomatedcardpaymentprocessthatshifts accounts payable disbursementstocorporate purchasing cards.ePayables,streamlinetheprocessof makingpaymentstoyourorganizationgoingforward,theCitywillprovidethe CONTRACTOR witha creditcardaccount number tokeepon file.Thiscardhasuniquesecurityfeatures,with$0of available fundsuntilaninvoiceisapprovedforpayment.Afteraninvoicehasreceivedproperand complete approval,an electronic remittance advicewillbe sent viae-mail,or fax,which notifies the CONTRACTOR that the funds have been transferred in to the account linked to the card for the amount listedontheinvoiceand/orremittanceemail.Please refertothe ePayables Questions &Answers Form containedinthis RFP orcontacttheOWNER'S Finance department at(305)663-6343withanyquestions. Acceptance of Final Paymentas Release 14.11 TheAcceptancebythe CONTRACTOR of Final Payment shall beand shall operate asareleasetothe OWNER andawaiverof all claims and all liability tothe CONTRACTOR other than claims previously filed andunresolved.Thewaiver shall include all thingsdoneor furnished inconnectionwiththe Work andforevery aa andneglectofthe OWNER andothers relating toor arising outofthis Work.Any paymenthowever,final orotherwise,shall not release the CONTRACTOR oritssuretiesfromany obligations underthe Contract DocumentsorthePerformanceBondandPaymentBonds. 14.12 The CONSULTANT mayvoidanycertificationof Substantial Completion or Final Completion ofthe Work asmaybenecessaryinhisopinionto protect the OWNER fromlossifhe determines,becauseof subsequentlydiscoveredevidenceortheresultsofsubsequentinspectionortests,that 14.12.1 the Work isdefective,orthatthecompleted Work hasbeen damaged duetothe fault ofthe CONTRACTOR orany individual orentityoperatingunderorthroughit requiring correaion or replacement to the extent thattheprojectisnolongerSubstantially Completed,orin the caseof Final Completion certification,isnolonger Finally Competed. Thomas F.Pepe 12/10/2015 73 14.12.2 theWork necessary tobecompletedforthepurposeof certifying theworkas being Substantially Completedor Finally Completedcannotbe verified, 14.12.3 claims or Lienshave been filed or received,or there is reasonable evidence indicating tire probable filing orreceiptthereofthatif valid and paid,would reducetheamount owinftothe CONTRACTOR BY 20%inthecaseof Substantial Completionand5%inthecaseof Hnal Completion. 14.12.4 there is Defective Work the valueofwhich,if deduaed from the contract pricewould reduce theamount owing tothe CONTRACTOR BY 20%inthe case of Substantial Completion and 5% in the caseofFinal Completion. 14.13 If the CONSULTANT de-certifiesanyportionofthe Work thatwascertified ("Initial CertificafcDn")by the CONSULTANT,theCONTRACTOR shall repaytotheCityofSouth Miami anymoney paid asa resultof said Initial Certification beingissued which shall be paid onlywhenthedecertifiedworkisre certified. ARTICLE 15 -SUSPENSION OF WORK AND TERMINATION. 15.1 The CITY may,atanytimeandwithout cause,suspend theWorkor any portionthereoffora period of notmorethanninety(90)calendardaysbynoticeinwritingtotheCONTRACTORandthe CONSULTANT,which shall fix the date on which Work shallbe resumed.The CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time,or both,direcdy attributabletoanysuspensionandifa claim is timely madeandifitisallowedundertheterms cf*Articles 11 or Article 12. CityMay Terminate 15.2 If theCONTRACTORis adjudged bankruptor insolvent,orifhemakesageneralassignment far the benefitofitscreditors,orifa trustee or receiverisappointedforthe CONTRACTOR or for aay its property,orifhe files apetitiontotake advantage ofanydebtor's act ortoreorganizeunder rjmkruptcy or similar laws,or ifherepeatedly fails tosupply sufficient skilled workmen or suitablematerials or equipment orifherepeatedly fails to makepromptpaymentsto Subcontraaors orforlabor,nsaterials or equipment orhedisregardslaws,ordinances,rules,regulationsor orders ofanypublicbody hawng jurisdiaion,orifhedisregardsthe authority oftheCONSULTANT,orifhe otherwise violatesany provisionof,the Contract Documents,thentheCITYmay,without prejudice to any other righnor remedyandafter giving the CONTRACTOR andtheSuretyseven(7)calendar days written nonce, terminate theservicesofthe CONTRACTOR andtakepossessionofthe Project andofall materials, equipment