Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 002-17-14803
RESOLUTIONNO.:002-17-14803 AResolutionauthorizing the CityManagerto negotiate and enter intoacontractwith Maggolc,Inc.for the Twin Lakes Traffic Circle Project. WHEREAS,theMayorand City Commission wish to provide traffic calming improvementsalong forthe intersection of SW 63rd Avenue and SW 42nd Terrace,and WHEREAS,a traffic study was performed and based on the results,a traffic circle was recommended to provide traffic calming improvements;and WHEREAS,pursuant to a competitive selection process,it was determined that Maggolc,Inc. submitted aproposalin the amount of$78,024 that was the most comprehensive andcosteffectivein its construction approach and the lowest price;and WHEREAS,the City desirestoprovideacontingencyof$12,000over the proposal amount for unknown factors that may arise during the work;and WHEREAS,the Mayorand City Commissiondesireto authorize the CityManagerto negotiate andenter into a contract with Maggolc,Inc.forthe construction ofa traffic circle foratotal amount not to exceed $78,024. 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 tonegotiatethe price,termsand conditions andto executea contract with Maggolc,Inc.forthe Twin Lakes Traffic Circle Projectforanamountnotto exceed$78,024andheisauthorizedtoexpendupto$12,000forunforeseenconditions.Acopyofthe approved form of contract isattached and the City Manager may negotiate a lower price and more advantageous terms and conditions if approved by the CityAttorney. Section2:The expenditure shallbechargedtothePeople's Transportation PlanTrust Fund account number 124-1730-541-6490,whichhasabalanceof $1,299,000 before this request was made. Section3:Ifanysectionclause,sentence,orphraseofthisresolutionisforanyreasonheld invalid orunconstitutionalbyacourtof competent jurisdiction,theholdingshallnotaffectthe validity of the remaining portions of this resolution. Section 4.This resolution shall take effect immediately upon adoption. PASSED ANDADOPTED this 17th day of January 2017. TEST: READ AND APPROVED AS TO FORM COMMISSION VOTE:5-0 Pg.2 of Res.No.002-17-14803 ION Mayor Stoddard Yea Vice Mayor Welsh Yea Commissioner Harris Yea Commissioner Liebman Yea Commissioner Edmond Yea (I) South*Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To:The Honorable Mayor &Members of the CityCommission From:Steven Alexander,City Manager Date:January 17,2017 Agenda ItemNo.:, Subject: Background: A Resolution authorizing the City Manager to negotiate and enter intoa contract withMaggolc,Inc.for the TwinLakes Traffic Circle Project. The City ofSouth Miami has received concerns from ourresidents regarding traffic and speedingintheNorthern neighborhood ofthe City.In responsetotheseconcerns,a traffic studywas performed.The results ofthestudy provided a recommendation fora traffic circle atthe intersection of SW 42 Terrace and SW 63rd Avenue.Public Works received construction documents from the consultant,and advertised a Request for Proposals for construction. The scope of work for construction will include the construction ofthe traffic circle, milling,roadresurfacing,andstriping. The City received three proposals in response toa solicitation.Pursuant to review,it was determined that Maggolc,Inc.isthe most responsive and responsible bidder for thisproposal.Below aretheproposalsreceived: Contractor Bid Price Maggolc,Inc.$78,024.00 Terra Hyle Contractors,Inc $99,488.00 Coramarca,Inc $108,148.10 Amount: Account: Attachments: Acontingency amount of $12,000 will be included over the proposal amount of $78,024 to address for unknown factors that may arise during the work. Amount not to exceed $90,024 Theexpenditure shall becharged$90,024toPeople'sTransportation Plan Trust Fund account number 124-1730-541-6490,whichhasa balance of $1,299,000. Resolution Pre-Bid Sign-in Sheet Bid Opening Report Proposal Plans Contract Demand Star Results Daily Business Review Advertisement Sun Biz Please Print Clearly Name/Title THECITY OF PLEASANT IIVING Pre-Bid Conference Sign-In Sheet December 9,2016 Twin Lakes Traffic Circle PW20I6-25 Coinpanv Name/E-mail Address Telephone No fe t^mUCAM feW ^0£^°^<f X:\Purchasing\Request for Proposals &Qualification (RFPs)\Twin Lakes Traffic Circle SW63Aveneu&42 Terr 2016\Pre Bid\Pre-Bid MeetingSign-In Sheetdoc BID OPENING REPORT Bids were opened on;Wednesday.December 21.2016 For:RFP ft PW 2016-25 Twin Lakes Traffic Circle COMPANIES THAT SUBMITTED PROPOSALS: 1.CORAMARCA,CORP 2.MAGGOLC,INC 3.TERRA HYLE CONTRACTORS,INC. after:10:00am AMOUNT: 9f,net" THE ABOVE BIDS HAVE NOT BEEN CHECKED. THE BIDS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. Maria M.Menendez CityClerk:_ Print Name Witness: Witness: Print Name .A Print Name ' CITY OF SOUTH MIAMI Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 Submittal Due Date:December 21,2016 at 10 AM Solicitation Cover Letter TheCityofSouth Miami,Florida (hereinafterreferredtoas "CSM")throughits chief executive officer (City Manager)hereby solicits sealedresponsestothe City's request(hereinafter referredtoas"Requestfor Proposals"or "RFP").All references in this Solicitation (also referredtoasan "Invitation forProposals"or "Invitation to Bid")to"City"shall bea reference to the City Manager,orthe manager's designee,fortheCityofSouth Miami unless otherwise specifically defined. TheCityis hereby requestingsealedproposalsin response tothis RFP #PW20l6-25 titled "Twin Lakes Traffic Circle."The purpose ofthis RFP isto contract fortheservices necessaryfor the completionofthe project inaccordancewiththe Scope of Services,Exhibit /,Attachment A and Attachment B9 the Schedule of Values),described inthis RFP (hereinafter referred toas "the Project"or "Project"). Interested persons whowish to respond to this RFP canobtainthe complete RFP packageat the City Clerk's office MondaythroughFridayfrom9:00AM.to4:00 P.M.or byaccessingthe following webpage:http://vfww.southmiamifl.gov/whichistheCityofSouth Miami's web addressforsolicitationinformation.ProposalsaresubjecttotheStandardTermsand Conditionscontainedinthecomplete RFP Package,including all documentslistedinthe RFP. The Proposal Package shall consistof one (I)originalunboundproposal,three(3) additional copies andone(I)digital(orcomparablemediumincluding Flash Drive,DVD orCD)copy all of which shall be delivered tothe Office oftheCityClerk located at South Miami City Hall,6130 Sunset Drive,South Miami,Florida 33143.Theentire Proposal Package shall beenclosedinasealedenvelope or containerand shall have the following Envelope Information clearlyprintedorwrittenontheexterioroftheenvelope or containerin which thesealedproposalis delivered:"Twin Lakes Traffic Circle,"RFP #PW20l6-25 andthe nameoftheRespondent(personorentity responding tothe RFP).Special envelopessuchas thoseprovidedby UPS or FederalExpress will notbeopenedunlesstheycontaintherequired Envelope Information onthefront or backoftheenvelope.Sealed Proposalsmustbereceived by Office oftheCityClerk,eitherby mail or hand delivery,nolaterthan 10 A.M.local time on December 21,2016 Hand delivery must be made Monday through Friday from 8 AM to 5PM to the office of City Clerk. Apublicopening will takeplaceat 10 A.M.onthesamedatein the CityCommission Chambers located atCityHall,6130 Sunset Drive,South Miami 33143.AnyProposalreceived after 10 A.M.localtimeonsaid date will not be accepted under any circumstances.Any uncertainty regarding the timeaProposalisreceived will be resolved againstthe person submitting the proposal andinfavorof the Clerk's receipt stamp. A Non-Mandatory Pre-Proposal Meeting will be conducted at City Hallin the Commission Chambers located at 6130 Sunset Drive,South Miami,Fl 33143 on December 9,2016 at 10 AM.The conference shall beheldregardlessof weather conditions.Proposalsaresubjecttotheterms,conditionsand provisions ofthis letter aswellas tothose provisions,terms,conditions,affidavits anddocumentscontainedinthis RFP Package. TheCityreservestherightto,or notto,awardtheProject to thepersonwiththelowest, most responsive,responsible Proposal,asdeterminedbytheCity,subjecttotherightofthe City,ortheCity Commission,toreject any and all proposals,andtherightoftheCitytowaive anyirregularityintheProposalsor RFP procedureandsubjectalsototherightoftheCityto awardtheProject,andexecutea contract withaRespondent or Respondents,other thanto one who provided the lowest ProposalPriceor,iftheScopeofthe Work isdividedinto distinct subdivisions,to awardeach subdivision to a separate Respondent. Maria M.Menendez,CMC City Clerk CityofSouth Miami Thomas F.Pepe 02-23-15 SCOPE OF SERVICES and SCHEDULE OF VALUES Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 The Scope of Services and the Schedule of Values,if any,areset forth in the attached EXHIBIT I,Attachment "A"&Attachment "B." Thomas F.Pepe 02-23-15 END OF SECTION SCHEDULE OF EVENTS Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 No Event Date* Time* (EST) 1 Advertisement/Distribution of Solicitation &Cone of Silence begins 11/18/2016 1:00 PM 2 Non Mandatory Pre-RFP Meeting 12/9/2016 11:00 AM 3 Deadline to Submit Questions 12/13/2016 10:00 AM 4 Deadline to City Responses to Questions 12/16/2016 10:00 AM 5 Deadline to Submit RFP-Response 12/21/2016 10:00 AM 6 Projected Announcement ofselected Contractor/Cone of Silence ends 1/17/2017 7:00 PM Thomas f.Pepe 02-23-15 END OF SECTION INSTRUCTIONS for RESPONDENT Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 ITIS THE RESPONSIBILITY OF THE RESPONDENT TO THE SOLICITATION TO ENSURE THATTHE RESPONSE TO THE SOLICITATION (HEREINAFTER ALSO REFERRED TO AS THE "PROPOSAL"THROUGHOUT THE CONTRACT DOCUMENTS)REACHES THE CITY CLERK ON OR BEFORE THE CLOSING HOUR AND DATE STATED ON THE RFP FORM. 1.Purposeof RFP.TheCityofSouth Miami isrequestingproposalsforthelowestandmost responsivepricefor the Project.TheCity reserves therighttoaward the contract to the Respondent whose proposal isfoundtobein the best interests of the City. 2.Qualificationof Proposing Firm.ResponsesubmittalstothisRFPwill be considered from firmsnormallyengagedinprovidingtheservices requested.The proposing firmmust demonstrate adequateexperience,organization,offices,equipmentandpersonneltoensure prompt andefficient service to the CityofSouth Miami.TheCity reserves the right,before recommending anyaward,to inspect theofficesandorganization or to take any other action necessary to determine abilityto perform in accordance with the specifications, termsandconditions.TheCityofSouth Miami will determine whether theevidenceof ability toperformissatisfactoryandreservestherighttoreject all responsesubmittalsto this RFP where evidence submitted,or investigationandevaluation,indicatesinabilityofa firm to perform. 3.Deviationsfrom Specifications.Theawardedfirm shall clearlyindicate,as applicable,all areasin which the services proposeddonot fully complywiththerequirementsofthis RFP. Thedecisionasto whether anitem fully complieswiththestated requirements rests solely with the CityofSouth Miami. 4.Designated Contact.Theawardedfirm shall appointaperson to actasaprimary contact with theCityofSouth Miami.This personor back-up shall be readily available during normal workhoursby phone,email,orin person,and shall be knowledgeable oftheterms of the contract. 5.PrecedenceofConditions.Theproposing firm,byvirtueofsubmittingaresponse,agrees thatCity's General Provisions,Terms and Conditions herein will takeprecedenceover any termsandconditionssubmittedwiththeresponse,eitherappearingseparatelyasan attachmentor included within the Proposal.TheContractDocuments have been listed below in orderof precedence,with theone having themost precedence being atthetopof the list and the remaining documents in descending orderof precedence.This orderof precedence shall apply,unless clearly contrary tothe specific termsoftheContractor General Conditions to the Contract: a)Attachment/ExhibitstoSupplementaryConditions b)SupplementaryConditionstoContract,ifany c)Addenda to RFP d)Attachments/Exhibitsto RFP e)RFP f)Attachment/Exhibits to Contract g)Contract h)General Conditions to Contract,ifany i)Respondent's Proposal Thomas P.Pepe 02-23-15 6.Response Withdrawal.After Proposals areopened,correctionsor modifications to Proposals arenotpermitted,buttheCity may allow the proposing firm towithdrawan erroneous Proposal priortothe confirmation ofthe proposal award byCity Commission,if allof the followingisestablished: a)Theproposingfirmactedingood faith in submitting theresponse; b)The error wasnottheresultofgross negligence or willful inattention onthepartof the firm; c)The error was discovered and communicated totheCity within twenty-four (24) hours(not including Saturday,Sunday ora legal holiday)of opening theproposals received,alongwitharequestfor permission towithdraw the firm'sProposal;and d)Thefirmsubmitsanexplanationin writing,signed underpenaltyofperjury,stating how the error wasmadeanddelivers adequate documentation to the Cityto support the explanationand to show that the error was not the result ofgross negligence or willful inattention nor madeinbadfaith. 7.The terms,provisions,conditions anddefinitions contained in the Solicitation Cover Letter shallapply to these instructions toRespondentsandtheyare hereby adopted andmadea part hereof by reference.If there isaconflict between the Cover Letter and these instructions,or any other provisionofthis RFP,the Cover Letter shall governandtake precedence overthe conflicting provision(s)inthe RFP. 8.Anyquestionsconcerningthe Solicitation oranyrequiredneedfor clarification mustbe madeinwriting,by 10 AM December 13,2016 to the attention of Steven P.Kulick at skulick@southmiamifl.gov orviafacsimileat(305)663-6346. 9.The issuance ofawritten addendum isthe only official methodwherebyinterpretation and/or clarification of information canbe given.Interpretations or clarifications,considered necessarybytheCityinresponsetosuch questions,shall be issued byawritten addendum tothe RFP Package (also known as "RFP Specifications"or "RFP")by U.S.mail,e-mail or other delivery method convenient tothe City and the City will notify all prospective firms via the City's website. 10.Verbal interpretations or clarifications shall be without legal effect.No plea by a Respondent of ignorance orthe need for additional information shall exempt a Respondent from submitting the Proposal onthe required date and time as set forth in the public notice. 11.Coneof Silence:You are hereby advised that this Request for Proposals is subject tothe "Coneof Silence,"in accordance with Miami-Dade County Ordinance Nos.98106 and 99- I.Fromthetimeof advertising until the City Manager issues his recommendation,thereis a prohibition on verbal communication with the City's professional staff,including the City Manager and his staff.All written communication must comply withthe requirements of theConeof Silence.The Cone of Silence does not apply to verbal communications at pre- proposalconferences,verbal presentations beforeevaluationcommittees,contract discussions during any duly noticed public meeting,public presentations made tothe City Commission during any duly notice public meeting,contract negotiations withthe staff following theCity Manager's written recommendation fortheawardofthecontract,or communicationsinwritingatanytimewithanyCityemployee,official ormemberofthe City Commission unless specifically prohibited.Acopyof all written communications must be contemporaneously filed with the City Manager and City Clerk.In addition,you are requiredto comply withthe City Manager's Administrative Order AO 1-15.If acopyisnot attached,please requestacopyfromthe 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 Thomas F.Pepe 02-23-15 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 Cone of Silence shall not apply to... (1)Duly noticed site visits to determine the competency of bidders regarding a particular bid during the time period between the opening of bids and the time that the City Manager makes his or her written recommendation; (2)Any emergency procurement ofgoodsorservicespursuantto the Miami- Dade County Administrative Order 3-2; (3)Communications regarding a particular solicitation between any person and the procurement agent or contracting officer responsible for administering the procurement process for suchsolicitation,provided the communication is limited strictly to matters of process or procedure already contained in the corresponding solicitation document;and (4)Communications regarding a particular solicitation between the procurement agent or contracting officer,or their designated secretarial/ clerical staff responsible for administering the procurement process for such solicitation and a member of the selection committee,provided the communication is limited strictly to matters of process or procedure already contained in the corresponding solicitation document/9 12.Violation ofthese provisions byanyparticularRespondentor proposer shall renderany recommendation for the award of the contract or the contract awarded to said Respondent orproposer voidable,and,insuch event,said Respondent orproposer shall notbe considered for any Solicitation including butnot limited toonethatrequests any ofthe following a proposal,qualifications,aletterofinterestora bid concerning anycontractfor the provision ofgoodsor services foraperiodofoneyear.Contact shall only bemade through regularly scheduled Commission meetings,or meetings scheduled through the Purchasing Division,which areforthepurposesof obtaining additional or clarifying information. 13.Lobbying.All firms andtheiragentswhointendto submit,orwhosubmitted,bids or responsesfor this RFP,arehereby placed on formal noticethatneitherCity Commissioners,candidates forCity Commissioner orany employee oftheCityofSouth Miami are to be lobbied either individually or collectively concerningthis RFP.Contact shall onlybemadethrough regularly scheduled Commission meetings,ormeetingsscheduled throughthe Purchasing Division,whichareforthepurposesof obtaining additional or clarifying information. 14.Reservation of Right.TheCity anticipates awarding one contract forservicesasaresultof this RFP and the successfulfirmwillbe requested to enter into negotiations to produce a contract for the Project.TheCity,however,reservestheright,initssolediscretion,to do anyof the following: a)to reject anyand all submittedResponsesandto further defineorlimitthescopeof the award. b)towaiveminorirregularitiesinthe responses orin the procedure required by the RFP documents. Thomas F.Pepe 02-23-15 c)to request additional informationfromfirmsas deemed necessary. d)tomakeanaward without discussionorafterlimitednegotiations.Itis,therefore, important that all the partsoftheRequestfor Proposal be completed in all respects. e)to negotiate modifications to theProposalthatit deems acceptable. f)to terminate negotiationsinthe event the Citydeemsprogress towards a contract tobeinsufficientand to proceedtonegotiatewith the Respondent who made the next best Proposal.The Cityreservestherighttoproceedin this manneruntilit hasnegotiateda contract thatissatisfactorytotheCity. g)Tomodify the Contract Documents.The terms of the Contract Documents are generaland not necessarily specific tothe Solicitation.Itis therefore anticipated thattheCitymaymodifythesedocumentstofitthe specific project or work in questionandthe Respondent,bymakinga Proposal,agreestosuchmodifications and to beboundbysuchmodified documents. h)to cancel,in wholeor part,any invitation for Proposals whenitisinthebest interest of the City, i)to award the Project tothe person withthe lowest,most responsive,responsible Proposal,asdeterminedbythe City, j)to award the Project,and executeacontractwitha Respondent or Respondents, otherthantoonewho provided thelowest Proposal Price, k)if the Scope of the Work isdividedintodistinctsubdivisions,toawardeach subdivision to a separateRespondent. 15.Contingent Fees Prohibited.The proposing firm,by submitting a proposal,warrants thatit has not employed or retained a company or person,other than a bona fide employee, contractoror subcontractor,working in itsemploy,tosolicitorsecureacontractwiththe City,and thatit has not paid or agreed to pay any person,company,corporation,individual or firm other than a bona fide employee,contractor or sub-consultant,working in its employ,any fee,commission,percentage,gift orother consideration contingent upon or resulting from the award or making ofa contract withthe City. 16.Public Entity Crimes.A person or affiliate ofthe Respondent who has been placed onthe convicted vendor list pursuant to Chapter 287 following a conviction for a public entity crimemaynotsubmit a Proposal onacontractto provide any goodsor services,ora contract for construction or repair ofa public building,maynot submit proposals on leases of real property toorwiththe City of South Miami,may notbe awarded a contract to performworkasa contractor,sub-contractor,supplier,sub-consultant,or consultant under acontractwiththeCityof South Miami,and may not transact business withtheCityof South Miami fora period of36 months from the date of being placed onthe convicted vendor list. 17.Respondents shall usethe Proposal Form(s)furnished bythe City.All erasures and correctionsmust have the initials ofthe Respondent's authorizedrepresentativein blue ink atthe location of each and every erasure and correction.Proposals shall be signed using blue ink;all quotations shall be typewritten,or printed withblue ink.All spaces shall be filled inwiththe requested information orthe phrase "not applicable"or"NA".The proposal shall be delivered onorbeforethedateandtime,andatthe place andinsuch manneras set forthin the Solicitation Cover Letter.Failure todosomaycausethe Proposal tobe rejected.Failure to include anyofthe Proposal Forms may invalidate the Proposal.Respondent shall delivertotheCity,aspartofits Proposal,the following documents: Thomas F.Pepe 02-23-15 a)The Invitation for Proposal andInstructions to Respondents. b)Acopyof all issuedaddenda. c)The completed ProposalForm fully executed. d)Proposal/Bid Bond,(Bondorcashier's check),ifrequired,attachedtothe Proposal Form. e)Certificatesof Competency aswellas all applicable State,County andCityLicenses heldby Respondent f)Certificateof Insurance and/orLetterof Insurability. 18.Goods:If goodsare to beprovidedpursuanttothis RFP the following applies: a)BrandNames:Ifabrandname,make,manufacturer'stradename,or vendor catalog number is mentioned inthis Solicitation,whether or not followedby the words "approved equal",itisforthepurposeof establishing agradeor quality of material only.Respondent mayoffergoodsthat are equaltothegoodsdescribedinthis Solicitation withappropriate identification,samplesand/or specifications forsuch item(s).TheCity shall bethesole judge concerning the meritsofitemsproposedas equals. b)Pricing:Prices should bestated in units of quantity specified in the Proposal Form.In caseofa discrepancy,theCityreservestherighttomakethe final determination at the lowest net cost to theCity. c)Mistake:In theeventthatunit prices are part ofthe Proposal and ifthereisa discrepancy betweentheunit price(s)and theextended price(s),theunit price(s) shall prevail andtheextended price(s)shall be adjusted to coincide.Respondents are responsible for checking their calculations.Failure todoso shall beatthe Respondent's risk,and errors shall not release the Respondent from his/her orits responsibilityas noted herein. d)Samples:Samples of items,when required,mustbe furnished bythe Respondent free of charge tothe City.Each individual sample mustbe labeled withthe Respondent's name and manufacturer's brand name and delivered by it within ten (10)calendar days ofthe Proposal opening unless schedule indicates a different time.If samples are requested subsequent tothe Proposal opening,they shall be delivered within ten (10)calendar days ofthe request.TheCity shall notbe responsible forthereturnof samples. e)Respondent warrants by signature on the Proposal Form that prices quoted therein areinconformitywiththelatest Federal Price Guidelines. f)Governmental Restrictions:In the event any governmental restrictions may be imposed which would necessitate alteration ofthe material quality,workmanship,or performance ofthe items offered on this Proposal prior to their delivery,it shall be the responsibility ofthe successful Respondent to notify the City at once,indicating in its letter the specific regulation which required an alteration.The City of South Miami reserves the right to accept any such alteration,including any price adjustments occasioned thereby,orto cancel all or any portion ofthe Contract,at the sole discretion ofthe City and atno further expense tothe City with thirty (30) daysadvancednotice. g)Respondent warrants that the prices,terms and conditions quoted in the Proposal shall be firm for a period ofone hundred eighty (180)calendar days from the date of the Proposal opening unless otherwise stated in the Proposal Form.Incomplete, unresponsive,irresponsible,vague,or ambiguous responses tothe Solicitation shall becauseforrejection,as determined by the City. Thomas F.Pepe 02-23-15 h)SafetyStandards:The Respondent warrants that the product(s)tobesuppliedto the City conform in all respects to the standards set forth in the Occupational Safety andHealthAct(OSHA)andits amendments.Proposals must be accompanied bya MaterialsDataSafety Sheet (M.S.D.S)when applicable. 19.Liability,Licenses&Permits:The successful Respondent shallassume the full duty, obligation,and expense ofobtainingallnecessarylicenses,permits,andinspections required bythis RFP andasrequiredbylaw.TheRespondent shall beliableforanydamages or loss to the Cityoccasionedbythe negligence oftheRespondent(oritsagentoremployees)or anypersonactingfor or through theRespondent.Respondents shall furnish acertified copyof all licenses,Certificates ofCompetencyorother licensing requirementnecessaryto practicetheirprofessionand applicable totheworktobeperformedasrequiredby Florida Statutes,the Florida Building Code,Miami-Dade CountyCodeorCityofSouth Miami Code.Thesedocuments shall be furnished totheCityaspartof the Proposal.Failure to have obtained the required licensesand certifications or tofurnish these documents shallbe groundsfor rejecting the Proposal and forfeiture ofthe Proposal/Bid Bond,ifrequiredfor this Project. 20.Respondent shall comply withtheCity's Insurance Requirements assetforthinthe attached EXHIBIT 4,prior tO'issuance of any Contracts)or Award(s)If a recommendation for award of the contract,or an award of the contract is made before compliance with this provision,the failure to fully and satisfactorily comply with the City's bonding,ifrequiredforthisproject,and insurance requirements assetforthherein shall authorizetheCityto implement a rescission ofthe Proposal Award or rescission ofthe recommendation for award of contract without further City action.The Respondent,by submitting a Proposal,thereby agrees to hold the City harmless and agrees to indemnify the Cityand covenants nottosuetheCity by virtueof such rescission, 21.Copyrights and/or Patent Rights:Respondent warrants that as tothe manufacturing, producing or selling of goods intended tobe shipped orordered by the Respondent pursuant to this Proposal,there has not been,nor will there be,any infringement of copyrights or patent rights.The Respondent agrees to indemnify City from any and all liability,loss or expense occasioned by any such violation or infringement. 22.Execution of Contract:A response to this RFP shall not be responsive unless the Respondent signs the form of contract that is a part ofthe RFP package.The Respondent to this RFP acknowledges that by submitting a response ora proposal,Respondent agrees to the terms ofthe form contract and tothe terms ofthe general conditions tothe contract, both of which are part of this RFP package and agrees that Respondent's signature on the Bid Form and/or the form of contract that is a part ofthe RFP package and/or response to this RFP,grants to the City the authority,on the Respondent's behalf,to inserted,into any blank spaces in the contract documents,information obtained from the proposal and atthe City's sole and absolute discretion,the City may treat the Respondent's signature on any of those documents,for all purposes,including the enforcement of all ofthetermsand conditions ofthe contract,asthe Respondent's signature onthe contract,after the appropriate information has been inserted. 23.Evaluation of Proposals:The City,at its sole discretion,reserves the right to inspect the facilities of any or all Respondents to determine its capability to meet the requirements of the Contract.In addition,the price,responsibility and responsiveness ofthe Respondent, the financial position,experience,staffing,equipment,materials,references,and past history of service tothe City and/or with other units of state,and/or local governments in Florida, or comparable private entities,willbe taken into consideration in the Award of the Contract.j Thomas F.Pepe I 02-23-15 | io ! 24.Drug Free Workplace:Failure to provide proofof compliance with Florida StatuteSection 287.087,as amended,when requested shall be cause for rejection ofthe Proposal as determined by the City. 25.Public Entity Crimes:Apersonor affiliate whowas placed ontheConvictedVendors List following aconvictionfora public entitycrimemaynotsubmitaresponseonacontractto provide any services toa public entity,may notsubmit RFP on leases of real propertytoa public entity,andmaynottransact business withany public entityinexcessofthethreshold amount provided inSection 287.017,foraperiodof36monthsfromthedateof being placedon the Convicted Vendors List. 26.Contingent Fees Prohibited:The proposing firm mustwarrantthatit has notemployedor retainedacompanyorperson,otherthanabonafideemployee,contractor or subcontractor,working initsemploy,tosolicitorsecurea contract with the City,and that ithasnot paid oragreed to payanyperson,company,corporation,individual or firm other thanabonafideemployee,contractor orsub-consultant,workinginitsemploy,anyfee, commission,percentage,gift or other consideration contingent uponorresultingfrom the award or making of a contract with the City. 27.Hold Harmless:All Respondents shall hold the City,itsofficialsand employees harmless andcovenant not tosue the City,its officials and employees inreference to itsdecisionsto reject,award,or not awardacontract,as applicable,unless the claimisbasedsolelyon allegations offraudand/orcollusion.Thesubmissionofaproposal shall actasan agreement bytheRespondentthatthe Proposal/Bid Bond,if required forthisproject,shall not be released until andunlesstheRespondentwaivesanyand all claims thattheRespondentmay have against the Citythatariseoutofthis RFP processor until ajudgmentisenteredinthe Respondent's favor inanysuit filed which concernsthis proposal process.In anysuch suit the prevailing party shall recoveritsattorney's fees,courtcostsaswellasexpenses associated withthe litigation.In theeventthat fees,courtcostsandexpenses associated withthe litigation are awarded totheCity,the Proposal/Bid Bond,if required for this project,shall be applied tothe payment ofthosecosts and any balance shall be paid bythe Respondent. 28.Cancellation:Failure onthepartoftheRespondenttocomply with the conditions, specifications,requirements,and terms as determined by the City,shall be just cause for cancellation of the Award or termination of the contract. 29.Bonding Requirements:The Respondent,when submitting the Proposal,shall include a Proposal/Bid Bond,if required for this project,in the amount of 5%ofthe total amount of the base Proposal onthe Proposal/Bid Bond Form included herein.A company or personal check shall not be deemed avalid Proposal Security. 30.Performance and Payment Bond:TheCityof South Miami may require the successful Respondent to furnish a Performance Bond and Payment Bond,each in the amount of 100% ofthe total Proposal Price,including Alternates if any,naming theCityof South Miami,and the entity that may be providing a source of funding fortheWork,as the obligee,as security for the faithful performance ofthe Contract and for the payment of all persons or entities performing labor,services and/or furnishing materials in connection herewith.In addition,ifthe Respondent's employees will be working insecureor sensitive areas ofthe City,theCity may require thatthe Respondent provides employee bonding,naming the CityofSouth Miami astheobligeeonthebond.Thebonds shall bewithasuretycompany authorized to do business in the State of Florida. 30.1.Each PerformanceBond shall bein the amount ofonehundred percent (100%) ofthe Contract Price guaranteeing toCitythecompletionandperformanceofthe Work covered in the Contract Documents. Thomas F.Pepe 02-23-15 30.2.Each PerformanceBond shall continuein effect forfiveyearsafter final completion andacceptanceofthe Work withthe liability equaltoonehundred percent (100%)of the Contract Sum. 30.3.Each Paymentbond shall guaranteethe full paymentof all suppliers,material man,laborers,or subcontractor employed pursuant to thisProject. 