tools,construction equipment andmachinery thereon ownedbytheCONTRACTOR,and finish the Work by whatever methoditmaydeemexpedient.Insuchcase the CONTRACTORshallnot beentitledtoreceiveanyfurtherpaymentuntilthe Work is finished.If the unpaidbalanceof the Contract Price exceeds the direct and indirect costsofcompletingthe Project includingcompensation foradditional professional services,suchexcessshallbepaidto the CONTRACTOR.Ifsuchcosts exceed suchunpaidbalance,the CONTRACTOR or the Surety on the Performance Bondshallpaythe differencetothe OWNER.Such costs incurred by the OWNER shallbe determined by the CONSULTANT and incorporated inaChange Order. If after termination of the CONTRACTOR underthisSection,itis determined bya court ofcompetent jurisdiaion forany reason that the CONTRACTOR was not in default the rightsandobligationsofthe OWNER and the CONTRACTOR shallbe the sameasif the termination hadbeenissued pursaant to Section 15.5 15.3 Where the CONTRACTOR'S services havebeenso terminated by the CITYsaid termination <&all not affectanyrightsof the OWNER against the CONTRACTOR thenexisting or whichmay thererfter accrue.Any retention or paymentofmoneysbythe OWNER due the CONTRACTOR shallnotrelease the CONTRACTOR from liability. 15.4 Uponseven(7)calendar days written notice to the CONTRACTOR and the CONSULTANT,aheCITY may,without causeandwithoutprejudicetoany other rightorremedy,elea to terminate the Contract for the convenience of the OWNER.In suchcase,the CONTRACTOR shallbepaidforall Wsrk executed and accepted bytheCITYasofthedateofthetermination,minusanydeductionfor damage or DefectiveWork.Nopaymentshallbemadeforprofitfor Work whichhasnotbeen performei Thomas F.Pepe 12/10/2015 74 15.4A TheCITY reserves the rightin the event the CONTRACTOR cannot provideanitem(s)or service(s)ina timely manner as requested,to obtain the good and/or services from other sources and deducting the cost fromthe Contraa Price without violatingthe intent ofthe Contract. Removalof Equipment 15.5 Inthecaseof termination ofthis Contract before completion foranycause whatever,the CONTRACTOR,ifnotified to dosobythe CITY,shallpromptly remove any part or allofits equipment andsuppliesfrom the property of the OWNER.Shouldthe CONTRACTOR not remove such equipment andsupplies,the CITYshallhavetherightto remove them at the expense of the CONTRACTOR and the CONTRACTOR agrees that the OWNER shall not beliableforloss or damage to such equipment or supplies.Equipmentandsuppliesshall not be construed to includesuch items for which the CONTRACTOR has been paidinwhole or inpart. Contraaor MayStop Work or Terminate 15.6 If,throughnoact or faultofthe CONTRACTOR,the Work is suspended foraperiodof more than ninety(90)calendardaysbytheCITYorby order of other publicauthority,or underan order of court or theCONSULTANT fails toactonanyApplicationforPaymentwithinthirty(30)calendardaysafterit issubmitted,or theOWNER fails topaytheCONTRACTORanysumapprovedbytheCONSULTANT, withinthirty(30)calendardaysofits approval,andpresentation,thentheCONTRACTOR may,upon twenty(20)calendardays written noticetothe CITY andthe CONSULTANT,terminate the Contract.The CITY mayremedythedelayorneglectwithinthetwenty(20)calendardaytimeframe.If timelyremediedbythe CITY,the Contraa shall notbeconsidered terminated.Inlieuofterminatingthe Contract iftheCONSULTANThas failed to aa onanApplicationforPaymentorthe OWNER hasfailed tomakeany payment asaforesaid,the CONTRACTORmayuponten (10)calendardays'notice to the CITYandthe CONSULTANT stop the Work untilithasbeenpaidall amounts thendue. Indemnificationof Independent Consultant. 15.7 The CONTRACTOR andtheCITYherebyacknowledgesthatiftheCONSULTANTisan independent contraaor of the OWNER,theCONSULTANTmaybe reluctant toruleonanydisputesconcerningthe Contraa Documents or onthe performance ofthe CONTRACTOR or theOWNER pursuant to the terms of the Contract Documents.Therefore,the OWNER,at the CONSULTANT'S request,agrees to providetheCONSULTANTwithawritten indemnification andholdharmlessagreementto indemnify andholdtheCONSULTANTharmlessastoanydecisioninthisregardbeforetheCONSULTANTmakes an interpretation,de-certifiesapayment application,decertifies Substantial Completion,decertifies Final Completion,certifiesaneventofdefaultorapprovesanyactionwhichrequirestheapprovalofthe CONSULTANT. ARTICLE 16-MISCELLANEOUS. 