30.4.Each Bond shall bewithaSuretycompany whose qualifications meet the requirements ofinsurancecompaniesas set forthintheinsurance requirements of this solicitation. 30.5.Pursuantto the requirements ofSection255.05,Florida Statutes,Respondent shall ensure that the Bond(s)referencedabove shall berecordedinthe public records of Miami-Dade County andprovideCITYwith evidence ofsuchrecording. 30.6.Thesuretycompany shall holdacurrent certificate ofauthorityas acceptable suretyon federal bondsin accordance withthe United StatesDepartmentofTreasury Circular 570,current revisions. 31.Proposal Guarantee:Notwithstanding the fact thatthe Respondent,in submitting a proposal,agreestotheterms contained intheformofcontractthatispartofthis RFP package,the successful Respondent,within ten (10)calendar days ofNoticeofAwardby theCity,shall deliver,to theCity,theexecutedContractandotherContract Documentsthat provide forthe Respondent's signature,and deliver totheCitythe required insurance documentation aswell as a Performance and Payment Bond ifthese bondsarerequired.The Respondent who hasthe Contract awarded to itand who fails to execute the Contract and furnish therequiredBondsand Insurance Documents within the specified time shall,atthe City's option,forfeit the Proposal/Bid Bond/Security that accompanied the Proposal,and the Proposal/Bid Bond/Security shall be retained as liquidated damages bythe City.It is agreed thatifthe City accepts payment from the Proposal/Bid Bond,that this sum is a fair estimate ofthe amount of damages the City will sustain incasetheRespondent fails to sign theContractDocumentsor fails to furnish the required Bonds and Insurance documentation.If the City does not accept the Proposal/Bid Bond,the City may proceed to sue for breach pf contract if the Respondent fails to perform in accordance with the Contract Documents.Proposal/Bid Bond/Security deposited in the form ofa cashier's check drawn on a local bank in good standing shall be subject tothe same requirements as a Proposal/Bid Bond. 32.Pre-proposal Conference Site Visits:If a Mandatory Pre-proposal conference is scheduled forthis project all Respondents shall attendtheconference and tour all areas referencedin the Solicitation Documents.It shall be grounds for rejecting a Proposal from a Respondent who did not attend the mandatory pre-proposal conference.No pleas of ignorance by the Respondent of conditions thatexistorthat may hereinafter exist as a result of failure to make the necessary examinations or investigations,or failure to complete any part of the RFP Package,will be accepted as basis for varying the requirements ofthe Contract with the City of South Miami or the compensation ofthe Respondent.The Respondent following receipt ofa survey of the property,if applicable,is bound by knowledge that can be seen or surmised from the survey and will notbe entitled to any change order due to any such condition.If the survey is provided before the proposal is submitted,the contract price shall include theWork necessitated by those conditions.If the survey is provided subsequent tothe submission of the 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 to reject the proposal and award the contract tothe second most responsive, responsible bidder withthelowest price orto reject all bids. Thomas F.Pepe 02-23-15 12 33.Timeof Completion:The timeisof the essence with regard to the completion of the Work to be performed under the Contract to be awarded.Delaysand extensions of time maybeallowedonlyin accordance with the provisions stated inthe appropriate section of the Contract Documents,including the ProposalForm.Nochange orders shallbeallowed fordelayscausedbytheCity,other thanforextensionsoftimeto complete the Work. 34.Submittal Requirements:AllProposalsshallcomplywith the requirements set forth herein andshallbein accordance with EXHIBIT I,"Scope of Services"Attachment A and Attachment B,"Schedu/e of Values whichisa part ofthis RFP Package. 35.Cancellationof Bid Solicitation:TheCity reserves the righttocancel,inwhole or part,any request for proposal when itisin the best interest of the City. 36.Respondent shall not discriminatewithregard to itshiringof employees or subcontractors or sub consultants inits purchase ofmaterials or inanywayin the performance ofits contract,if one isawarded,basedonrace,color,religion,nationalorigin,sex,age,sexual orientation,disability,or familial status. 37.All respondents,at the time ofbidopening,musthave fulfilled all prior obligationsand commitments to the Cityin order to have their bid considered,includingallfinancial obligations.Priorto the acceptanceofanybidproposal or quotation,the City'sFinance Department shallcertify that there are no outstanding fines,monies,fees,taxes,liens or other charges owed to the Cityby the Respondent anyof the Respondent's principal, partners,members or stockholders (collectively referred to as "Respondent Debtors").A bid,proposal or quotation will not be accepted untilall outstanding debts ofall Respondent Debtors owedtothecity are paidin full.Nobidderwhoisindefaultofany prior contract with the City mayhave their bid considered until the defaultis cured to the satisfaction of the CityManager. 38.Bid Protest Procedure.See attached EXHIBIT 10. 39.Evaluation Criteria:Ifthis project istobeevaluatedbyan Evaluation Committee,the evaluation criteria is attached as NIA. END OF SECTION Thomas F.Pepe 02-23-15 13 PROPOSAL SUBMITTAL CHECKLIST FORM Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 This checklist indicates the forms and documents required tobe submitted forthis soliclution and tobe presented bythe deadline setfor within the solicitation.Fulfillment of all solicitation requirements listed Is mandatory for consideration of response tothe solicitation.Additional documents may be required and,ifso,they will be identified inan addendum to this RFP.The response shall include the following items: to be Completed IF MARKED WITH AN ribed below One(I)original unbound proposal,three(3)additional copiesand one(I)digital (or comparable medium including Rash Drive,DVD or CD)cop/ Did Form,EXHIBIT3 Indemnification and Insurance Documents EXHIBIT 4 X Signed Contract Documents,GeneralConditions&Supplemental Conditions,EXHIBIT 5,667 y Performance and Payment Bonds (As a Condition Award.Not required with Submittal.)EXHIBIT 8 <£9 X^^^Respondents Qualification Statement x List ofProposed Sub Consultants/Subcontractors and Principal _Suppliers Non-Collusion Affidavit Public EntityCrimesand Conflicts ofInterest DrugFreeWorkplace AcknowledgementofConformancewithOSHAStandards Affidavit Concerning Federal&StateVendor Listings RelatedPartyTransaction Verification Form Presentation Team Declaration/Affidavit of Representation Completed. \S iS *S kS ^A> k/ 1/ -L_ Submit this checklist along with your proposalindicating the completion and submission of each required forms and/or documents. END OF SECTION Thomas P.Pepe 02-23-15 14 RESPONDENT QUALIFICATION STATEMENT Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 Theresponsetothis questionnaire shall be utilized aspartofthe CITY'S overall Proposal Evaluation and RESPONDENT selection. I.Numberofsimilarprojectscompleted, 2-4a)Inthepast5years In thepast5yearsOnSchedule b)In the past 10 years In thepast 10 yearsOnSchedule z± 3l*. 33 Listthelast three (3)completedsimilarprojects, a) b) Thomas f.Pepe 02-23-15 Project Name:^ymff't>&>fc/ks <*£$cO &Q flrU-Z^ Owner Name:1/r 'Qlf'l.of-fQj iaJLC r*.fdh Owner Address:/Z6 4 f foul (J***?MufaW f^^-Qj^ttf^/. Owner Telephone:3 OS~—Z-^4 -Z-(Z-I ?*l^ Original Contract CompletionTime Pays):£>Q c&cUf^ Original Contract Completion Data:6&/&-<*//<f Actual Final Contract Completion /^^/.MDate:OS /**>/1 4 Original Contract Price:4 *?3 ,9 OV __ Actual Final Contract Price:<d "?V3 *fr 0~(fr Project Name:Th"Xi»^fC QLkjJ}l?QcJlafcfy ^Ki^p*-*)« Owner Name:/{£q^^Z -1&-en&^@&c?<Q /v //%tO. Owner Address:///A)u)/*^gft I'4(pf^trT{£W^FT 3J/2J Owner Telephone:^S#iP-4^^""%Z*Z,4 i M?'1Z40 .Original Contract Completion Time ^^^.^6^^J^6 Original Contract Completion Date:\£V Z*(3 /f &V*g// Actual Final Contract Completion Date:f /z-o/'t Original Contract Price:-?-S$~-?<£/# .--.-*..-—-n .*>>~J^&/Actual Final Contract Price ^~/3*3 <?•&. 15 c)ProjectName: Owner Name: Owner Address:?^£?£~£Q$~f~focus \Stft flp&^rffo &o~y Owner Telephone:0>O.T-t Fl'-113^*F( Original Contract Completion Time /ff/*i x^u-_ (Days):I OtS ^^f 5 Original Contract Completion Date:ff //off S^ Actual Final ContractCompletion Date: Original Contract Price: Actual Final Contract Price: 3.Current workload roject Nam Owner Name J03&;??-*?zr sphone Number Contract Price ££-e«^^*/d$*.cl*JX 4.The following information shall be attached tothe proposal. a)RESPONDENT'S home office organization chart V b)RESPONDENTS proposed project organizational chart *" c)Resumes ofproposed key project personnel,induding on-site Superintendent v^ 5.Listand describe any: a)Bankruptcy petitions filed by or against the Respondent or any predecessor organizations,/0 O/O^, Thomas F«Pepe 02*23-15 16 b)Any arbitration or dvll or criminal proceedings,or A-)&^^^ Suspension of contracts or debarring firom Bidding or Responding byany public agency brought c)against the Respondent in the last five (5)years ^J $/%J g^ 6.Government References: List other Government Agencies or Quasi-Government Agencies forwhichyouhavedone business within the pastfive(5)years.v Name of Agency:C &**-*-*$Jf ddtf*Cb*df) Address: Telephone No.: Contact Person: Type of Project: Name of Agency: Address: Telephone No.: Contact Person: Type of Project: Nameof Agency: Address: Telephone No.: ContactPerson:__^ TypeofProject _ Thomas F.Pepe 02-23-15 17 LIST OF PROPOSED SUB CONSULTANTS/SUBCONTRACTORS AND PRINCIPAL SUPPLIERS Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 Respondent shall listallproposedsub consultants/subcontractors,ifsubcontractorsare allowed bythetermsof this RFP to be used on this project if they are awarded the Contract Classification of Work Subcontractor-Name Address Landscape Soddingand Turf Work Electrical Irrigation Paving AZrtTt *fGraphics m&sz Excavation Building Structures Plumbing Painting Testing Laboratory SoilFumigator Si^>T' Other Thomas F.Pepe 02-23-15 **pU*d&Qtrt Mlfy &~y**^€^AJiK I END OF SECTION 18 slephone,Fax& Email tos-„ftri-*4$ •r^ar-SBf-tajd *$6*-J33-/f7f ENGINEERING CONTRACTOR-UC:E-261302 110208W55ST.,MIAMI,FL33165 PHONE:786-291-2848 FAX:78M72-8831 maaaolctavahoQ.cypi PROJECTS UNDER CONSTRUCTION (All asa Prime Contractor) Current Workload 1-FDOT-Districtwide (ADA)Push Button-Pedestrian Safety Improvement (Owner:FDOT- District 6 $981,885.00)(Executed 41 %)(Completion April 2017)(305-978-0090 -Marina Gershanovich) 2-Stormwater Improv.Sub-Basin F-1 (Owner:City of Doral $575,448.80)(Executed 72 %) (Completion March 2017)(305-593-6740 -Carlos Arroyo) 3-Civil Works (Roadway,Drainage Projects and Repairs)(Owner:City of North Miami Beach $1,995,850)(Executed 5%)(Completion:September 2018)(305-957-3629-Lera Rowers) Mario Gonzalez Maggolc Inc./President ENGINEERING CONTRACTOR -UC:E-251302 11020 SW 55 ST.,MIAMI,FL 33165 PHONE:786-291-2949 FAX:7864724831 maqaolc@vahoo.com PROJECT ORGANIZATION CHART fSrii':^&^>^ .•'"'^"*fo1inyW::'V.- PanierMa|T|iii;. mm*®- ENGINEERING CONTRACTOR-UC:E-2S1302 11020 SW 58 ST.,MIAMI,FL 33163 PHONE:786-291-2949 FAX:786472-8831 maqgolc@vahoo.com OFFICE ORGANIZATIONAL CHART Gabriela Gonzalez Office Manager &Human Resource: MAGGOLC INC. Prime Contractor General Superintendent: Mario Gonzalez,BD Olga Leon,BD FieldConstruction Manager -Drainage -Asphalt -Concrete -Earthwork 3- Esmildo Leon Accounting Manager Engineering Contractor-Lie.E-251302 11020 SW 55 ST.,Miami,FL 33185 Phone:786-291*2949 Fax:768-472-8831 maqgotc@vahoo.com RESUME: MARIO GONZALEZ Superintendent/Project Manager of Maggolc Inc. Gonzalez isaRoadwayConstructionandCivilEngineerwithover24years of progressiveexperienceinthe fields ofhighwayandrailwaydesign,construction,maintenance,and operations. EDUCATION: Institute Superior Politecnico (Higher Polytechnic Institute)"Julio Antonio Mella",Santiago de Cuba,Cuba. Degree:INGENIERO VIAL (Roadway Construction Engineer),July 1988.ThisisequivalenttoaBachelor of ScienceinCivil Engineering (BSCE)fromaregionally accredited institutionofhighereducationintheUnited States. Universidad Centralde Venezuela,Caracas,Venezuela. Degree:INGENIERO CIVIL (Civil Engineer),July 1997. CERTIFICATIONS: -TROXLER ElectronicsLab-NuclearGaugeSafety Training,(2001&2004) -FDOT-MUTCD/Maintenance ofTraffic,AdvanceLevel(2016) -ASPHALTPAVINGTECHNICIAN-Level 1(2004) -EARTHWORKCONSTRUCTIONINSPECTION-Level 1(2005) -ACI,ConcreteFieldTestingTechnician-Grade1.(2005) -FDOTConcreteFieldInspectorSpecifications.(2005) LICENSES: -GeneralEngineeringContractor -General Building Contractor -Registeredand Certificate Stateof Florida Undergraund Utilities Contractor. -Registered GeneralContractorState ofFlorida WORK EXPERIENCE: MAGGOLC INC,Miami,Florida,USA (June2005to Present). Gonzalez istheownerand president ofMaggolc Inc.,thisisan Engineering Contractor Company.Specialized in DrainageSystems,Pavementand Concrete.i york Executed: -Beacom Project Area Drainage andRoad Improvements-PhaseII(City ofMiami)2015 -NW18 PL Draiange andRoad Improvements (City ofMiami)2015 -Multiple Parks-ADA Improvements (Miami Dade Park &Rec Dep.)2015 j -Districtwide Minor Asphalt Repair (FDOT)2014 j -NW 11 ST from NW 27 Ave to 37 Ave Area Roadway Improv.(City of Miami)2014 -Sunset Drive Downtown Median (City ofSouthMiami)2014 -Dorm Ave Drainage Improvements (City ofSouthMiami)2014 -BeacomProjectArea Improvements-PhaseI(City ofMiami)2013 -Wild Lime Park Parking Expansion andConcrete Walkway (MiamiDadePark&RecDep.)2013 -Biscayne Island Drainage Improvements (City of Miami)2013 j -SidewalkImprovements alongSR A1A/Collins Ave@SR 826 (FDOT)2013 j -SR9 (NW 27 Ave)@.NW 79 ST Roadway Improvements (FDOT)2013 j -Friedland Manor Drainage Improvements (City of Florida City)2013 j -NW 8ST &NW 14 CT Roadway &Drainage Improvements (City ofMiami)2013 ! -1-195/Julia Tattle Bike Path/Trail (FDOT)2013 ' -ARRA Municipalities Group B:City of Miami Gardens Bus Shelters (Miami DadeTransit)2013 -Progress Rd Roadway &Drainage Improvements (City of SouthMiami)2012 -Kiilian Park Rd Stormwater Improvements (Village ofPinecrest)2012 -Phase IV Drainage Improvements*(Village ofPalmettoBay)2012 -SR 94/Kendall Dr at SW 142 Ave Roadway Improv.(FDOT)2012 -FDOT LAP Roadway Improvements.(City of Sweetwater)2012 -SW 64 Street Corridor Improv.(City ofSouthMiami)2012 -District #2 Citywide ADA Sidewalk Improvements.(City ofMiami)2012 -Long Key State Park -Resurface Campground Road (FloridaDep.of EnvironmentalProtection)2012. -Suncrest l^r.&Moss Ranch Rd.Stormwater Improvements (Village ofPinecrest)2011. -SR 909 (Alton Road)at West 52 Street Drainage Improvements (FDOTDistrict6)2011 -SW 19 Terrace Roadway &Drainage Improvements (CEP,City ofMiami)2011. -Tamiami Canal Miccosukee Linear Park (Miami-DadeCounty,Park&Recreation Dep.)2011. -District #4 Citywide ADA Sidewalk Improvements (City ofMiami)2011 -MIA NW 36 Street &67 Ave Intersection Improvement (concrete )(Aviation"DepartmentM-DCounty) 2011 -MIA Building 3050 Parking Lot Improvements (AviationDepartmentM-DCounty)2011 -District #1 Citywide ADA Sidewalk Improvements (City ofMiami)2011 -District #3 Citywide ADA Sidewalk Improvements (City ofMiami)2011 -Intersection Realignment SW 139 Terr.&SW 140Dr.and EsatGuava ST One Way Street Conversion. (Village ofPalmettoBay)2010 -Installation of Sidewalks and Ramps along NE12 Ave.(City ofNorthMiami)2010. -AD Barnes Park Asphalt Walkways..(M-DCountyPark&Recreation)2010. -Golden Shore Park Pavers Sidewalks.(City of SunnyIsles).2010 -District I,Sidewalks Repair.(City ofMiami).2010 -Crandon Park ADA Parking Space Striping and Signs.(M-DCountyPark&Recreation)2010. -District n,Sidewalks Repair.(City ofMiami).2010 -Harbor Drive Lighting and Resurfacing Improv.(Village ofKeyBiscayne)2010 -Blue Road Roundabouts and Drainage.(City of Coral Gables)2010 -Drainage Retention Improvements of State Rd.907 (Alton Rd.)at Allison Drive.Milling and Asphalt Resurfacing.(FDOT,District 6)2009 -Country Club of Miami Park Concrete and Asphalt Walkway (Miami-DadeCounty,Park &Recreation Dep.)2009. -Brendwood Park Asphalt Walkway.(City ofMiamiGardens)2009. -West Little River Improve Asphalt Driveways.(Miami-DadeCountyOffice of CommunityandEconomic Development)2008. -West Perrine Park Concrete SlabsandPouredSafety Surface.(M-DCParkandRecreation)2008 -Asphalt PavementRepair.Florida Department of Transportation (District6).2008-2009,2009-2010 and 2010-2011. -Improve Intersections Countywide Project,include Muling andAsphalt Resurfacing.