16.1 Wheneverany provision ofthe Contraa Documents requiresthe giving ofwrittennoticeit shall be deemedtohavebeen validly given if delivered inpersontothe individual ortoamemberofthe firm or toanofficerofthe corporation forwhomitisintended,orifdeliveredatorsentbyregisteredor certifiedmail,postage prepaid,to the lastknownbusiness address. 16.2 The Contract Documents shall remainthepropertyofthe OWNER.TheCONTRACTORandthe CONSULTANTshallhavetherighttokeepone record setofthe Contract Documentsuponcompletion of the Project. 16.3 Thedutiesand obligations imposedbytheseGeneralConditions,Special Conditionsand Supplementary Conditions,ifany,andtherightsandremedies available hereunder,and,in particular butwithout limitation,thewarranties,guaranteesand obligations imposeduponCONTRACTORbythe Contraa Documentsandtherightsandremedies available totheOWNERandCONSULTANT thereunder,shall beinadditionto,and shall notbeconstruedinanywayasalimitationof,anyrightsandremedies available bylaw,byspecial guarantee or by other provisionsofthe Contraa Documents. 16.4 ShouldtheOWNERorthe CONTRACTOR sufferinjury or damagetoitspersonor property becauseof any error,omission,or aa ofthe other orofanyoftheiremployeesoragentsor others forwhose aas theyare legally liable,claim shall bemadeinwritingtothe other partywithintwenty-one (21)calendar daysof the first observance ofsuchinjury or damage. ARTICLE 17 -WAIVER OF JURY TRIAL Thomas F.Pepe 12/10/2015 75 17.1 OWNERand CONTRACTOR knowingly,irrevocably voluntarily andintentionallywaiveanyright either mayhave to atrialbyjuryinStateorFederal Court proceedingsin respect toanyaction,proceeding, lawsuit or counterclaim arising out ofthe Contract Documents or the performance ofthe Work thereunder. ARTICLE 18 -ATTORNEYS FEES JURISDICTION /VENUE /GOVERNING LAW. 18.1 The Contract shall beconstruedinaccordancewithandgovernedbythelawoftheStateof Florida. 18.2 Thepartiessubmittothejurisdiaionofanycourtofcompetentjurisdiaionin Florida regarding any claim or aaion arising out oforrelatingtothe Contract or Contraa Documents.Venueofany aaion to enforcethe Contraa shall bein Miami-Dade County,Florida. 18.3 Exceptasmaybeotherwise provided inthe Contraa Documents,all claims,counterclaims,disputes and other mattersinquestionbetweenthe OWNER andthe CONTRACTOR arising outofor relating to thisContractorthebreachthereof,shall bedecidedinacourtofcompetent jurisdiction within theState of Florida. ARTICLE 19 •PROJECT RECORDS. 19.1 The CITY shall have right to inspect and copy during regular business hours at OWNER'S expense,the books and records and accounts of CONTRACTOR which relate in any way totheProject and to any claim foradditionalcompensationmadeby CONTRACTOR,andtoconductanauditofthe financial and accounting records ofCONTRACTORwhichrelatetothe Projea.CONTRACTORshallretainand makeavailable to CITYallsuch books and records and accounts,financial or otherwise,which relate to theProjectandtoany claim foraperiodofthree(3)years following final completion ofthe ProjectDuringtheProjectandthethree (3)yearperiod following final completion oftheProject CONTRACTOR shall provide CITY access toits books and records upon five (5)business day's written notice. 19.2 CONTRACTOR and all ofits subcontractors are required to comply with the public records law (s.l 19.0701)while providing services on behalfoftheOWNERandtheCONTRACTOR,undersuch conditions,shall incorporatethis paragraph in all of its subcontracts forthisProject.CONTRACTOR and its subcontractors are specifically required to:(a)Keep and maintain public records required by the public agency to perform the service;(b)Upon request from the public agency's custodian of public records,providethe public agency withacopyoftherequestedrecordsorallowtherecordstobe inspected orcopied within a reasonable timeatacostthatdoesnot exceed thecost provided inthis chapterorasotherwise provided by law;(c)Ensure that public recordsthatareexemptor confidential andexemptfrom public records disclosure requirements arenot disclosed exceptas authorized by law forthedurationofthe contraa term and following completion ofthe contraa ifthecontractordoesnot transfertherecordstothe public agency;and (d)Upon completion ofthe contract,transfer,atno cost tothe public agency all public records in possession ofthe contractor or keep and maintain public records required bythe public agency to perform the service.If thecontraaor transfers all public records tothe public agency upon completion ofthe contract,the contractor shall destroy any duplicate public records thatareexemptor confidential and exempt from public records disclosure requirements.If the contractor keepsand maintains public recordsupon completion ofthe contract the contraaor shall meet all applicable requirements for retaining public records.All records stored elearonically must be provided tothe public agency,upon request from the public agency's custodian of public records,ina format thatis compatible with the information technology systems ofthe public agency.IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER I 19,FLORIDA STATUTES,TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OFPUBLIC RECORDS AT 305-663-6340;E- mail:mrnenendez@southmiamifl.gov;6130 Sunset Drive,South Miami,FL 33143. 19.3 If CONTRACTOR orits subcontractor doesnot comply with a public records requestthe CITY shall have therighttoenforcethiscontract provision by specific performance and thepersonwho violates this provision shall be liable to OWNER foritscostsof enforcing this provision,including attorney fees incurredin all proceedings,whether administrative or civil courtandin all appellate proceedings. Thomas F.Pepe 12/10/2015 76 MLYlCUi M -SEWSIiAIMUTy. 20.1 If any provision of the Contrast or the application thereof to any person or situation shall to any extent, be held invalid or unenforceable,the remainder of the Contract,and the application of such provisions to persons or situations otherthanthoseasto which it shall have been held invalid or unenforceable shall not be affected thereby,and shall continue in full force and effect,and be enforced tothe fullest extent permitted by Saw. mrmiM 2 a -mmsmtam comtoctpb. 21.S The CONTRACTOR 9s an independent CONTRACTOR under the Contract Services provided by the CONTRACTOR shall be by employees of the CONTRACTOR and subject to supervision by the CONTRACTOR,and not as officers,employees,or agents of the OWNER.Personnel policies,tax responsibilities,social security and health insurance,employee benefits,purchasing policies and other similar administrative procedures,applicable to services rendered under the Contract shall bethose off the CONTRACTOR. 22.1 The CONTRACTOR shall not transfer or assign any of its rights or duties,obligations and responsibilities arising under the terms,conditions and provisions ofthis Contract without prior written consent of the City Manager.The CITY will not unreasonably withhold and/or delay its consent to the assignment of the CONTRACTOR'S rights.The CITY may,in its sole and absolute discretion,refuse t©allow the CONTRACTOR to assign its duties,obligations and responsibilities.In any event,the CITY shall not consent to sueh assignment unless CONTRACTOR remains jointly and severally liable for any breach ©f the Agreement by the assignee,the assignee meets all ofthe CiTTs requirements to the CITY's sole satisfaction and the assignee executes all ofthe Contract Documents thatwere required eo be executed by the CONTRACTOR IN WBTMili WHS^i@F.the parties hereto have executed inclusion as part ©f the Contraa Documents on this &£*day of • ATTEST Read and Appros«^i as-t©-Form, Legality,and Btecution Thereof: Print Signatory's I Title of Signatory:-^W ^jafes&jff" Signature: rot'ChSfAttdrnev-^'//TV /'/ S2/B0/20&S 77 General Conditions to acknowledge the 'officio ZCJC. (SotOzjgJ^es^ E3€H!!tT<§ §W 64th &vmm®©iraSrag®BmprowiiMnt ^rofeet RFP«PWMI«-I9 Consultant:In accordance with ARTICLE 0 ofthe General Conditions CONSULTANT is defined as the person identified as the CONSULTANT in the Supplementary Conditions or If none,then CITY's designated representative as identified in the Supplementary Conditions.The CONSULTANTS,if any, and the City's Designated Representative's name,address,telephone number and fecsimile number are as Consultant EAC Consulting,Inc. 815 NW §7th Avenue,Suite 402 Miami.FL 33121, Phone:305-264-2557 Fax:305-2644363 Ricard©AAyala,P.E. Capital Improvement Pro|ea Manager 47?SSW7SAve40® Mtoml Ft 33155 Phone 30S-403-2072 Fax 305-668-7208 