(Sidewalk,Handicap Ramps,Curb&Gutters,Pavers,NewPavement,Drainage,Sodding (M-D County Public WorkDep.)2008 -Seal Coat and Restriping of Station13andLogistics Parking Area.(MDCountyFireRescueDepartment) 2008 -Dolphin Archaeological SiteSidewalkConstruction.(M-DCounty Parkand Recreation)2008. -OlympicParkSidewalks Construction.(M-D County Parkand Recreation)2007 -Norman &Jean Reach Park FoulBall Netting.(M-DCountyParkandRecreation)2007 -Drainage ImprovementProjectforNW22CourtfromNW107ST to NW112ST.(M-D County Public Woik Dep.).2006,etc OthersPlaceswhereGonzalez was wnrlfinfl- SRS ENGINEERING,INC.,Miami,Florida,USA.(August 2006 to July 2007). ConstructionFieldInspector ofDrainageandRoadwayRestoration.(PublicWorkDepartment,Miami-Dade County Projects). -AllaphattaPhaseI. -Hardwood VillagePhaseII. BERMELLO,AJAMDL &PARTNERS,INC.,Miami,Florida,USA.(May2005toJuly 2006). QualityControl(QC)ConstructionInspector(DOT Projects):(Earthwork,ConcreteandAsphalt). -OkeechobeeRoad.(W12AvetoPalmettoExpwy) -Miami Garden Drive.(NW2AvetoNW17Ave.) -BiscayneBlvd.(NW96STtoNW104ST) -Golden Gate Pkwy (Naples) -Florida's Turnpike (GriffinRdtoSunrise Blvd). -A-l-A (Key West). MARLIN ENGINEERING INC.,Miami,Florida,USA.(October 2000-May 2005). February 2004to May 2005. Construction FieldInspector ofDrainage and Roadway (FEMA-DERM,Miami-Dade County Projects). Activities Included: Verify of storm drainage structuresinaccordancewiththeapprovedshopdrawings,installation of drainage and pollution control structures,drainage pipeinverts,joints,seals,French Drain Systems,solidpipe placement and bedding material.Checkthe Contractor's compliancewithall Maintenance ofTraffic. Reconstruction of Pavement,RoadwayMillingand Resurfacing;reconstruction of CurbandGutterand Sidewalks;Site Restoration,includingGrading ofSwales,Sod Placement,etc. Requirements: -Ensurethequality ofthe construction work,asperthe Public Works Department Manual,FDOTStandards,andProject Contract Documents. -Ensure thefull restoration ofthe project,including site cleanliness,swale grading,andsod placement. -Keep records ofdaily activities,daily production,sitetesting,and progress ofthework. -Resolvecomplaintsby residentsresultingfrom construction activities. March 2001toFebruary2004:Project Engineer Project Engineer forthe design,roadway restoration,and storm drainage systems improvement,including independent sites and community.(DERM/FEMA Program administered bythe Division of Recovery and Mitigation-DORM)in Miami-Dade County and City of Miami Storm Drainage Improvement Program). Working closelywithMicrostationand AutoCAD software. October 2000to March 2001 and October 2002to February 2003:Roadway Inspector. Surveying,inspecting and drawing sketches for roadway restoration projects in Q.N.I.P,Public Work Department of Miami-Dade County.Inspecting and supervising construction of asphalt patching,milling and resurfacingoperations. msuim ENGINEERING CONTRACTOR -LIC:E-231302 11020 SW 55 ST.,MIAMI,PL 33165 PHONE:786-201-2940 FAX:73*472-8831 maaaolc@vahoo.com MAGGOLC GOVERMENT REFERENCE LISTING 1)Company Name:Miami Dade County Public Works Department. Address:111 NW 1st ST14 Floor,Miami,FL33128 Contact Person:Joaquin Rabassa Telephone #305-299 9822,305-989 4943 jra@miamidade.gov 2)Company Name:Miami Dade Park &Recreation Department. Address:275 NW 2nd Street,4th Floor,Miami,FL 33128 Contact Person:Ruben Teurbe Tolon /Leroy Garcia Telephone #305 755 5465 rttolon@miamidade.gov 3)Company Name:OfficeofCommunity&Economic Development M-D County Address:701 NW 18t CT14Floor Miami,FL33136 Contact Person:Mario Berrios Telephone #786 469 2112 mberr@miamidade.gov 4)Company Name:Florida Department of Transportation /Pinnacle Consulting Address:1773 NE 205 Street North Miami Beach,FL 33179 Contact Person:Roland Rodriguez Telephone #305 640 7185 rrodriguez@pinnaclecei.com 5)Company Name:CityofMiami Gardens Address:1050 NW 163 DrMiami Gardens,FL 33169 Contact Person:Osdel Larrea Telephone #305-622 8000 Ext.3107 olarrea@miamigardens-fl.gov 6)Company Name:CityofMiami Address:444 SW 2nd Ave,8 Floor,Miami FL 33130 Contact Person:Fabiola Dubuisson Telephone #305 416 1755 fdubuisson@miamigov.com 7)Company Name:CityofNorth Miami Address:776 NE 125 Street,NorthMiami,FL 33161 Contact Person:Gerardo Hernandez Telephone #305 895 9831 j ghernandez@northmiamrfl.gov j 8)Company Name:VillageofKey Biscayne Address:88 West Mclntyre Street,Suite 220 Key Biscayne,FL 33149 Contact Person:Armando Nunez Telephone #305 365 7574 anunez@keybiscayne.fl.gov j 9)Company Name:City of Coral Gables } Address:2800 SW 72 Ave Miami,FL 33155 j Contact Person:Ernesto Pino Telephone #305 926 2784 j epino@coralgables.com j i f- 10)Company Name:Cityof Miami -Capital ImprovementProgram Address:444 SW 2nd Ave,8th Floor,Miami,FL 33130 Contact Person:Maurice Hardie Telephone #786-2295463 mhardie@miamigov.com 11)Company Name:Stantec Address:901 Ponce de Leon Blvd Suite 900Coral Gables,FL 33134 Contact Person:Sean Compel Telephone #305-445 2900 Ext.2230,786-502 0770 sean.compel@stantec.com 12)Company Name:Village of Pinecrest Address:10800 Red Road,Pinecrest,FL 33156 Contact Person:MarkSpanioli Telephone #305-669 6916 mspanioli@pinecrest-fl.gov 13)Company Name:City of Florida City Address:404 West PalmDr.Florida City,FL 33034 Contact Person:Richard Stauts Telephone #305 247 8221/305 772 1157 richard.stauts@fioridacityfl.gov 14)Company Name:City of South Miami Address:6130 Sunset Drive South Miami 33143 Contact Person:Ricardo Ayala Telephone #305-403 2063 rayala@southmiamifl.gov 15)Company Name:Cityof Miami -Capital ImprovementProgram Address:444 SW 2nd Ave,8th Floor,Miami,FL 33130 Contact Person:Robert Fenton Telephone #786-263-2133 rfenton@miamigov.com 16)Company Name:Miami DadeCounty Transportation &PublicWorksDepartment. Address:111 NW 18t ST14 Floor,Miami,FL 33128 Contact Person:Mercedes Barreras Telephone #786-222-9912 barrem@miamidade.gov NON COLLUSION AFFIDAVIT STATE OF FLORIDA COUNTY OF MIAMI-DADE M4 r~t0 Gcn\Tad*beingfirstdulysworn,deposes and states that: (I) (2) (3) (4) (5) He/Shc£They is/are the tAJVUL^ (Owner,Partner,Officer,Representative orAgent)of the Respondent that has submitted the attached Proposal; He/She/They is/are fully informed concerning the preparation and contentsofthe attached Proposal andof all pertinent circumstances concerningsuch Proposal; SuchProposalisgenuineandisnotacollusiveorsham Proposal; Neither the said Respondentnoranyofitsofficers,partners,owners,agents, representatives,employeesor parties in interest,including this affiant,have inany way colluded,conspired,connived or agreed,directly or indirectly,withanyother Respondent,firm,orpersontosubmita collusive orsham Proposal inconnection with the Work forwhichtheattached Proposal hasbeensubmitted;orto refrain from Bidding orproposinginconnectionwithsuch Work;orhaveinanymanner, directlyor indirectly,soughtbyagreementorcollusion,orcommunication,or conferencewithanyRespondent,firm,orpersontofixanyoverhead,profit,or cost elements of the Proposal orofany other Respondent,or to fix anyoverhead,profit, orcostelementsofthe Proposal Price orthe Proposal Price ofany other Respondent,or to securethroughany collusion,conspiracy,connivance,or unlawful agreementany advantage against (Recipient),oranypersoninterestedinthe proposed Work; The priceor prices quoted in theattached Proposal are fair andproperandare not taintedbyanycollusion,conspiracy,connivance,orunlawful agreement onthepart ofthe Respondent or any otherofits agents,representatives,own^s,employees or parties of interest,including thisaffiant edanddeliveredinthepresenceof: Print Name and Title Thomas F.Pepe 02-23-15 19 Date y^/^f/if ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF MIAMI-DADE On this the /*-/day of 6«-g-e~-/2vr20 t£.before me,the undersigned Notary Public of the Stateof Elo/ida,personally appeared (Name(sjk of individual(s)who appeared and whosebeforenotary)^<^2^^ name(s)is/are Subscribed tothe within instrument,and he/she/they acknowledge that he/she/they executed it. WITNESS seal. NOTARY PUBLIC: SEAL OFFICE: Thomas F.Pep* 02-23-15 my ANAI.WLD68 MOTARVPUBUC STATE OF fUNO* Expires 8/10/2019 hand and official 20 Public,State of Florida u OF (Name of Notary Public:Print,Stampor typeascommissioned.) Personally known to me,or Personal identification: Type of Identification Produced I Did take an oath,or Did Not take an oath. PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuanttothe provisions of Paragraph (2)(a)ofSection 287.133,Florida StateStatutes-"A personor affiliate who has been placed onthe convicted vendorlist following a conviction fora public entitycrime may notsubmitaProposalor bid ona Contract toprovideanygoods or services to apublicentity,maynotsubmita Bid orproposalfora Contract witha public entity forthe construction ofrepairofa public building or publicwork,maynotsubmitbids or proposalsonleases or real property toa public entity,maynotbeawardedtoperform Work asaRESPONDENT,Sub-contractor,supplier.Sub-consultant or Consultant undera Contract with anypublic entity,andmay not transact businesswithanypublic entity inexcess of the thresholdamountCategoryTwoofSection 287.017,FloridaStatutes,forthirtysix(36)months from the date ofbeingplacedon the convictedvendorlist". Theawardofany contract hereunder issubjecttotheprovisionsof Chapter 112,Florida State Statutes.Respondentsmustdisclosewith their Proposals,the nameofany officer,director, partner,associate or agentwhoisalsoanofficer or employeeoftheCityofSouth Miami or its agencies. SWORN STATEMENT PURSUANT TOSECTION 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;sworn statement is submitted to .#/a [printnameofthe public entity] /uq-rrh (sur^t ^oJh^^>//E7*-*-&-"*^L^Jh [print individual's nameandtitle] C.for Ayf^^otc^^V [printnameofentitysubmittingsworn statement] whose business address is A / 1(0 tt $jug s~s~&r~M<s0^i ^h<- mm^y^y (^sj and(if applicable)its Federal Employer Identification Number (FEIN)is ZX)—3 13 4-5-&D§ithe entity has no FEIN,include the Social Security Number of the individual signing this sworn statement: ") 2.I understand that a "public entity crime"asdefinedin Paragraph 287.133 (l)(g), Florida Statutes,meansa violation ofany state or federallawbyapersonwith respect Thomas F.Pepe 02-23-15 21 to anddirectly related to the transactionofbusinesswithanypublic entity or with an agency or political subdivision of any other state orof the UnitedStates,including,but not limited to ,anybid,proposalor contract forgoodsor services to be provided to anypublicentity or anagencyor political subdivisionofany other state or of the United Statesand involving antitrust,fraud,theft,bribery,collusion,racketeering,conspiracy,or material misrepresentation. 3.I understand that "convicted"or "conviction"asdefinedin Paragraph 287.133 (I) (b),Florida Statutes,meansa finding of guilt or aconviction of apublic entity crime,with or without anadjudicationofguilt,inanyfederal or statetrial court of record relating to charges brought by indictment orinformationafter July 1,1989,asaresult of ajury verdict,non-jurytrial,or entry ofapleaofguiltyornolo contendere. 4.I understand that an "affiliate"asdefinedin Paragraph 287.133 (I)(a),Florida Statutes,means: (a)A predecessor orsuccessorofapersonconvictedofapublic entity crime;or (b)An entity under the control of anynaturalperson who isactivein the management ofthe entity andwhohasbeen convicted ofapublic entity crime.The term "affiliate"includes those officers,directors,executives, partners,shareholders,employees,members,andagents who areactivein the management of an affiliate.The ownership byoneperson of shares constituting acontrolling interest inanyperson,orapoolingof equipment or income among persons when not for fair market valueunder an arm'slength agreement,shall beaprima facie casethat one personcontrols another person.Aperson who knowingly enters intoajoint venture withaperson who hasbeen convicted of a public entity crime in Florida during the preceding36 months shallbe considered an affiliate. 5.I understand that a "person"asdefinedin Paragraph 287.133 (I)(e),Florida Statutes,meansanynaturalpersonorentityorganizedunder the lawsofany state orof the United States with the legal power to enter intoabinding contract and which bids orproposalorapplies to bidorproposalon contracts for the provision of goods or services letbyapublicentity,or which otherwise transacts or applies to transact businesswithapublicentity.The term "person"includes those officers,directors, executives,partners,shareholders,employees,members,andagentswhoareactivein management ofanentity. 6.Based on information and belief,the statement which I have marked below is true in relation to the entity submittingthissworn statement.[Indicatewhich statement applies.] Neither theentitysubmittingthissworn statement,noranyofitsofficers, directors,executives,partners,shareholders,employees,members,or agents who are activeinthemanagementoftheentity,norany affiliate ofthe entity hasbeen charged withandconvictedofa public entitycrime subsequent to July 1,1989. Theentitysubmittingthissworn statement oroneor more ofits officers, directors,executives,partners,shareholders,employees,members,oragents who are Thomas F.Pepe 02-23-15 22 activein the management of the entity,oran affiliate of the entity hasbeenchargedwith and convicted of apublic entity crime subsequent to July 1,1989. The entitysubmittingthissworn statement or one ormoreofitsofficers, directors,executives,partners,shareholders,employees,members,oragents who are activein the management of the entity,oran affiliate of the entityhasbeenchargedwith andconvicted of apublic entity crime subsequent of July I,1989.However,there has beena subsequent proceeding beforeaHearingOfficer of the Stateof Florida,Division ofAdministrativeHearingsandthe Final Order entered bythe Hearing Officer determined that itwas not inthe public interesttoplacetheentitysubmittingthis sworn statement on the convicted vendorlist [attach a copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THEPUBUCENTITY INDENTIFIED IN PARAGRAPH I (ONE)ABOVE IS FOR THAT PUBLIC ENTITY ONLY,AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED.I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT J>ROVpED IN SECTION 287.017,FLORIDA STATUTES.FOR CATEGORY TWO QF (ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Sworrr to and subscribed before me this i)a*0mhrr ,2oJfe, day of Personallyknown OR Produced identification )(Notary Public -State of JTiHYXjO My commission expires Q*~ICa 2fJv$ (Type of identification) (Printed,typed or Stamped commissioned Name of notary (LiAa FormPUR7068 (Rev.06/11/92) Thomai F.Pepe 02-23-15 23 ANALWL068 NOTARY PUBUC STATE Cg FLORIDA Cuiinft rPMUBt DRUG FREE WORKPLACE Whenevertwoormore Bids or Proposals which are equal with respect to price,quality and servicearereceivedbytheStateorbyany political subdivisions fortheprocurementof commodities or contractual services,a Bid or Proposal received froma business thatcertifies thatithasimplementeda drug-free workplace program shall be given preference inthe award process.Established procedures for processing tie Bids or Proposals shall be followed if none ofthetiedvendorshavea drug-free workplace program.In order to haveadrug-free workplace program,abusiness shall: 1)Publish a statement notifyingemployeesthatthe unlawful manufacture, distribution,dispensing,possession,oruseofacontrolledsubstanceis prohibitedintheworkplaceand specifying the actions that shall betaken against employeesfor violations ofsuch prohibition. 2)Informemployeesaboutthe dangers of drugabusein the workplace,the business1 policy of maintaining a drug-free workplace,any available drug counseling,rehabilitation,andemployee assistance programs,andthe penalties that maybeimposeduponemployeesfordrugabuse violations. 3)Giveeachemployee engaged in providing thecommoditiesor contractual servicesthatareunder Bid acopyof the statementspecifiedinSubsection(I). 4)In thestatement specified in Subsection (I),notify theemployees,that,asa condition of working of the commoditiesorcontractualservicesthatareunder Bid,heemployee shall abide bythetermsofthestatementand shall notifythe employee of anyconvictionof,orplea of guiltyor nolo contendere to,any violationofChapter893orofanycontrolledsubstancelawoftheUnitedStates orany state,foraviolationoccurringintheworkplacenolaterthanfive(5) businessdaysaftersuch conviction. 5)Imposeasanctionon,orrequirethesatisfactory participation inadrugabuse assistance or rehabilitation program,ifsuchis available intheemployee's community,byanyemployeewhoissoconvicted. 