Termination or Substitution of Consultant-Nothing herein shall prevent the CITY from terminating the services ofthe CONSULTANT or from substituting another "person"to act as the CONSULTANT. Plans for Construction:The successful CONTRACTOR will be famished one sets of Contraa Documents without charge.Any additional copies required will be furnished tothe CONTRACTOR as a costtothe CONTRACTOR equal to th®reproduction cost. The Scope of Services,also referred to as th®Work in the contraa documents,is as set forth in the RFP and in the attached BXHHflT 8,AttMhmant A,to «ih®RFP and if there is a confflia the attached Exhibit shall take precedence. Contraaor shall comply with the insurance and indemnification requirements is set forth in the RFP and in the document set forth in the attached EXHIBIT 2 «»eh©RFP and ifthere is a conflia the attached Exhibit shall take precedence. The Work shall be completed in 90 calendar days unless a shorter time is set forth in the Contraa and in such event the Contraa shall take precedent notwithstanding any provision on the General Conditions to the Contraa that may betothe contrary. M WITNESS WHEREOF,the parties hereto have exeeutedthe Supplementary Conditions to.,acknowledge their inclusion as part of the Contraa on thb ^}day of-gjgpfo^Lys .2o/A . City's Designated Representative: ATTESTED.- Signature:(j^M^ Maria Menendez City Clerk Read and Approved as to Form,Language, 78 Cjft, Print Signatory's j^e:A^AfTt»Go^-SMt V9L Title of Signatory:*"^aHP.<s^_V owner:coty<©gl§@uto miami ftj/ /••' Legality,andlxedSjoh Thereof:/// Signature:////ipr*/'I //il/JJj^v Ci^Attorney^~*J fl Thomas F.Pepe 12/10/2015 END OF SECTION 79 EXHIBIT 9 SW 64th Avenue Drainage Improvement Project RFP#PW20I6-I9 City of South Miami Bid Protest Procedures RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (FORMAL PROCEDURE) Thefollowing procedures shallbeusedfor resolution of protested solicitations andawards.The word "bid",aswellasallofitsderivations,shallmeana response to asolicitation,including requests for proposals,requests fora letter of interest and requests forqualifications. (a)Notice ofIntenttoProtest.Anyactualorprospectivebidderwhoperceivesitself to be aggrieved inconnectionwithanyformalsolicitation or whointendsto contest or object toanybid specifications oranybidsolicitation shall file awrittennoticeofintentto file a protest withtheCity Clerk'sofficewithin three calendardays prior to the date setforopeningofbids.A notice of intent to file a protest is considered filedwhenreceivedbytheCityClerk'sofficebye-mailor,ifhanddelivered, when stamped with the CityClerk's receipt stampcontaining the dateandtimeof receipt ofa notice of intenttofilea protest.Anyactualresponsiveandresponsiblebidderwhoperceivesitself to be aggrievedin connection with the recommended awardofa contract and who wishes to protest the award,shallfilea written notice of intent tofilea protest with the City Clerk's officewithin three calendardaysaftertheCity Commission meetingatwhichtherecommendationisconsideredforaction. Anoticeofintenttofilea protest isconsidered filed whenreceivedby the CityClerk'sofficebye-mail or,ifhanddelivered,whenstampedwiththeCityClerk'sreceiptstampcontainingthe date andtimeof receipt. (b)Protest of solicitation.A protest ofthe solicitation or awardmustbeinwriting ("Protest Letter")andsubmittedtotheCityClerk's office within five calendardaysafterthedateofthe filing of the notice of intent to filea protest.The Protest Letter is considered filed when the Protest Letter and the required filing feeof$1,000 arebothtimelyreceivedby the City Clerk's office.In order for the Protest Letter and filing fee to be considered timelydeliveredbyhanddelivery,the datestampofthe Clerk'sofficemustappearonthe original Protest Letter and/or acopyofthe Protest Letter and the datestampmustalsoappearonacopyofthecheckissuedforthepaymentofthe filing fee,or,if paymentismadeincash,areceiptmustbeissuedby the Clerk's office reflectingthedateofreceiptof thepayment.While the Clerk mayacceptthe Protest Letter by email,the Protest Lettershallnotbe considered to betimelyreceiveduntilandunlessthe required filing feeof $1,000 isreceivedbytheCity Clerk'sofficeand,ifpaymentisincash,a receipt isissuedwith the dateof the receipt ofpayment,or if