6)Makeagood faith effort to continue to maintain adrug-freeworkplacethrough implementationofthissection. Asthe person authorized to si§j<qhe stajfepient,I certify that this firm complies fully with the above requirements. RESPONDENTS Signature:\1/7 !}f A Print Name:/U A^*>UMr>^.n**Jbv /f^^***&^Y Date:I Z'l V~t /!6 Thomas F.Pepe 02-23-1S 24 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS. TO THE CITY OF SOUTH MIAMI We,. and agree specified have thesole responsibility for compliance with all the requirements ofthe Federal Occupational Safety and Health Actof 1970,and all Stateand local safely and health regulations, andagreeto indemnify and hold harmless the City of South Miami and Corradino Group against any and all liability,claims,damages,losses and expenses they may incur duetothe failure of (Sub-contractoc's names):A ithJtas1£(5KlTR/ jZk-O,,(Name of CONTRACTOR),hereby acknowledge TRACTOR for the "Twin Lakes Traffic Circle"project as tocomplywithsuchactor regulation. CONTRACTOR tfafr&?L< by:Ma.v^*c>(S-4P-W1 -ce^Pe. Name Title Thomas F.Pepe 02-23-15 25 AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS The person,or entity,whois responding tothe City's solicitation,hereinafter referredtoas "Respondent",must certify that the Respondent's name Does Not appear ontheStateof Florida,Department of Management Services,"CONVICTED,SUSPENDED, DISCRIMINATORY FEDERAL EXCLUDED PARTIES andCOMPLAINTSVENDOR LISTINGS". If the Respondent's name Does appear ononeor all the 'listings"summarized below, Respondents must "Check if Applies"next tothe applicable "Listing."The "Listings"can be accessed throughthe following link tothe Florida Department of Management Services website: http://www.dms.myflorida.com/business operations/state purchasing/vendor informati on/convicted suspended discriminatory complaints vendor lists DECORATION UNDER PENALTY OF PERJURY VM*rtQ CtV^T^t^z^ereinafter referred to as the "Declarant")state,under penalty of jierjury,thatthe following statements aretrue and correct:, (1)Irepresent the Respondent whose name is ty^ff'ffG ^^jJXcc^». (2)I havethe following relationship withthe Respondent CDulO^Y^^(Owner (if Respondent isasole proprietor),President (if Respondent is a corporation)Partner (if Respondent isa partnership),General Partner (if Respondent isa 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.myflorida.com/business_operations/sutejurchasing/vendorjnfonr^ cted_suspended_discriminatory_complaints_yendorjists (4)I have enteredan "x"ora check mark beside each listing/category set forth below if the Respondent's nameappearsinthelist found onthe Florida Departmentof Management Services websiteforthatcategoryor listing.If I didnotenteramark beside a listing/category it means that I amattestingtothefactthatthe Respondent's namedoesnotappearonthe listing forthatcategoryinthe Florida Departmentof Management Services websiteasofthedateof this affidavit. Check if Applicable Convicted Vendor List Suspended Vendor List DiscriminatoryVendor list FederalExcludedPartiesList Vendor Complaint List FURTHER DECLARANT SAYETH NOT (PrintnameofDeclarant) ACKNOWLEDGE! STATE OF FLORIDA ) COUNTY OF MIAMI-DADE ) Thomas F.Pepe 02-23-15 26 On this the Hi day of SgQgfrrtlfM .20lfo ,before me,the undersigned authority,personally appeared \A(lr\0 fhOrT ing Identifit ____.^__who is personally know to me or who provided the following fdentiffiation Vi^hO^^Obl^^ind who took anoathoraffirmedthatthathe/she/theyexecutedtheforegoing Affidavit asthe Declarant WITNESS myhandand official seal NOTARY PUBLIC: SEAL Thomas F.Pepe 02-23-15 ANM.VAUXE8 NOTARY PUWJC OTATEOFROraM CUWI#FF1N3S1 E***»6V10/2019 27 *ublic,State of Florida ArDfr V/Hdes (NameofNotary Public:Print, Stamp or typeascommissioned.) RELATED PARTY TRANSACTION VERIFICATION FORM I ///l/#r?Q jy^^g^T ^Z^individuallv and on behalf of M a^$x>La-J^Wc.,("Firm")have Name of Representative Compahy/V&filoflEntity read the Chy of South Miami C'City")'s Code of Ethics,Section 8A-I of the City's Codeof Ordinances and I hereby certify,under penalty of perjury thattothebestof myknowledge,informationand belief: (1)neither I northe Firm have any conflict of interest (as defined in section 8A-I)with regard tothecontractor business that I,and/orthe Firm,am(are)abouttoperformfor,ortotransact with,the City,and (2)neither I norany employees,officers,directorsofthe Firm,nor anyone whohasa financial interest greater than 5%in the Firm,hasany relatrve(s),as defined insection8A-I,whoisan employee ofthe City orwho is(are)an appointed or elected official ofthe City,or who is(are) amemberofany public bodycreatedbytheCity Commission,/.e„aboard or committeeofthe City,[while theethicscode still applies,iftheperson executing this form isdoingsoonbehalf ofa firm whosestockis publicly traded,the statement in this section (2)shall be based solely onthe signatory's personal knowledge and he/she isnotrequiredtomakeanindependent investigation astotherelationshipofemployeesorthosewhohavea financial interest in the Firm.];and (3)neither I northe Firm,nor anyonewhohasa financial interestgreaterthan 5%inthe Firm, noranymemberofthosepersons'immediate family (i.e.,spouse,parents,children,brothers andsisters)hastransacted or enteredintoany contracts)withtheCity or hasa financial interest,direct or indirect,inanybusinessbeingtransactedwith the city,or withanyperson or agencyactingforthecity,other thanas follows: /v/jr Z: (if necessary,useaseparatesheetto supply additional information that will not fitonthisline;however,youmustmakereference,on the aboveline,to theadditional sheetandthe additional sheetmustbe signed under oath),[while theethicscode still applies,if the person executing thisformisdoingsoonbehalfofafirm whose stock is publicly traded, thestatementinthissection(3)shall bebased solely onthe signatory's personal knowledge and he/she is not required tomakeanindependent investigation astotherelationshipof those who havea financial interest in the Firm.];and (4)noelected and/or appointed official or employeeoftheCityofSouth Miami,or anyof their immediate family members(i.e.,spouse,parents,children,brothers andsisters)hasa financial interest,directly or indirectly,inthe contract betweenyouand/oryourFirmand the City other than the following individuals whoseinterestis set forth following theirnames:•»[/r _ (ifnecessary,usea separate sheet to supply additional informationthat will not fit onthisline; however,you must make reference,on the aboveline,to the additional sheet and the additional sheet mustbesignedunderoath).ThenamesofallCityemployeesandthatofall electedand/orappointedcity officials orboardmembers,whoown,directly or indirecdy,an interest of five percent (5%)or moreofthetotalassetsof capital stockinthefirmareas fe"°W'/Offir Thomas F.Pepe 02-23-15 26 (if necessary,usea separate sheetto supply additional information that will notfitonthis line; however,youmustmake reference,ontheabove line,tothe additional sheetandthe additional sheetmustbe signed under oath),[while theethicscode still applies,iftheperson executingthisformis doing soon behalf ofa firm whosestockis publicly traded,thestatement inthis section (4)shall bebased solely onthe signatory's personal knowledge and he/she isnot required tomakean independent investigation astothe financial interestinthe Firm ofcity employees,appointed officials orthe immediate family membersofelectedand/or appointed official oremployee.] (5)f and the Firm further agree nottouseorattemptto use any knowledge,property or resourcewhichmaycometousthroughour position oftrust,orthroughourperformanceof our duties under the terms of the contract withtheCity,to secureaspecial privilege,benefit, orexemptionfor ourselves,or others.We agree thatwe may not disclose oruse information, not available to members of the general public,forourpersonal gain or benefitorforthe personal gain orbenefitofanyotherpersonor business entity,outside ofthe normal gain or benefit anticipatedthrough the performanceofthe contract (6)I andthe Firm hereby acknowledge thatwe have not contracted or transacted any business withtheCityoranypersonor agency acting fortheCity,andthatwehave not appeared in representation ofanythirdpartybeforeany board,commission or agency oftheCitywithin the past /two years other than astnepast• follows:/O/A (if r/ecessar(ifnecessary,useaseparate sheet tosupply additional informationthatwillnot fitonthisline;however,you must makereference,on the aboveline,to the additional sheet andthe additional sheet mustbe signed underoath).X:\PurchasingWendor Registration\l2.28.l2 RELATED PARTYTRANSACTION VERIFICATION FORM [3].docx (7)Neither I norany employees,officers,or directors ofthe Firm,noranyoftheir immediate family (i.e.,asaspouse,son,daughter,parent,brotherorsister)is related bybloodor marriage to:(i)any member of theCity Commission;(ii)anycityemployee;or (iii)anymemberofany board or agency of theCity other thanas follows: A)/JL (If necessary,use a separate sheet to supply additional information that will not fit on this line;however,you must make reference,on the aboveline,to the additional sheet and the additional sheet must besigned under oath),[while theethicscode still applies,ifthepersonexecutingthisformisdoingsoon behalfofafirm whose stock is publicly traded,thestatementinthissection(7)shall bebased solelyonthe signatory's personal knowledge and he/she isnotrequiredtomakean independent investigation as to the relationship bybloodor marriage of employees,officers,or directors of the Firm,or of any of theirimmediate family toanyappointedorelected officials of theCity,or to theirimmediate family members]. (8)No Other Firm,noranyofficersordirectorsofthat Other Firm oranyonewhohasa financial interestgreaterthan 5%inthatOther Firm,noranymemberofthosepersons' immediate family (i.e.,spouse,parents,children,brothersand sisters)noranyofmy immediate family members(hereinafterreferredtoas"Related Parties")hasrespondedtoa solicitation by theCityinwhich I orthe Firm that I represent oranyonewhohasa financial interest greater than 5%inthe Firm,orany member ofthosepersons'immediate family (i.e.spouse,parents, children,brothers,andsisters)havealsoresponded,other thanthe following:irotnerv an Thomas F.Pepe 02-23-15 29 ^.(if necessary,usea separate sheetto supply additional information that will not fit onthis line;however,you must makereference,ontheaboveline,tothe additional sheet and the additional sheetmustbe signed under oath),[while the ethics code still applies,ifthe person executing this form is doing soon behalf ofa firm whosestockis publicly traded,the statement in this section (8)shall be based solely on the signatory's personal knowledge and he/she isnot required tomakeah independent investigation intotheOther Firm,orthe Firm he/she represents,as totheir officers,directors or anyone having a financial interest inthose Firms or any oftheir any member ofthose persons'immediate family.] (9)I andthe Firm agree thatweare obligated to supplement this Verification Form andinform the City ofany change in circumstances thatwould change our answers tothis document Specifically,aftertheopeningofany responses toa solicitation,I andthe Firm havean obligation to supplementthis Verification Formwiththename of all Related Parties who have alsorespondedtothesame solicitation andto disclose the relationship ofthose parties tome and the Firm. (10)A violation oftheCity's Ethics Code,the giving ofany false information,orthe failure to supplement this Verification Form,may subject meorthe Firm to immediate termination of any agreementwiththeCity,andthe imposition ofthe maximum fine and/or any penalties allowed by law.Additionally,violations maybe considered by and subjectto action bythe Miami-Dade County Commission on Ethics.Under penalty of perjury,I declare that I have made a diligent effort to irw«stigatepe matters to which I am attesting hereinabove and that the statements made her^fnpovj!at/ejrue and correct to the best ofmy knowledge,information and belief. Signatun Print Name & Date: Thomas F.Pepe 01-23-15 30 Sec.8A-I.-Conflict of interest and code of ethics ordinance. (a)Designation. This section shall bedesignatedandknownasthe"CityofSouth Miami Conflictof Interest and Code of Ethics Ordinance."Thissection shall be applicable to all citypersonnelas defined below,and shallalso constitute a standard of ethical conduct and behavior for all autonomous personnel,quasi-judicial personnel,advisory personnel anddepartmentalpersonnel.The provisions ofthissection shall be applied ina cumulative manner.By wayof example,andnotas alimitation,subsections (c)and(d)maybeappliedtothesame contract or transaction. (b)Definitions.Forthepurposesofthissectionthe following definitions shall be effective: (1)The term "commission members"shall refertothemayor and themembersofthecity commission. (2)Theterm"autonomouspersonnel"shall refertothemembersofautonomousauthorities, boardsandagencies,suchasthecitycommunityredevelopmentagencyandthehealth facilities authority. (3)The term "quasi-judicial personnel"shall refertothemembersofthe planning board,the environmentalreviewand preservation board,thecode enforcement boardandsuch other individuals,boards and agenciesof the cityas perform quasi-judicial functions. (4)Theterm "advisory personnel"shall refertothemembersofthosecity advisory boardsand agencieswhosesoleorprimary responsibility istorecommend legislation or giveadvicetothe city commission. (5)Theterm"departmentalpersonnel"shall refertothecityclerk,thecity manager, department heads,the city attorney,andallassistantstothecityclerk,citymanagerandcity attorney,however titled. (6)Theterm "employees"shall referto all other personnel employed bythe city. (7)Theterm"compensation"shall refertoany money,gift,favor,thingofvalue or financial benefit conferred,or to be conferred,in return for services rendered or to be rendered. (8)The term "controlling financial interest"shall refer toownership,directly or indirectly,of ten percent or more of the outstanding capital stock inany corporation or a direct or indirect interest often percent or more ina firm,partnership,or other businessentityat the timeof transacting businesswith the city. (9)Theterm"immediate family"shall refertothespouse,parents,children,brothers and sisters of the person involved. (10)The term "transactany business"shall refertothepurchase or salebythecityof specific goods or servicesforconsiderationandtosubmittingabid,aproposalin response to a RFP,a statement of qualifications inresponsetoarequestbythe city,or enteringintocontract negotiations for the provision onany goods or services,whichever first occurs. (c)Prohibitionon transacting businesswiththecity. Noperson included inthetermsdefinedin paragraphs (b)(1)through(6)andinparagraph (b)(9)shall enter intoany contract ortransactanybusinessinwhich that personoramember oftheimmediate family hasa financial interest,directorindirectwiththecity or anyperson or agency actingforthe city,andanysuch contract agreementor business engagemententeredin violation of this subsection shall render the transaction voidable.Willful violation of this subsection shall constitute malfeasance in office and shall affectforfeitureof office or position. Nothinginthissubsection shall prohibitormake illegal: (I)Thepaymentoftaxes,special assessments or feesforservicesprovidedbythecity government; Thomas F.Pepe 02-23-15 31 (2)Tne purchase of bonds,anticipation notes or other securities that may be issued by the city throughsunderwriters or directlyfromtimetotime. Waiver orstirohibition.The requirements of this subsection may be waived fora particular transaction N^nly by four affirmative votes of the city commission after public hearing upon findingthat: (1)An open-to-\H sealed competitive proposal has been submitted by a city person as defined inparagraphs (b)(2).(3)and (4); (2)The proposal ha^been submitted by a person or firm offering services within the scope of the practice of architecture,professional engineering,or registered land surveying,as defined by the laws of the stateNand pursuant to the provisions of the Consultants'Competitive Negotiation Act,and wlwi the proposal has been submitted bya city person defined in paragraphs(b)(2),(3)and (4k (3)The property or services t\be involved in the proposed transaction are unique and the city cannot avail itselfofsuch property or services withoutenteringatransaction which would violate this subsection but for waiver of its requirements;and (4)Thattheproposed transaction vwRbe in thebestinterestofthe city. This subsection shall be applicable onW to prospective transactions,and the city commission mayinnocase ratify atransactionentered in violation ofthis subsection. Provisions cumulative.This subsection shall bte taken to be cumulative and shall not be construed toamendorrepealany other law pertaining tothesamesubjectmatter. (d)Further prohibitionon transacting business withthecity. No person included in the terms defined in paragraphs (b)(1)through (6)and in paragraph (b)(9)shall enter into any contract or transactNmy business through a firm,corporation, partnershipor business entityinwhichthatperson ok anymemberoftheimmediate family has a controlling financial interest,director indirect,withthecityoranypersonor agency acting forthe city,andanysuchcontract,agreementor business engagemententeredin violation of thissubsection shall render thetransaction voidable.The remaining provisions ofsubsection (c) will alsobe applicable to thissubsectionasthough incorporated byrecitation. Additionally,no person included in the term defined in paragraph (b)(1)shall vote on or participate in any way in any matter presented to the city commksion if that person has any of the following relationshipswithanyofthepersonsorentities whjch wouldbeormightbe directly or indirectlyaffectedbyanyactionofthecitycommission: (I)Officer,director,partner,of counsel,consultant,employee,fiduciar^sor beneficiary;or (2)Stockholder,bondholder,debtor,or creditor,ifinanyinstancethe transaction or matter wouldaffecttheperson defined in paragraph (b)(1)inamannerdistinct thorn themannerin which itwouldaffectthepublic generally.Anypersonincludedin the term dennedinparagraph (b)(I)whohasanyof the specifiedrelationships or whowouldor might,directly or indirectly, realize aprofitbytheactionofthe city commission shall notvoteonor participate in any way in the matter. (E)Gifts. (l)Deftnition.Theterm "gift"shall refertothe transfer of anything of economic value,whether in the form of money,service,loan,travel,entertainment,hospitality,item or promise,or ih^any other form,without adequate andlawful consideration. (2)Exceptions.Theprovisionsofparagraph (e)(1)shall notapplyto: a.Political contributions specifically authorized by state law; b.Giftsfromrelatives or members ofone'shousehold,unlessthe person isa conduit onbehalf ofathirdpartytothedeliveryofagiftthatisprohibitedunder paragraph(3); c.Awards for professional or civic achievement; Thomas F.Pepe 02-23-15 32 d.Material suchasbooks,reports,periodicals or pamphlets whichare solely informational orof an advertising nature. (3)Prohibitions,Aperson described in paragraphs (b)(1)through (6)shall neithersolicitnor demandany gift.It isalso unlawful foranyperson or entitytooffer,give oragree to give to.any person included intheterms defined in paragraphs (b)(1)through (6),orfor any person includedinthe terms definedinparagraphs (b)(1)through(6)to accept or agree to accept from another person or entity,anygiftfororbecauseof: a.An official.public actiontaken,or tobetaken,or which couldbetaken,or anomission or failure to take apublicaction; b.A legal dutyperformedortobe performed,orwhich could beperformed,oran omission or failure to perform alegalduty; c.A legal duty violated ortobe violated,or which could be violated by any person included in the term definedinparagraph (b)(1);or d.Attendance or absencefroma public meetingatwhich official actionistobetaken. (4)Disclosure,Any person included intheterm defined in paragraphs (b)(1)through(6)shall disclose any gift,or seriesof gifts fromanyonepersonorentity,having avalueinexcessof $25.00.Thedisclosure shall bemadeby filing acopyofthedisclosureformrequiredby chapter 112,Florida Statutes,for "local officers"withthecityclerk simultaneously withthe filing oftheformwiththeclerkofthe countyandwith the Florida Secretary ofState. (f)Compulsory disclosureby employees of firmsdoingbusinesswith the city. Should anyperson included intheterms defined in paragraphs (b)(1)through(6)beemployed bya corporation,firm,partnership or businessentityinwhich that person or the immediate family does not haveacontrolling financial interest,andshouldthe corporation,firm, partnership or businessentityhavesubstantialbusinesscommitmentsto or fromthecity or any city agency,or be subject to direct regulationbythecityora city agency,then the person shall filea sworn statement disclosingsuch employment and interest withtheclerkof the city. (g)Exploitation of official position prohibited. No person includedinthe terms definedinparagraphs(b )(l)through(6)shall corruptly use or attempt tousean official positionto secure special privileges or exemptions for that person or others. (h)Prohibition on use of confidential information. No person includedin the terms definedin paragraphs (b)(1)through (6)shall accept employment or engageinanybusiness or professionalactivitywhich one might reasonably expect would require or induce one to discloseconfidential information acquired by reasonofan official position,nor shall that person infacteverdiscloseconfidentialinformation garnered or gained through an official positionwith the city,nor shall that person ever usesuch information,directly or indirectly,forpersonalgain or benefit. (i)Conflicting employment prohibited. Nopersonincludedinthe terms definedinparagraphs (b)(1)through(6)shallaccept other employmentwhichwouldimpairindependenceofjudgmentinthe performance ofany public duties. (j)Prohibition on outside employment. (I)Nopersonincludedintheterms defined inparagraphs(b)(6)shall receiveanycompensation forservicesasanofficer or employeeof the cityfromany source other than the city,except as maybe permitted asfollows: a.Generally prohibited.No full-time cityemployee shall acceptoutsideemployment,either incidental,occasional or otherwise,where citytime,equipment or materialis to beused or where such employment orany part thereof istobeperformedoncitytime. Thomas F.Pepe 02-23-15 33 b.When permitted.A full-time city employee may accept incidental or occasional outside employment solongas such employment isnot contrary,detrimental oradverse to the interest ofthe city or any ofits departments and the approval required in subparagraph c.is obtained. c.Approval of department head required.Any outside employment by any full-time city employee mustfirstbe approved in writing bythe employee's department head who shall maintain acompleterecordofsuchemployment d.Penalty.Any person convicted of violating any provision ofthis subsection shall be punished as provided insection I-11 oftheCodeof Miami-Dade County and,in addition shall besubject to dismissal bythe appointing authority.Thecity may alsoassess against aviolatora fine not to exceed$500.00andthecostsof investigation incurred by the city. (2)All full-time city employees engaged in any outside employment for any person,firm, corporation or entityotherthanthe city,or anyofits agencies or instrumentalities,shall file, underoath,an annual report indicating the sourceoftheoutside employment,thenatureof thework being done and any amount of money orother consideration.received bythe employee fromthe outside employmentCity employee reports shall be filed with thecity clerk.Thereports shall be available ata reasonable timeand place for inspection bythe public. Thecity manager may require monthly reports from individual employees orgroupsof employees for good cause.. (k)Prohibited investments. Noperson included in theterms defined in paragraphs (b)(1)through (6)ora member ofthe immediate family shall havepersonalinvestments in any enterprise which will create a substantialconflictbetweenprivateinterestsandthe public interest (I)Certain appearances and payment prohibited. (1)Nopersonincludedintheterms defined in paragraphs (b)(1),(5)and(6)shall appearbefore anycityboard or agencyandmakeapresentationonbehalfofathirdpersonwith respect to anymatter,license,contract,certificate,ruling,decision,opinion,rateschedule,franchise,or other benefit sought bythethirdperson.Nor shall thepersonreceiveanycompensation or gift,directly or indirectly,for services renderedtoathirdperson,whohas applied for or is seekingsomebenefitfromthecityoracity agency,inconnectionwiththeparticularbenefit soughtbythethirdperson.Nor shall thepersonappearinany court or beforeany administrativetribunalas counselor legal advisortoapartywhoseeks legal relieffromthecity or acityagency through the suitinquestion. (2)Nopersonincludedintheterms defined in paragraphs (b)(2),(3)and(4)shall appearbefore thecitycommission or agencyonwhichthepersonserves,either directlyorthroughan associate,andmakea presentation onbehalfofathird person with respect to any matter,. license,contract,certificate,ruling,decision,opinion,rate schedule,franchise,or other benefit soughtbythethirdperson.Nor shall suchpersonreceiveanycompensation or gift,directly or indirectly,forservices rendered to athirdpartywhohasappliedfor or isseekingsomebenefit fromthecitycommission or agencyonwhichthe person servesin connection with the particularbenefitsoughtby the thirdparty.Nor shallthepersonappearinany court or before anyadministrativetribunalascounselor legal advisortoathirdpartywhoseeks legal relieffrom thecitycommission or agencyonwhichsuchpersonserves through thesuitinquestion. (m)Actions prohibited when financial interests involved. Nopersonincludedinthe terms definedinparagraphs(b)(I)through(6)shall participatein any official actiondirectly or indirectlyaffectingabusinessinwhich that person or any member oftheimmediate family hasa financial interest.A financial interest isdefinedinthissubsection toinclude,but not belimitedto,any direct or indirect interest inanyinvestment,equity,or debt. (n)Acquiring financial interests. Thomas F.Pepe 02-23-15 34 Noperson included in theterms defined in paragraphs (b)(1)through (6)shall acquirea financial interest in a project,business entityorpropertyatatimewhentheperson believes or hasreasonto believe that the financial interest may bedirectly affected by official actions or by official actions by the city or city agency of which thepersonisan official,officer or employee. (0)Recommending professional services. No person included in theterms defined in paragraphs (b)(1)through (4)may recommend the services of any lawyer or law firm,architect or architectural firm,public relations firm,or any other person or firm,professional or otherwise,to assist in any transaction involving the city or any ofits agencies,provided thata recommendation may properly be made when required to bemadeby the dutiesof office andin advance ata public meetingattendedby other city officials,officers or employees. (p)Continuing application after city service. (1)No person included in the terms defined in paragraphs (b)(1),(5)and (6)shall,fora period oftwoyearsafter his orher city service or employment has ceased,lobby any city official [as definedin paragraphs (b)(1)through (6)]in connection with any judicial orother proceeding,application,RFP,RFQ, bid,request for ruling or other determination,contract,claim,controversy,charge,accusation, arrest or other particularsubject matter in which the cityoroneofitsagenciesisapartyor has any interest whatever,whetherdirectorindirect Nothing contained inthis subsection shall prohibitany individual from submitting aroutine administrative requestor application toa city departmentor agency during thetwo-year period after his orherservice has ceased. (2)The provisions ofthe subsection shall not apply to persons who become employed by governmental entities,501(c)(3)non-profit entities or educational institutions or entities,and wholobbyonbehalfof those entitiesin their official capacities. (3)The provisions ofthis subsection shall apply to all personsdescribedin paragraph (p)(l) whosecityserviceoremploymentceasedafterthe effective dateoftheordinancefrom which this section derives. (4)Nopersondescribedinparagraph(p)(l)whosecityservice or employmentceased within twoyearspriortothe effective dateofthis ordinance shall foraperiodoftwoyearsafter his orherserviceoremployment enter intoa lobbying contract tolobbyanycity official in connectionwithanysubjectdescribedin paragraph (p)(l)inwhichthecity or oneofits agencies isaparty or has any directand substantial interest;andin which heorshe participated directly or indirectlythroughdecision,approval,disapproval,recommendation,the renderingof advice,investigation,or otherwise,duringhisorhercityservice or employment/A person participated "directly"where heorshewas substantially involved intheparticularsubject matter throughdecision,approval,disapproval,recommendation,therenderingof advice, investigation,or otherwise,duringhis or hercityservice or employment A person participated "indirectly"where he or she knowingly participatedinanywayin the particularsubjectmatter through decision,approval,disapproval,recommendation,the rendering ofadvice,investigation, or otherwise,duringhis or hercityserviceor employment All persons covered bythis paragraph shall execute an affidavit onaformapprovedbythecity attorney prior to lobbying anycity official attesting that the requirements ofthis subsection do not preclude the person fromlobbyingcity officials. (5)Any person whoviolatesthissubsectionshallbesubject to the penaltiesprovidedin section 8A-2(p). (q)City attorney to render opinions on request. Whenever any person includedinthetermsdefinedinparagraphs (b)(1)through (6)and paragraph(b)(9)isin doubt astothe proper interpretation or applicationofthisconflictof interest and code ofethics ordinance,or whenever any person who renders services to the city Thomas F.Pepe 02-23-15 35 isin doubt asto the applicability of the ordinance that person,may submit tothecity attorney a full written statement ofthefactsandquestions.Thecity attorney shall then render anopinion tosuchpersonand shall publish these opinions withoutuseofthenameoftheperson advised unless the person permits the useofa name. (OrdNo.6-99-/680,§2,3-2-99) Editor's note-Ord.No.6-99-1680,§I,adopted 3-2-99,repealed §§8A-I and8A-2intheir entirety andreplaced them withnew §§ 8A-Iand8A-2.Former §§8A-Iand8A-2pertainedtodeclarationof policy and definitions, respectively,andderivedfromOrd.No.634,§§I (IA-1),I (IA-2)adopted Jan.II,1969. Thomas F.Pepe 02-23-15 36 PRESENTATION TEAM DECLARATION/AFFIDVAIT OF REPRESENTATION This affidavit isnotrequiredfor compliance withtheCity's Solicitation;however,itmaybe usedtoavoidtheneedtoregistermembersof your presentationteamas lobbyists.Pursuant toCity Ordinance 28-14-2206 (c)(9),any person who appears asa representative foran individual orfirmforanoralpresentationbeforeaCity certification,evaluation,selection, technicalreview or similarcommittee,shall listonan affidavit providedby the City staff,all individuals whomaymakeapresentation.The affidavit shall be filed bystaffwiththeClerk's office at the timethecommittee'sproposalissubmittedtotheCity Manager.Forthepurpose ofthissubsectiononly,thelistedmembersofthepresentationteam,withtheexceptionofany person otherwise requiredtoregisterasa lobbyist,shall notberequiredtopayanyregistration fees.Noperson shall appearbeforeanycommitteeon behalf ofan anyone unless he or shehas beenlistedaspartofthe firm's presentation team pursuant tothis paragraph or unless he or sheisregisteredwiththeCityClerk's office asa lobbyist andhas paid all applicable lobbyist registration fees.A ^ Pursuant to '92.525(2),Florida Statutes,the undersigned,A^^O CXr^1 t makes the following declarationunderpenaltyofperjury: Listedbelow are all individuals whomaymakeapresentationonbehalfof the entity that the affiant represents.Pleasenote;No person shall appear before any committee on behalf of anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unlesshe or she is registered with the Clerk's office asa lobbyist and has paid all applicable lobbyist registration fees. NAME TITLE Ua+Sd (St^~^*^-^y^^cL^sdh Forthe purpose ofthis Affidavit ofRepresentationonly,thelistedmembersof the presentation team,withtheexceptionofanyperson otherwise requiredtoregisterasa lobbyist,shall not berequired to payanyregistrationfees.The Affidavit of Representation shall be filed withtheCityClerk's office atthetimethecommittee's proposalissubmittedtotheCityaspartoftheprocurementprocess. Underpenaltiesof perjury,I declarethat I havereadtheforegoingdeclarationandthat the facts stated initare true and specifically thatthe persons listedaboveare the members of the presentationteamoftheentitylistedbelow Thornai F.Pepe 02-23-15 if Print nameof entity beingn END OF SECTION 37 NOTICE OF AWARD Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 The City has