paymentisbycheck,acopyofthecheckisstampedby the Clerkwith the datestampof the Clerk's office showing the dateofreceipt.The Protest Lettershall state withparticularitythespecificfactsand lawuponwhichthe protest isbased,it shall describeandattachall pertinent documents andevidence relevantandmaterial to the protest anditshallbeaccompaniedbyany required filing.The basisfor reviewof the protest shallbethe documents and other evidencedescribedinandattached to the Protest Letter andnofacts,grounds,documentation,or other evidence not specifically described inand attached to the Protest Letter atthetimeofits filing shallbe permitted or considered in support of the protest. (c)Computation oftime.Notime will beaddedtotheabovetimelimitsforserviceby mail.The lastdayof the periodso computed shallbeincludedunlessitisaSaturday,Sunday,or legalholidayin which event theperiodshallrununtilthenextdaywhichisnotaSaturday,Sunday,or legal holiday. (d)Challenges.The written protest maynotchallengetherelativeweightoftheevaluationcriteria or anyformulausedforassigningpointsinmakinganaward determination,nor shallitchallengethe City's determination of what isin the City'sbest interest whichis one of the criteria forselectinga bidder whose offermay not bethelowestbidprice. (e)Authority to resolve protests.ThePurchasingManager,after consultation with the City Attorney,shallissuea written recommendation withintencalendardaysafter receipt ofavalid Protest Thomas F.Pepe 12/10/2015 85 Letter.Said recommendation shall besenttotheCity Manager withacopysenttotheprotestingparty. TheCity Manager maythen,submitarecommendation to theCityCommissionfor approval or disapproval of the protest,resolve the protest without submissionto the CityCommission,orreject all proposals. (f)Stayofprocurement during protests.Upon receiptofa timely,proper and valid ProtestLetter filed pursuantto the requirementsofthissection,theCity shall notproceedfurtherwiththesolicitation orwiththeawardorexecutionofthecontract until theprotestisresolvedbytheCity Manager orthe CityCommissionasprovidedinsubsection(e)above,unlesstheCity Manager makesawritten determinationthatthe solicitation processorthecontract award mustbecontinued without delayin ordertoavoidpotentialharmtothehealth,safety,orwelfareofthepublicorto protect substantial interestsoftheCityortopreventyouth athletic teamsfromeffectively missing a playing season. Thomas F.Pepe 12/10/2015 END OF DOCUMENT 86 South^Miami THE OTY OF PLFASAN7 UV1NG ADDENDUM No*#1 Project fslame:SW64AvenueDrainageImprovement Project RFP NO.PW20I6-I9 Date:August 16,2016 Sent:Fax/E-mail/webpage Thisaddendum submission isissued to clarify,supplement and/or modify the previously issued Solicitation,andisherebymade part of the Documents.All requirements oftheDocuments not modified herein shall remain in full force and effect as originally set forth.It shall be the sole responsibility ofthe bidder to secure Addendums that may be issued fora specific solicitation. QUESTION #1: Pleaseadvisewhat the estimateisfor the subjea project. RESPONSE: Thereisno established estimateforthis project The City's Adopted Budget for 2016 does not include a line iteminthe Capital Improvements Section ofthe budget. QUESTION #2: Is there abidbond required forthis project*SW64thAvenueDrainageImprovementProject RFP#RW20I6-I9? RESPONSE: Abidbondisnotrequiredfortheproject. CLARIFICATION #1: Adjustments were made tosheet C-4 ofthe Plans.Please seethe attached/prevised sheet dated 8-15-16,which shall replace sheetC-4inthe RFP. Page1 of2 f't/tp "'•V&WPrf^&T??'T^T'^TK Af^cmor CERTIFICATE OF LIABILITY INSURANCE OA1E(WM/DD/YYYY) 9/23/2015 THIS CERTIFICATE IS ISSUED AS AMATTER OF INFORMATIONONLYAND CONFERS NORIGHTSUPONTHE CERTIFICATE HOLDER.THIS CERTIFICATEDOESNOTAFFIRMATIVELYORNEGATIVELYAMEND,EXTENDOR ALTER THECOVERAGEAFFORDEDBYTHEPOLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT:If the certificate holder Is in ADDITIONAL INSURED;th©policies)mustbeendorsed.If SUBROGATION IS WAIVED,subjectto the terms and condttlons ofthepolicy,certain policiesmayrequirean endorsement A statement on this certificatedoesnotconferrightstothe cerWi^t9MdqrlhlleiiofsuchendorsQmQnt(«). producer Eastern Ineurance Group,Inc. 9570 SW 107 Avenue Suite 104 Miami FL 33176 INSURED Maggolc,Inc. 11020 SW 55 Street Miami PL 33165 SSiS^toanda Kogues uSSuL E4IAIL HslSWl (305)5*5-3*23 amanda0eaatexnin8uxance.net lSg;wol!