considered the Proposal submitted by your firm forthe Twin Lakes Traffic Circle inresponsetoitsadvertisementforRequestfor Proposal and Instructions to Respondents. You are hereby notified thatyour Proposal has been accepted forthe Twin Lakes Traffic Circle in the lump sum amount ofS 0%&.o1f\\OQ ,broken down as follows: Base Proposal:$>!r&oTSA^OO Alternate #1: Alternate #2:fQ/flr Alternate #3:P/A You arerequiredbytheInstructionsto Respondents toexecutetheContractDocumentsatthetimeof submittal ofproposalandto furnish anyrequired bonding,including Performance Bond,Payment Bond,andinsurance documents(seeProposalSubmittalChecklistForm)withinten (10)dayfromthedateofthisnoticetoyou. Notwithstandingthe feet thatyouhaveagreed,by responding tothe Solicitation,tothetermsofthecontract attachedtothe Solicitation package,ifyou fail toexecutesaid Contract andtofurnishsaidbonds,the required insurancedocumentationwithinten (10)calendardaysfromthedateofthisnotice,the CITY shall havetheright andbeentitled,initssoleandabsolutediscretion,to disqualify the Proposal,revoketheawardandretainthe Proposal/Bid Bond/Security.Pleasebe advised thatifthe contract priceexceeds$5,000.00orifitisamulti-year contract requiringpayment out ofmorethanoneyear'sappropriation,theawardandthe contract mustbe approvedbytheCityCommissionbeforeitis binding ontheCity.WhileitisnotanticipatedthatCommission approval will takemorethan30daysfromthedateofthisnotice,pleaserememberthatpursuanttothetermsof the RFP and your^pmpIeTed Bid Form,your proposal is binding onyou and your company for 180 days fromthe date of receiptTotyour proposal. Dated thisdayof ,20 ACCEPTANCE OF NOTICE Receiptof the above Notice ofAwardisherebyacknowledgedby Onthis the dayof ,20. BY: TITLE: Youarerequiredto return anacknowledgedcopyofthisNoticeofAwardtotheCity Manager. END OF SECTION Thomas F.Pepe 02-23-15 38 NOTICE TO PROCEED PUBLIC CONSTRUCTION CONTRACT Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 TO:DATE: PROJECT DESCRIPTION:Twin Lakes Traffic Circle in accordance with Plans and specifications,if any,as maybe prepared inwhole or in part byCONSULTANT,referencedintheSupplementaryConditionsand Contract Documents. Youareherebynotifiedto commence Work inaccordancewiththe Contract dated ,on or before .Youare to complete the work within 90 calendar days.Thedateofcompletionofall Work is therefore 20 City ofSouth Miami BY: (printname) CityManager,or designee ACCEPTANCE OF NOTICE Receiptof the above Notice to Proceed is hereby acknowledgedby _ onthis"dayof .20. BY: TITLE: END OF SECTION Thomas F.Pepe 02-23-15 39 I.Scope of Work: Exhibit I SCOPE OF SERVICES Attachment A Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 Scope ofwork involves the construction ofa traffic circle within the City of South Miami and shall comply with applicable standards,including butnot limited totheFDOT and the Miami DadeCounty Public Works standards.Work covered under this contract shallalso include andis not limited to maintenance oftraffic,off duty Police officers,milling &resurfacing,clearing &grubbing,pavers,sidewalk,curbs,stripingand signage. Scopeofwork involves performing I"milling andI"resurfacing withType S-lll asphaltic concrete at the locations described below.All stripingshallbe thermoplastic paint. Temporary paint shall beincludedwithinthe thermoplastic paintitem. If the limerock baseisimpactedwithinthe milling process,thebase will needtobe reworked and compacted tocomplywith Miami Dade County Public Works standards and specifications. The awarded vendor mustobtainanypermits required.TheCity will waiveallCity permitfees.Permitsthat may berequiredby other agencies will bethe responsibility of the awarded vendor,including applicable fees. OffdutyPoliceofficerswillbe required forlaneclosures.Anallowance will beprovided for 60 hours ofoffdutyPoliceofficers.Theoff-dutyPoliceofficer hours itemisan estimate.Selected contractor will be required toapplyforarightofwaypermit,during whichtimePolice will evaluatetheMOTplanandassessifanoff-dutypoliceofficer will berequired.If the contractor believes thatmorethan 60 hours arerequiredforthis project,the contractor shall adjustthequantitiesandtotal cost forthisiteminthe proposal.If the number of hours required isless than the proposed number ofhours, the difference shallbe credited to the City. Work activityislimited to the hours from7:00a.m.through 6:00p.m.,on weekdays fromMonday through Friday. II.Site Locations: TheprojectislocatedattheintersectionatSW 63rd Avenue andSW 42nd Terrace.The limits are defined in the exhibit titled ^Exhibit 2,Site Locations.9' Valuesutilizedfor the purpose ofthis RFP are approximate.Contractor is responsible tofieldverify the areas,and quantities asper the limitsdefinedby the sketchforeach location. Thomas F.Pepe 02-23-15 40 WHEN SUBMITTING THEBID PACKAGE,THE RESPONDENT IS TO PROVIDE A LUMP SUM PRICE. RESPONDENTS ARE TO PROVIDE AFEE BREAKDOWN INCLUDING UNIT COST AND QUANTITES FOR EACH TASK INCLUDED IN THE LUMP SUMPRICE;INCLUDING BUT NOT LIMITED TO: MOBILIZATION,MAINTENACE OF TRAFFIC,OFF DUTY POLICE, RESURFACING (TYPE S-lll ASPHALTIC CONCRETE),MILLING ASPHALT,STRIPING (THERMOPLASTIC PAINT). REFER TO EXHIBIT 3 "BID FORM."THE CITY WILL AWARD THE ENTIRE PROJECT TO A SINGLE CONTRACTOR BASED ON THE LUMP SUM AMOUNT SUBMITTED. III.Plans and Specifications: Plans prepared by the Corradino Group,titled "Twin Lakes Traffic Calming"are apartof this RFP by way of reference;"Exhibit 2,Site Locations." IV.Project Duration &LiquidatedDamages: The current estimate to complete construction ofthe project is 60calendardays substantial completion.Thermoplastic paint shall be installed 30 calendardays after substantial completion.90totalcalendardays to final completion from issuance of Notice to Proceed. Liquidated Damages shall be paid by the Contractor at the rate of $1,000.00 dollars per day, plus any monies paid by the Owner to the Consultant,if any,for additional engineering and inspection services,if any,associated with such delay. V.Warranty: The standard manufacturers warranty information must be provided in writing for all equipment being proposed,including installation byanauthorizeddealer. NOTE:A Performance and Payment Bondis required for the full amount of the project Thomas F.Pepe 02-23-15 END OF SECTION 104-98 285-706 327-70-1 334-1-13 520-2-2 §20-2-4 520-2-8 522-1 522-2 526-1-2 527-2 570-1-2 700-1-91 700-1-60 706-3 78 9-91-922 789-11-123 711-9 9-124 711-19-125 791-19-143 791-16-911 79 9-96-219 71 S-g1-224 109-1 102-1 190-1-1 AttedhnMnt © T^oira Lakes Traffic Clrcte (§W £3 Awmmm A SW 42 Tamig©) rfpiww20i«-25 TWBNI L&Kii traffic CM&LM ®fVaBaa©8 INLET PROTECTION SYSTEM OPTIONAL BASE GROUP 06 MILLING EXISTING ASPHALT PAVEMENT (I"AVG.) TYPE S-lll ASPHALTIC CONCRETE CONCRETE CURB TYPE "B" CONCRETECURBTYPE "P°AND SPECIAL CURB CONCRETE CURBTYPE gRA°~ CONCRETE SIDEWALK (4D THICK)(INCLUDING PEDESTRIAN RAMP) CONCRETE SIDEWALK (6"THICK)(INCLUDING DRIVEWAYS) ARCHITECTUAL PAVERS DETECTABLE WARNING SURFACES PERFORMANCE TURF(SOD) SINGLE POST S9GN (LESS THAN 12 SF) SINGLEPOST SIGN.REMOVE RETRO REFLECTIVE PAVT.MARKER B9-P8RECTBONAL TRAFFIC STRIPE SOUP (8°WH9TE) TRAFFIC STR9PE SOUP (12°WHITE) TRAFFIC STRIPE SOLIP (18°WHITE) TRAFFIC STR9PE SOUP (24°WHITE)AND YflaP UNI (WHITE) TRAFFIC STRIPE SOUP (2MQ (12°WHITE) TRAFFIC STRIPE SOUP (6°WHTTE) TRAFFIC STRIPE SOUP (6"YELLOW) TRAFFIC STRIPE SOUP (98°YELLOW) MOBILIZATION MAINTENANCE OFTRAFFIC CLEARING AND GRUBBING Y®YM. END OF SECTION F.Pejsa 82-23-0S umw EA JUL SY 90 SY 1.240 TN 70.® IF 3S8 LF 197 LF 826 SY 136 SY 84 SY 7! SY 24 AS 40 AS EA 06f LF 59 LF 265 LF 7S LF 304 LF 32 0.162 0.2 IS LF 33 IS LS LS M-•W -&m ifa* 4S. m^ „«*•<&?__I w@- _£, w 3>* mm &m2 mi wf.13® i9@- JM7' urn? •mM ____; tc 3t^jc-, EXHIBIT!• Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20I6-2S SITE LOCATIONS Thomas F.Pepe 02-23-15 43 Commission: Mayor PHILIP K.STODDARD Vice Mayor,Group IV WALTER HARMS Commissioner,Group I GABRIEL EDMOND Commissioner,Group II JOSH LJJSBMAN Commissioner,Group HI ROBERT WELSH INDEX OF SHEETS SHEET t NO,SHEET DESCRIPTION KEYSHEET 2 TYPICAL SECTIONS S ROADWAY SVUUARY OFQUANTITIES 4THRU5 GENERALNOTES 6 ROADWAY PLANS 7 EXISTINGSURVEY 8 MISCELLANEOUS CONSTRUCTION DETAILS 9 TRAFt-K CONTROL GENERAL NOTES, >o TRAFFIC CONTROL PLAN II SIGNING AND MARKINGS TaSULATION 0F QUANTITIES >2 SIGNINGAND PAVEMENT MARKINGS GOVERNING STANDARDS AND SPECIFICATIONS; •FLORIDA DEPARTMENT OF TRANSPORTATION. DESIGN STANDARDS DATED 2015, ANDSTANDARDSPECIFICATIONS,FORROAD AND BRIDGE CONSTRUCTION DATED JANUARY ifcte, -MlAMJiDAOECOUNTY PU|BUC WORKS DEPARTMENT STANDARDS AND SPECIFICATIONS PARTS 1,2 AND 3L CITY OF SHUTH MIAMI CAPITAL IMPROVEMENTS PROGRAM TWIN LAKES TRAFFIC CALMING ..TRAFFIC.CIRCLEAT ,.._..., S.W.42ND TERRACE &S.W.S3RD AVENUE THE CJTY OF PLMjANT LIVING ROADWAY SHOP DRAWINGS TO BE SUBMriTED TO: JUAN.GARLOS.ALCANTARA.P.E.No £4760 THECORRAXMO6R0UP 4055RVV.57THAVE,DORAL FL,33178 Ph:(30$)594-073SFax:QQ5)69*0756 PROJECT LOCATION ,<SX,4Brtf TERRACE AMD S.*.6Jt</AVEWE PLANSPREPAREDBY; CORRAD INO 4055N.W.97lhAv©nwo.Doral,Fio<Wa.33178 F>h ;.(305j W-0735 Fax:(365J 594-0755 CtetJficale;Of AuthorizationNo.00007665 Vendor JK 61-071-3040 mm wx's wxm xways cwx en BEJTOfife TOO: ww».t>Otun>tUpf.(om Q 0. MILES CITYOF SOUfH MIAMI PROJECf MANAGER:RfCARDO AyALA.PE. 44 fiW •.V;.v.o ft.""X ,••*ve>c^ NOTE:THESCALEOFTHESEPLANSMAYHAVEGH.ANQE0 OpETO REPRODUgViON. ROADWAY PLANS :ENGINEER OF RECORD:JyANjgARLOS ALC P.E.NO;:647fiQ; SHEET NO, o/'trm-stcnitei mriM />«>iWrstiui»mmcf.c\rw *.£wooGoiakiW<x^vu>rs!icctjrj< MILL EXISTING ASPHALT PAVEMENT (C AVjGJ RESOffFACfHG TYPE .5-111ASPHALTIC CONCRETE (1% •VISIONS CQRRA D INO ,4055 AW.97th AvenUa,Coral.Florida,331.7* Pb.:,;<MS)>5$fc0735 Fax:;<305)594-50755 CertificateOf Aylboriz3ik>n Np 0000768^ E.6.R.Juan Cartoa Alcantara,P.E;.hl'Q.64760 §Survey typical action N.TJ, ^EXISTtiCVRB TYPE."(P.;tTOREMtytii CITY OF .SOUTH MIAMI WPITAt,IMPROVEMENTS PROGRAM <)«!.*.»»W AWWU6' £/rr of dopjit )hi$mi CMPTTAL l^PROYMmNTS PROGRAfif POQ^EjCTfilAHB iWMi:StwMiarrii TWMLAKBTS:WLiFfilG GALAiiAte pf>$l;&CTty:wm Kh EXISTING VMEROCK BASE:THAT IS REMOVED CW BE INCORPORATED iktO THE STABILIZED PORTION 0F WE SUBBRAOZ BUT IS NOT TO BE USED IN CONSTRUCTION OF THE;PROPOSED BAS& £.-EXTEND-BASE:&BEYOND E0&S OF PAVEMENT fiNti 6" BEYOND '$$K OF CVR'B *f ALL CONNECTIONS.TO C/7Y ROADS.AND STREETS. 3.-SODDING TO BE USED AT LCtytiQt'S#HERE INDfCATgD ON WE jyANS AND WHERE EXISTING LAWNS.ARE DISTURBED,AS DIRECTED BY THE CtW OF SOUTff MIAMI ENGINEER.. •4.r CONCRETE PAVERS!SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH Of 14/300 PSH TTPZeAL,SMaTiom SHEET NOl jsottro W/l2/2C)6.i:7GXS?fl4i W M*ID/S«W>M'«1W C£Cy\tO ."»?WOOO*>&t02\ra*p*»t\TyFStipCI.OCM \sumAm of WMiriTiEs \SUMMA/^OF ROADWAY PAT ITEMS item\ No. ITEM WIT TOTAL QUANTITIES 101-1 }(OBILIZATJON LS i \ 102-t MAINTENANCE dF TRAPFIG LS i\' t04~}B INLET PROTECTION SYSTEM.EA a \ IIO-l-l CLEARING ANDi,GRUBBING LS i V 285-706 OPTIONAL BASE *RQUP OS SY 90. V 327-70-1 MILLING EXISTING ASRHALT PAVEMENT UD"AVQJ SY I&®. \ JH-I-I3 TYPE S?IU ASfiHALTtt coycREtE TN 70 \ 520-2-2 CONCRETE CURB TYPE 'B'\LF 39B \ 520-2^CONCRETECURBTYPE 'D'AND SRECIALCONCRETECURB LF """"197 \ 520-2-8 concrete CURB Type 'ra'\LF IBS \ 522-1 CONCRETE SIDEWALK «*THICK)IINCWDINGSPEDES TR/ANRAMP)SY 136 \ 522-2 CONCRETE SIDEWALK.<G'THICK;(FOR SPLITTER,ISLANDS)SY 64 \ 526-1-2 ARCHITECTURAL PAVERS \SY 66 \ 527-2 OETECtABLE WARDING SURFACES \SF 71 \ 570-1-2 PERFOHMANCE TURF (SOD)\sr 60 \ 999-25 CONTINGENCY \LS I \ \ V Refer to Schedule of Values within RFP V \ \ \ \ \ \ \ \ \ \ .....i .. \ \ .,•--A PAY ITEM NQTESi 102-1 i INCLUDES THE C0ST FQ.R ALL ITEMS REQUIRED FOR MAINTENANCE OF TRAFFIC DURING CONSTRUCTION. 285~70&:INCLUDES ALL EXCAVATION NECESSARY TO ACHIEVE:THEUFtNAL ELEVATIONS D$PICTE0. IN THE PIANS. 520-2rZ,520-2-4,52,0-2-8,S22-I «522S:INCLUDES EXCAVATION ANQ FILL FOR CONSTRUCT ION OF NEW CURB TYPE B..CURB TYPE D,CURB TYPE RA AND SIDEWALK,QUANTITIES MAY BE INCREASED.DECREASED OR OMITTED AS QIRECTEO BY THE CITT OF SO^TH tltAMI PROJECT MANAGER, 526-1-2i INCLUDES I"LAYEROF SILICA SANDUNDERNEATH PAVERS. 570-1-2:INCLUDES ALL EXCAVATION ANDFILL NECESSARY TOACHIEVETHEFINAL ELEVATIONS DEPICTED IN THE PLANS. pgSCftiPTfQNZ CORRAD IN 0 4055fl,WL,97ih Avonuo.Doral;Florida.33178 Ph;(305)504-$735 Fax;(305),394^0755 Certificate Of Authorisation N>.00007685 JE.Q.ft.JjuanCartesAlcantara,P.E.;No.64760 rilhCii: CITY OF SOUTH MIAMI CAPITALIMPROVEMENTSPROGRAM crrr of soxfth W4Mi GAPJTAt,ptPBOVEMBHTS J*RQGRAJf R0ADWA r SUMMARY OF QUANTITIES XHEBT NO. SewttiWiarrtf pMjeCT NAye. TWm LAKES TRAFFIC CALMING HZR Wli/lpU S.W'55i*«S6 PH J:\4I91 South Mitmi CrC\TVh)Ha ?s6QPGIH{?l<>?vo4<Jnay\SVHQ*Ml.pG> GE N E R A i w r e s 1. TH E IN F O R M A T I O N PR O V I D E D ON TH E PL A N S IS BA S E D ON TH ^ ^ B E S T MA I L A B L E . IN F O R M A T I O N . AND > SH O U L D i \ B E C O N S m W p ap p r o x i m a t e : Co n t r a c t o r s h a l l be ; BB S P ^ s i a L t m Fm ^ m i z i N G hi m s e l f w i t h •c u r r e n t si Y e co n d i t i o n s , an d sh a l l RE P O R T DI S C R E P A N C I E S TQ TH E EN G I N E E R PR I O R TO ST A R T I N G WO R J i f 2. CO N T R A C T O R WIL L SE C U R E yt Q R K SI T E TO . PR O T E C T TH E PU B L I C HE A L T H AN D WE L F A R E , : '3 - TH E CO N T R A C T O R WIL L SE C U R E .A N D PA Y FO R AL L PE R M I T S . FO R TH E \f f i R K N E C E S S A R Y TQ . CO M P L E T E TW S PR O J E C T . 4. AL L WO R K WIL L BE IN AC C O R D A N C E WIT H TH E LA T E S T ED T T f Q N OF TH E FO O T ST A N D A R D SP E C I F I C A T I O N S ' FO R RO A D AN D BR I D G E CO N S T R U C T I O N , M/ S l Q N S .2 AN D 3> 5. CO N T R A C T O R TO RE P A I R AL L . DA M A G E S :/ A C * / W ? £ Q AS A RE S U L T QF CO N S T R U C T I O N AC T I V f T i E S SP C H AS BU T MT UM I T & fp SI D E W A L K , . P A V E U E H T , LA N D S C A P I N G , FE N C I N G , ET C j . NO AL ^ l T i G k A L j C O M P E l N S A T - l O N . " W I L L BE WE N . 6. CO N T R A C T O R SW A L t CO N T R O L / R E M O V E DU S T WIT H A ST R E E T SW E E P E R US I N G WA T E R OR ' OT H E R EQ U I P M E N T CA P A B L E OF CO N T R O L L I N G QU S f - AP P R O V A L OP TH E US E OF SU C H EQ U I P M E N T IS CO N T I N G E N T UR Q f U . IT S LT £ M Q N S T R A T £ d AB i L J T r TO DO TH E WO R K . C L E A N I N G , . AN D SW E E P I N G $ ' # B£ ML V D E P ^ IT E M Mi t V M W E N A N G E OF ' : W ^ i 7. AL L PU B L I C LA N D CO R N E R S AN 0 MO N U M E N T S WIT H I N TH E LI M I T S OF CO N S T R U C T I O N S H A L L .B E PR O T E C T E D BY TH E WT R . A C T O R AS . FO L L O W S : C O R N E R S AN D MO N U M E N T S li t CO N F L I C T WIT H WE WQ R * AN D IN DA N G E R OF 0I N O pA U A G E D t D S S T R O Y E O OR CO V E R E D S H A f l BE PR O P E R L Y RE F E R E N C E D & A RE G I S T E R E D . LA N D SU R V E Y O R IN AW t f O A N C E : WIT H TH E MIN I M U M TE C H H I C A L ST A N D A R D S QF TH E FL O R I D A BO A R D OF PR O F E S S I O N A L LA N D : SU R V E Y O R S ; PR I O R TO BE G I N N I N G WO R K AT TH E SI T E , TH E CO N T R A C T O R SH A L L RE T A I N TH E LA N D SU R V E Y O R TO RE F E R E N C E * AN D RE S T O R E , UP O N CO M P L E T I O N OF TH E , WO R K , AL L SU C H CO R N E R S ? AN D MO N U M E N T S AN D SH A L L FU R N I S H TH E EN G M E R A SI G N E D AN D SE A L E D CO R Y OF TH E LA N Q SU R V E Y O R ' S RE F E R E N C E DR A W I N G . - C O $ T OF TH I S ^O R K SH A L L & DE E M E D IN C I D E N T A L TO TH E TO T A L . PR O J E C T CO S T . 8. TH E CO N T R A C T O R SH A L L NO T I F Y TH E Cf t Y IN WR I T I N G AT LE A S T 4$ HO W S PR I O R TO CO M M E N C E M E N T OF mS T R U C t l O N . 9. WE CO N T R A C T O R . SH A L L BE , RE S P O N S I B L E FO R PR O V I D I N G A PR O P E R ST A G I N G AR E A . 10 . TH E CO N T R A C T O R SH A L L BE RE S P O N S I B L E TO SA T I S F Y AL L RE Q U I R E M E N T ? ; OF -A N Y nE G U L A T O R f .A G E N C Y PE R M I T S (N RE G A R D S TQ CO N S T R U C T I O N AC T I V I T I E S AN D RE L A T E D CO N D I T I O N S PR I O R ' TQ TH E . ST A R T OF - CO N S T R U C T I O N . 11 . TH E CO N T R A C T O R SH A L L MA I N T A I N PE D E S T R I A N AN D VE H I C U L A R AC C E S S TO AI L AD J A C E N T PR O P E R T I E S AJ AL L TI M E S UN L E S S OT H E R W I S E AP P R O V E D BY TH E . CI T Y . 