(3QS)S95^13r WSURERjB)AFFORDING COVERAGE NAICf insurer A £olony Insurance Company insurer paiaptre Insurance Co.of Florida insurerc^rorue National Insurance,,Company iNSUREftD-BusinessPirst Insurance Co. insurer e.Federal Ineurance Company COVERAGES ftftijffifi CERTIFICATE NUMBER JWaetar 15-16 REVISION NUMBER: TRj$iff TOJ5ERTIFY THATTHEPOUCIES OF INSURANCE rUSTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THEPOLICY PERIOD INDICATED.NOTyinTHSJ-ANDiNG AN*REQUIREMENT.TERM OR CONDITION OFANY CONTRACT OR OTHER OQCUMEKrTV^ CERffiRCATf MAY ^DE$CRIBEO HEREIN IS SUBJECT TO Aa THE TERMS, ^EXCLUSIONS ANDCONDITIONS OFSUCHPOLICIES,LIMITS-SHOWN MAY HAVE BEENREDUCED BY PAID CLAIMS. 1n5r LTR iDTjgOTW]SSI^fJv%\tSw^t^nTYPEOFfttKJRANCe COMMERCIAL GENERAL UAfllUTY. (claims-made I X )OCCUR GENT AOOREQATE LIMITAPPLIES PER: policy riSJcT f~lu>c OTHER' AUTOMOBILE UABILTTY ANY AUTO ALLOWED AUTOS HIRED AUTOS SCHEDULED AUTOS NON-OWNED AUTOS UKBRELLAUAB EXCESSUAB OCCUR CLAIMS-MADEB m-1 1mmmi WORKERS COMPENSATION AfmtMPLOYERS'LiABajrY A*i§Rb^iTORl^RTMfi«/E^r^n OmCER/MEMBER EXCLUDED?(WartdrtwylnNH)'' ff yes,describe under DESCRiPTlON OF OPERATIONS betow Rented/Iteased Equipment Contractor's Equipment Y/N H/A POL1CYHU4IBER 103GL0006301-01 4150130008652 86222K151ALI 521-usee 45468147 43468147 m 9/22/2015 9/22/2016 7/17/2016 7/i7/aoir 9/22/2015 9/22/2016 9/22/2015 9/22/2016 11/2/2015 11/2/2016 11/2/2015 11/2/2016 LIMfTS EACH OCCURRENCE DAMAGE^OrtEWEb PRESSES IEa oocuirefMrt MEDEXP(Any Oftftpfrion) PERSONAL &ADV INJURY GENERAL AGGREGATE PRODUCTS »COMP/OPAGO COMBINEDSINGLE LIMIT BOWLV&4JURY (Perp«Bon) BODILY INJURY(par accident) Hired Auto EACH OCCURRENCE AGGREGATE VTper*!l STATUTE rotrr uglI EX EACH ACCIDENT EL DISEASE -EAEMPLOYEE$ EL DISEASE »POUCYUMfT __ 4*000,000 100,000 5,000 X,000,000 2,000,000 2,000,000 1,000,000 1,poo,oop 3,000,000 3,000,000 100,000 100,000 500,000 $250,000 $254,016 JL DESCRfPTlCm OF OPERATON8 ^LOCATIO^ Asphalt paving,concrete construction and drainageconstruction City of South Miami and Miami Dade County are listed as an additional named insured and shall be provided written notice 30 days before modification of this policy or cancel letion for nonpayment of premium or otherwise.Coverage asan additional insured is provided if required by written contract. CERTIFICATE HOLDER CANCELLATION City of South Miami Building 6 Zoning Department 6130 Sunset Drive Miami,FL 33143 SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE!EXPIRATION DATE THEREOF,NOTICE WILLBE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE David Lopez/DAVID *Ssrr ^+*—^~ ©1088-2014 ACORDCORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORDACORD25(2014/01) IN8025r?oi40i) City of South Miami RFP-RFP #PW2016-19-0-2016/SK SW 64th Avenue Drainage Improvement Project Member Name Bid Number Bid Name 3 Document(s)found for this bid 17 Planholder(s)found. 853 Planholders Notified Supplier Name Address 1 City State Zip Phone Attributes ACAI Associates Inc.2937 W.Cypress Creek Road Fort Lauderdale FL 33309 9544844000 Advanced Starlight International 113 SW 5th Avenue Portland OR 97205 5032225718 Bob's Barricades 921 Shotgun Rd Sunrise FL 33326 9544232627 Calvin,Giordano &Associates,Inc.1800 Eller Drive,Suite 600 Fort Lauderdale FL 33316 9549217781 CES Consultants,Inc.14361 Commerce Way,Suite 103 Miami Lakes FL 33016 3058272220 1.Hispanic Owned 2.Small Business Coastal Systems International,Inc 464 S.Dixie Hwy Coral Gables FL 33146 3056613655 Construction Journal,Ltd.400 SW 7th Street Stuart FL 34994 8007855165 CraigA.Smith &Associates 7777 Glades Road Boca Raton FL 33434 5613144445 CROCS,LLC 2601 E 7th Ave Tampa FL 33605 5617920737 Hinterland Group Inc.5580 State Road 524 Cocoa FL 32926 3216337066 Johnson Engineering Inc.AB Landscape Service Professionals,Inc.6115 N,W.77th Way Tamarac FL 33321 9547216920 1.Small Business 2.Woman Owned Link Systems LLC 5870 Hummingbird Court Titusville FL 32780 4074010031 1.Small Business Roadway Construction,LLC 6750 North Andrews Aveune Fort Lauderdale FL 33309 9542270025 1.Hispanic Owned TAMRIO INc.13,200N Bayshore Drive North Mami FL 33181 7878054120 Wantman Group,Inc.2035 Vista Parkway West Palm Beach FL 33411 5616872220 williams paving co.,inc.11300 NWs River Drive Medley FL 33178 3058821950 MIAMI DAILY BUSINESS REVIEW Published Dally except Saturday.Sunday and' Legal Holidays Miami,Miami-Dade County.Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Beforetheundersignedauthoritypersonallyappeared OCTELMAV.FERBEYRE,whoonoath says thatheorsheis theVICE PRESIDENT.LegalNoticesofthe Miami.Daily BusinessReview f/k/a Miami Review,a daily (except Saturday,SundayandLegal Holidays)newspaper, publishedatMiami m Miami-DadeCounty,Florida;thatthe attached copy of advertisement,beingaLegal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI -RFP #PW2016~19 in the XXXX Court, was published insaid newspaper inthe issues of 08/05/2016 Affiantfurther says thatthesaidMiamiDaily Business Reviewisa newspaper publishedat Miami,insaid Miami-Dade County,Florida andthatthesaid newspaper has heretoforebeencontinuouslypublishedinsaidMiami-Dade County,Florida eachday(exceptSaturday,Sundayand LegalHolidays)and has been entered as second classmail matteratthepostofficein Miami insaid Miami-Dade County, Florida,*for aperiodofoneyearnextpreceding the first publicationofthe attached copyof advertisement;andaffiant further saysthatheorshehasneitherpaidnor promised any person,firmorcorporationanydiscount,rebate,commission orrefundfor Jhe purposeofsecuringthisadvertisementfor publication in Sworn to and subscribed before me this 5dayof AUGUST,AD.2016 (SEAL) OCTELMAV.FERBEYRE personallyknownto me #A%.^HON^A MPELTIER £:MY COMMISSION ff FF231407 FXPiRESMay 17 2019 HOfiQaMty.v-,ScJcccctr #26/2016 Florida Department of S'j Division of Corporations Detail by Entity Name DetailbyEntity Name Florida Profit Corporation MAGGOLC,INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date P05000085356 20-3345775 06/14/2005 FL ACTIVE NAME CHANGE AMENDMENT 10/13/2005 NONE Principal Address 11020 SW 55 STREET MIAMI,FL 33165 Mailing Address 11020 SW 55 STREET MIAMI,FL 33165 Registered Agent Name &Address GONZALEZ,MARIO H 11020 SW 55 STREET MIAMI,FL 33165 Officer/Director Detail Name &Address Title D GONZALEZ,MARIO H 11020 SW 55 STREET MIAMI,FL 33165 Annual Reports Report Year 2014 2015 2016 Filed Date 01/12/2014 01/10/2015 01/23/2016 http://search.sunWz.<>rgto^1/2 886/2016 DetailbyEntity Name Document images 01/23/2016 -ANNUAL REPORT View image In PDF format View image inPDFformat l View image inPDFformat ! View image in PDF format | View image in PDF format j View image inPDFformat i View image in PDF format 01/10/2015 -ANNUAL REPORT 01/12/2014 -ANNUAL REPORT 01/26/2013 -ANNUAL REPORT 01/06/2012 -ANNUAL REPORT 01/07/2011 -ANNUAL REPORT 01/07/2010 -ANNUAL REPORT 01/17/2009 -ANNUAL REPORT 02/26/2008 -ANNUAL REPORT 06/12/2007 -ANNUAL REPORT 03/21/2006 -ANNUAL REPORT 10/13/2005 -Name Change 06/14/2005 -Domestic Profit ViewimageinPDFformat View image in PDF format View image inPDFformat ViewImageInPDFformat View image inPDFformat View image inPDFformat http7/search.sunbiz.org/lnqulry/CorporationSearch/SearchResul©etail?irKp lnitial&seajchNameOrder=MAGG0LC%20P0...2/2 2016 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT#P05000085356 Entity Name:MAGGOLC,INC. Current Principal Place of Business: 11020 SW 55 STREET MIAMI,FL 33165 FILED Jan 23,2016 Secretary of State CC5614597665 Current Mailing Address: 11020 SW 55 STREET MIAMI,FL 33165 FEI Number:20-3345775 Name and Address of Current Registered Agent: GONZALEZ,MARIO H 11020 SW 55 STREET MIAMI,FL 33165 US Certificate of Status Desired:No The above named entitysubmitsthisstatementforthepurposeofchangingitsregisteredofficeorregisteredagent,orboth,in theStateof Florida. SIGNATURE: Electronic Signature of Registered Agent Officer/Director Detail: Title D Name GONZALEZ,MARIOH Address 11020 SW 55 STREET * City-State-Zip:MIAMI FL33165 Date I herebycertifythatthe Information Indicated on thisreportorsupplementalreportIstrueandaccurateandthatmyelectronicsignature shallhavethesamelegaleffectasffmadeunder oath;thatI amanofficeror director ofthe corporaKon orthereceiverortrusteeempowered toexecutethisreport asrequiredbyChapter607.Florida Statutes;andthatmynameappears above,oronan attachment withall otherlike empowered. SIGNATURE:MARIO GONZALEZ PRESIDENT 01/23/2016 Electronic Signature ofSigningOfficer/DirectorDetail Date