12 . TH E CO N T R A C T O R SH A L L NO T EN C R O A C H IN T O PR I V A T E PR O P E R T Y WI T H , PE R S Q N N E L f M A T E R I A t i OR EQ U I P M E N T 13 . TH E CO N T R A C T O R SH A L L DI S P O S E OF AL L EX C E S S EX C A V A T E D MA T E R I A L AN D DE B R I S TQ AN AP P R O V E D SI T E , IN A LE G A L MA N N E R AT N O AD D I T I O N A L CO S T T O TH E PR O J E C T , 14 . ST O C K P I L I N G QF MA T E R I A L IN RO A D W A r JS Np T A,U Q W £ Q > 15 . TH E CO N T R A C T O R SH A L L VE R I F Y , P H O T O G R A P H AN D IN V E N T O R Y TH E EX A C T LO C A T I O N OF AU l E X & T l N G TR E E S * Sm C W E S ; , PA V E M E N T OR OT H E R FE A T U R E S . AN Y EX I S T I N G ST R L C W H ^ A V E l i E ^ T R i E O R OT H E R EX I S T I N G FE A T U R E , $ H W IS »• CO N F L I C T wm & D i E X P O S E D Oft ff l AN Y W A Y DIS T U R B E D BY CO N S T R U C T I O N PE R P Q R M E 0 , UN D E R : JH E CO N T A C T . S H A L L . B E RE S T O R E D ' P R O M P T L Y : TO IT S OR I G I N A L CO N D I T I O N AT NO AD D I T I O N A L CO S T TO TH E , PR O J E C T * IS . TH E CO N T R A C T O R SH A L L NO T I F Y WE EN G I N E E R IN WR I T I N G lU M E D f A T E L Y OF AN Y - CO N F L I C T AR I S I N G DU R I N G CO N S T R U C T I O N FO R AN Y IM P R O V E M E N T S SH O W N ON TH E S E QB A N i N G S i 17 . AL L CO N S T R U C T I O N LA Y O U T SH A L L BE TH E RE S P O N S I B I L I T Y OF TH E CO N T R A C T O R . . AL L EX I S T I N G ST O R M SE W E R MA N H O L E TO P S AN D CA T C 0 BA S I N . GR A T E S WIT H I N TH E PR O J E C T AR E A SH A L L . B E 0D I F I E Q ** £ ., , — . , -, . . - , . - - i_ : ^ _ •• _ , • - „ : . « . . - -~ :• .i J - . . - - «• „* . « . . « > : . . , ™ a. J i e i , * ^ &A Y ft E M * PL A N S ' MAY NO * I NE C E S S A R Y UT I U W TO P S l TO B E AD J U S T E D : 19 . AL L PR O P O S E D WO R K SH A L L 0£ . PE R F O R M E D ' W I T H I N TH E LI M I T S OF TH E EX I S T I N G , ST A T E / L O C A L Rf G H J - O f ^ l A Y , AN D Aid . IM P R O V E M E N T S SH A L L * ? CO N S T R U C T E Q , AN D iN S T A L L E Q mW ! " ?A J D LI M I T S . 20 . TH E CO N T R A C T O R SH A L L AS S I S T WE CI T Y WIT H TH E HA N D L I N G OF PU B U C iN F O R M A T I O N MA T E R I A L S , IN C U J O W CI T I Z E N NO T I F I C A T I O N LE T T E R S AN D PR O J E C T CO N S T P J J C T m SM S i f W O R T T O TH E ST A R T OF EA C H SI G N I F I C A N T PH A S E OF CO N S T R U C T I O N . CO S T OF TH J S W O R K SH A L L BE IN C L U D E D IN TH E MA I N T E H a N C E OF TR A F F l C - B f C i IT E M , 21 . AL L EX C E S S MA T E R I A L AS DE S I G N A T E D BY TH E EN G I N E E R IS TQ BE Pt S P Q S E Q OF BY TH E . CO N T R A C T O R . W AR E A S ' PR O V I D E D BY HIM WIT H I N 72 HO U R S OF BE I N G DE P O S I T E D IN TH E $0 1 ( 5 f R U C T I O N AR E * AN D AT TH E CO N T R A C T O R ' S EX P E N S E ; 22 . TH E CO N T R A C T O R SH A L L PA I N T AL L ST A T I O N S Vfl T H ST E N C I L E D NU M B E R S ON TH E FA C E OF TH E CU R * A, FR O M TH E BE G I N N I N G OF T H E PR O J E C T WH E R E TH E CU R B 1$ TO RE M A I N . B, AT NE W CU R B N0 f LA T E R TH A N 7Z . HO U R S AF T E R ' B£ l N & PO U R E D . C, WH E R E ' CU R B DO E S NO T EX I S T AN D SH A L L NO T BE : CO N S T R U C T E D W E CO N T R A C T O R SH A L L MA I N T A I N ST A T I O N I N G WI T H SU R V E Y I N G ST A K E S . tH E CO N T R A C T O R SH A U MA I N T A I N TH E ST A T I O N MA R K S VIS I B L E : UN T f k FIN A L IN S P E C T I O N ; CO S T TQ BE IN C L U D E D IN RE L A T E D PA Y IT E M I0 2 ~ l MA I N T E N A N C E O F TR A F F I C . TO MA T C H Wi s W f ' W A P t BY Ci t y ' CO n Y r a C T O R I C O S T SH A L L BE iN C l D E N T A L TO PA i / E M E N T PA Y IT E M , PL A N S ' . MAY NQ T SH O W AL L LO C A T J Q N S HZ C g S S A f r FO R : A0 J U S T U E N t s ; ' C O N T R A C T O R IS RE S P O N S I B L E .F O R LO C A T I N G ? AU . / z s > 2 6 > 2 7 . 2 9 . 3 0 . CL E A R I N G AN D DR U B B I N G . . G0 A 0 ( N G AN D OT H E R IN C I D E N T A L WO R K ' NE C E S S A R Y FOR'HARMONI^ATJONINSIQERljUHTOF WA Y SH A L L BE • iN C L U 0 £ D ' j( l T H E RE L A T E O B / D IT E M S , fA S P H A L T . SO D . CQ/iCHETE.BRICKS.PAV&RS.ETC,I TH E CO N T R A C T O R . 0 . CQ M L f N C T W : MT H TM CI T Y PR O J E C T VA N A G l E R . SHALLfrfSWWtEENGLISHAND Sf i A N t S H LA N j S L l A Q E PU 8 L I C UE O R M A f J O N FL Y E R S TO TH E AF F E C T E D RE S I D E N T S ANDW$l#ESS£sUtLEASTSEVEN H i DA Y S BE F O R E BE G I N N / N g : CO N S T R V C T l O A . CO S T TQ BE IN C L U D E D IN IT&N101-T.MOBILIZATJON., PH W R JQ 'C O M M E N C E M E N T OF At f EX C A V A T I O N . . TH E CO N T R A C T O R . SH A L L COMPLYWlTHFLORIDASTATUTESS3.8SI FQ H TH E PR O T E C T IO N . OF M P E ; R G ^ U k 0 G A S p i ^ l j n e s . . ST A G I N G AN D . MA T E R I A L ST O R A G E SH A L L N O T B E CO N D U C T E D ON , AB U T T I N G PRIVATEPROPERTYWITHOUTAPPROVAL FR O M TH E QW N E i R . . PR l O R . -T O -B E G I N N I N G WO R K , A R( G H r - O F - £ N T R Y AG R E E M E N T ORLEASEBETWEENTHEPROPERTY OW N E k AN D TH E CO N T R A C T O R SH A L L BE EX E C U T e o WI T H CQ P I E S PR O V I D E D TQTHECJTYCONSTRUCTIONMANAGER. CO N T R A C T O R IS TO RE S T O R ? AL L SO D D t Q AR K A S OF TH E PR O J E C T MI C H AREDISTURBEDQUETOCONSTRUCTION AC T W l f l E S U PR O P O S E D LO C A T f O N OF TU R N O U T S TQ PR I V A T E PR O P E R T Y SH A L \ L \ BE VE R I F I E D PRIORTOCONSTRUCTIONANDMAYBE AD J U S T E D A S RE Q U I R E D . AL L MI S T I N G TR . E E S WI T H I N T H E CO N S T R U C T IO N LI M I T S . AR E T O RE M A I N UNLESSOT.HERWtSENOTED.ALLTREESCALLED TO B £ RE L O C A T E D A R E TO BE RE L O C A T E D WI T H I N T H E CO N S T R U C T t O H LI M I T S ASDIRECTEDBY.THECITYCONSTRUCTIQN MA N A G I R . AL L C O S T S AS S O C I A T E D TO . B E IN C L U D E D IN TH E CL E A R I N G ANDDRUBBINGPAYITEMIIQ^I-/.." SU R V E Y O H HO T E j S : 1. AL L EL E V A T I O N S HE R E . I N AR E BA S E D . O N TH E NA T I O N A L GE O D E T I C VE R T I C A L DA T U M OF.1929,Af^DA,BENCHMARKSUPPLIEDBYTHE PU B U C WO R K S DE P A R T M E N T O F Ml A M I - Q A p E CO U N T Y , FL O R I D A : 2. T O P O G R A P H I C IN F O R M A T I O N AN D BA S E L I N E </ MO N U M E N T LI N E G E O M E T R Y SHOWNQNPLANSWERETAKENFRQMTHE SU R V E Y PR E P A R E D BY LO N G I T U D E SU R V E Y O R S * RE G I S T E R E D LA N C ) SU R V E Y O R S *MAPPERS. Dt i A WA G E ti Q T E S l /. AL L E X I S T I N G S T O R M I N L E T S , P I P E S AN D MA N H O L E S AR E TQ RE M A I N UN L E S S OT H E R W I S E NOTEDWW£PLANS..EXISTINGPIPES, IN L E T S AN D MA N H O L E S TH A T AR E TO RE M A I N SH A L L BE CO M P L E T E L Y CL E A N E D OF DEBRISANDDESfLTED.ALLCOSTSASSOCIATEDWITH TH E RE M O V A L OF : EX I S T I N G PI P E S , IN L E T S f A N D MA N H O L E S t A S WE L L AS CL E A N I N G ANDDESILTINGEXISTINGPIPESTOREMAJNitQ B E IN C L U D E D IN PA Y IT E M i/ O r l " / , 2 . TH E CO N T R A C T O R IS RE S P O N S I B L E FO R KE E P I N G EX I S T I N G . AN D N E W I N L E T S C L E A N OFMILLINGMATERIAL,UMEROCK, DE B R I S , ET C . DU R I N G CO N S T R U C T I O N . AT NO : A D D I T I O N A L CO S T . EN V I R O N W E N T A t HP T E S f I. DU E TO TH E LI M I T E D SC O P E QF WO R K , NO IM P A C T S TQ EX I S T I N G HI S T O R I C A L AN D CULTURALRESOURCESAREEXPECTED-AS A RE S U L T OF t H E PR O P O S E D AC T I O N , 2< AN Y MA T E R I A L TO BE ST O C K P I L E D FO R PE R I O D S GR E A T E R : TH A N 24 HO U R S SH A L L BE,PROTECTED^APPROPRIATEEROSION, CO N T R O L fc V I C E S ) J, CO N T R A C T O R SH A L L K E E P NE W AN D E X I S T I N G I N L E T S C L E A N QF MI L L I N G MA T E R I A L S ARDDEBRIS*INLETSLOCATEDNEAR CO N S T R U C T I O N AC T l V I T i E S SH O U L D BE PR O T E C T E D BY AP P R O P R I A T E ER O S I O N CQ N T R Q L DEVICES.: 4. NQ ST A G I N G OR OT H E R AC T I V I T I E S FO R TH I S PR O J E C T SH O U L D OC C U R WI T H I N TH E ORIPLlNEOFEXISTINGTREES* 5. . PR E V E N T DA M A G I N G TR E E S A N D PL A N T E R S - WI T H I N OR IM M E D I A T E L Y AD J A C E N T TQ T H E PROJECT'SRIGHT-OF^fAY. 6. A CE R T I F I E D AR B Q R I S T CE R T I F I E D Bt TH E IN T E R N A T I O N A L SO C f E T t OF AR B Q R J C U L T U R E SHALk.BEiPRESENTONSITETODIRECT AL L RO O T PR U N I N G AN D / O R CA N O P Y TR I M M I N G AC T P / m E S If JE C E S S A R Y i 7. TR E E PR O T E C T I O N ' •S H O U L D \ B E IN S T A L L E D AR O U N D TR E E . S TP RE M A I N LO C A T E D AD J A C E N T TDCmHI^CTlONACTiyirJSS. 8. WE CO N T R A C T O R SH A L L NO T RE M O V E RE L O C A T E . OR , PR U N E : *N Y TR E E S WI T H O U T PRIORAPPROVALFROMTHECtTY{THE CO N T R A C T O R SH A L L OB T A I N AL L RE Q U I R E D PE R M I T S FR O M TH E CI T Y SO U T H OF MlAMl.eUBLtCWORKSDEPARTMENTPRIOR,TOANY TR E E RE M O V A t / R E L O C A T l O N . .# * \ * " 1 ff*ti~ $. ALL EX I S T I N G TR E E S AR E TO RE M A I N AN D SH M , BE PR O T E C T E D , ^ ^ % ^ c W ^ ^ ^ A ^ ^ ^ / ^ . PLANS, RE V I S I O N S DE S C M f T l D f i T C O R R A D I N O ms ^ N - W . #l f r ; A v < e f f u a , ^ Ph : (3 0 5 ) «9 < W ) 7 i 3 5 Fa x : . (3 0 5 ) 59 4 4 1 7 5 $ Ce r t i f i c a t e O f Au t f W t e a t t o n No . 0 0 0 0 7 6 6 5 .E A f U i i a n 6« ! < * At o a r f o r q . P . E - NP - 6 4 7 0 Q Ci T Y O F .S 0 U T H MI A M I CA P I T A L IM P R O V E M E N T S PR O G R A M CT T T Pf * S O V I W W A M I CA P I T A L IH P R O V B M E N M V PR O G R A M PR Q J E C T NA M g SHEET ,fvo; ^ t t t W t a T W I N L A K E S T R A F F I C C A L M I N G NQTE& i t * « J:UlS>fSwth.H.'v4HetKlJ»10A/ff»rf#,^\Wvr*Oi)/.CG/r S/ g A r / f V S AN D PA V E M E N T MA R K I N G NO T E S : 1. TH E CO N T R A C T O R SH A L L S U B M I T A- L I S T OF TH E E X I S T I N G S I G N S T O T H E C I T Y A T TH E PR E - C O N S T R U f i T t O N CO N F E R E N C E : AN Y LO S T OH , DA M A G E D SI G N S DU R I N G CO N S T R U C T I O N SH A L L BE RE P L A C E D AT N O AD D I T I O N A L CO S T . CO S T O F MA I N T A I N I N G EX I S T I N G S I G N S TO BE IN C L U D E D IN IT E M 10 2 - 1 , MA I N T E N A N C E OF T R A F F I C . 2. AL L SI G N I N G AN D P A V E M E N T MA R K I N G S IN S T A L L E D : AS PA R T OF T H E S E PL A N S SH A L L CO N F O R M TO TH E 20 0 9 ED I T I O N OF T H E FE D E R A L HI G H W A Y AD M I N I S T R A T I O N <F H N A I M A N U A L . QF UN I F O R M TR A F F I C CO N T R O L , DE V I C E S FO R ST R E E T S AN D , HlG H W A Y S r F L Q R , i P A DE P A R T M E N T QF TR A N S P O R T A T I O N DE S I G N ST A N D A R D S (2 0 1 5 ) . AL L S I G N PA N E L S : SH A L L BE FA B R I C A T E D TO CO M P L Y WI T H T H E M O S T RE C E N T ED I T I O N OF T H E FE D E R A L HIG H W A Y AD M I N I S T R A T I O N ST A N D A R Q HIG H W A Y SI G N S . 3. M A T C H EX I S T I N G PA V E M E N T MA R K I N G S AT T H E BE G I N I N G AN D A T T H E E N D O F T H E P R O J E C T A N D A T AL L SI D E S T R E E T S WI T H O U T JO G S AN D OF F S E T S . . 4. IN C O R R E C T L Y PL A C E D PA I N T MA R K I N G S OV E R NE W AS P H A L T PA V E M E N T WI L L BE RE M O V E D BY MI L L I N G AN D RE P L A C I N G TH E NE W AS P H A L T PA V E M E N T A MIN I M U M WI D T H Of L5 FE E T " A Y TH E CO N T R A C T O R ' S EX P E N S E . TH E EN G I N E E R MA Y AP P R O V E A N AL T E R N A T I V E ME T H O D IF IT CA N B E DE M O N S T R A T E D . TQ CO M P L E T E L Y RE M O V E T H E M A R K I N G S W I T H O U T DA M A G I N G TH E A S P H A L T . 5. AL L ST R I P I N G SH A L L BE TH E R M O P L A S T I C . U T I L I T Y N O T E S : AL L E X I S T I N G UT I L I T I E S AR E T O R E M A I N UN L E S S OT H E R W I S E NO T E D , AL L EX I S T I N G AB O V E - G R O U N D UT I L I T I E S AR E T O B E AD J U S T E D TQ MA T C H PR O P O S E D GR A D E EL E V A T I O N S . CO N T R A C T O R IS RE S P O N S I B L E FR O CO O R D I N A T I N G TH I S WO R K WI T H TH E AP P R O P R I A T E UT I L I T Y CO M P A N I E S . TW O FU L L B U S I N E S S D A Y S P R I O R T O DI G G I N G TH E CO N T R A C T O R SH A L L . CA L L SU N S H I N E ST A T E O N E CA L L OF FL O R I D A , TE L E P H O N E NU M B E R 81 1 , AM D TH E U T I L I T Y OW N E R S AN D RE Q U E S T UT I L I T Y LO C A T I O N S . A CO N T R A C T O R ' S RE P R E S E N T A T I V E MU S T B E P R E S E N T WH E N UT I L I T Y CO M P A N I E S LO C A T E TH E I R F A C I L I T I E S . TH E CO N T R A C T O R IS AD V I S E D TH A T PR O P E R T I E S AD J A C E N T TO TH E PR O J E C T HA V E EL E C T R I C * ST R E E T LI G H T I N G , TE L E P H O N E , G A S , W A 7 E R AN D / O R SE W E R SE R V I C E LA T E R A L S WH I C H MA Y NO T BE SH O W N IN PL A N S . TH E CO N T R A C T O R MU S T RE Q U E S T TH E LO C A T I O N OF TH E S E LA T E R A L SE R V I C E S FR O M TH E UT I U T Y CO M P A N I E S . TH E AD D I T I O N A L CO S T QF EX C A V A T I N G , IN S T A L L I N G * BA C K F I L L I N G AN D CO M P A C T I N G AR O U N D TH E S E LA T E R A L SE R V I C E S MU S T BE IN C J L U D E Q IN TH E B I D R E L A T E D IT E M FO R TH E WO R K . BE I N G D O N E . PR E - T R E N C H I N G IN TH E AL I G N M E N T AN D GR A D E OF PR O P O S E D PI P E S , ST R U C T U R E S , JF R E H C H DR A I N S , SL A B CO V E R E D TR E N C H E S , CO N D U I T S AN D / O R SU B - G R A D E SH A L L BE PE R F O R M E D SE V E N DA Y S IN AD V A N C E OF IT S CO N S t R U C t j Q N , TH E CO N T R A C T O R SH A L L PR O V I D E UN D E R G R O U N D UT I L I T Y OW N E R S AN D WE EN G I N E E R OF RE C O R D WI T H A SE V E N OA T S AD V A N C E NO T I C E OF AN Y CO N F L I C T WI T H PR O P O S E D CO N S T R U C T I O N . TH I S NO T I F I C A T I O N SH A L L P R O V I D E SU R V E Y IN F O R M A T I O N AB O U T EX I S T I N G UT I L I T Y AL I G N M E N T ^ G R A D E AN Q PO S S I B L E CO N F L I C T S ; PA Y M E N T FO R PR E - T R g N C t H N G * SU R V E Y AN D BA C K F I L L I N G SH A L L BE IN C L U D E D IN TH E CO S T O F TH E RE L A T E ! ) BI D IT E M FO R TH E . WO R K BE I N G DO N E , IT SH A L L BE TH E CO N T R A C T O R ^ SO L E RE S P O N S I B I L I T Y TQ VE R T I C A L L Y AN D HO R I Z O N T A L L Y PR O T E C T AN T AN D AL L EX I S T I N G UT I L I T I E S ON TH I S PR O J E C T . AN Y DA M A G E TO SU C H UT I L I T I E S SH O W N OR NO T SH O W N ON TH E PL A N S SH A L L BE IM M E D I A T E L Y RE P O R T E D TO T H E UT I L I T Y OW N E R . TH E OW N E R RE S E R V E S TH E RI G H T TO RE M E D Y SU C H DA M A G E BY OR D E R I N G OU T S I D E PA R T I E S T O MA K E SU C H R E P A I R S A T T H E EX P E N S E TO 'T H E CO N T R A C T O R . EX I S T I N G UT I L I T I E S SH A L L BE MA I N T A I N E D IN SE R V I C E DU R I N G CO N S T R U C T / O N UN L E S S OT H E R W I S E AP P R O V E D BY TH E . UT I L I T Y OW N E R . A L L E X I S T I N G U T I L I T I E S AR E TQ RE M A I N U N L E S S O T H E R W I S E NO T E D . UT I L I T Y O W N E R S : CO M P A N Y : AT L A N T I C BR O A D B A N D AT & T D I S T R I B U T I O N CO M C A S T C A B L E FL O R I D A CI T Y GA S FL O R I D A P O W E R * LI G H T DI S T R I B U T I O N Ui A U l - D A D E CO U N T Y PU B L I C WO R K S MI A M I - D A D E CO U N T Y WA T E R & SE W E R CO N T A C T P E R S O N ; DA V I D Mc B R l D E ST E V E MA S S I E KE I T H SW I N T RO L A N D RU I Z - TR A C Y ST E R N CC f A V l O VI O A L MA R I O G A R C I A TE L E P H O N E NU M B E R : ( 3 0 5 ) 8 6 1 ^ 8 0 6 9 (3 0 5 1 2 2 2 - 8 7 4 5 (9 5 4 ) 44 T ~ S 4 0 5 (3 0 5 ) 6 9 1 - 8 7 1 0 ( 8 0 0 ) 8 6 8 - 9 5 5 4 (3 0 5 ) 4 ) 2 - 0 8 9 1 1 7 8 6 ) 2 6 8 - 5 3 2 0 KN O W WH A T ' S B E L W AL W A Y S GA L L 81 1 B E F O R E YO U D I G tt h i V t t f c w . t t ' » t t i h w . yr w w . c a l l i u n s h i r i g c o m S U N S H I N E D E S I G N T I M E T N O , ? 4 3 4 0 3 3 4 5 AP P L I C A B L E CO D E S ! 1. AL i CO N S T R U C T I O N AN Q MA T E R I A L S SH A L L BE IN ST R I C T AC C t ) R 0 A N C E WIT H TH E LA T E S T BEMfiEHEVTSOFTHECITYOFSOUTHMIAHJ, FO O K AN D AL L OT H E R AP P L I C A B L E LO C A L , ST A T E AN D NA T I O N A L CQ O E S . 2. TH E CO N T R A C T O R SH A L L BE RE S P O N S I B L E FO B EN S U R I N G TH A T AL L CO N S T R U C T I O N BE.DONEfNASAFEMANNERANDIN ST R I C T CO M P L I A N C E WIT H AL L TH E RE Q U I R E M E N T S OF WE FE D E R A L OC C U P A T I O N A L SAFETYANQHEALTHACTOF1970,ANDALLSTATE AN D LO C A L SA F E T Y AN Q HE A L T H RE G U L A T I O N S , PR E r C O N S T R U C T l O N RE S P O N S I B I L I T I E S ; 1. PR I O R , TO TH E CO M M E N C E M E N T OF TH E CO N S T R U C T I O N AN D TH E RE C E I P T OF TH E -NOTltETOPROCEEDSTHECONTRACTORSHALL CO N T A C T ' T H E C.f i R . P R O J E C T • MA N A G E R AN Q AR R A N G E A PR E < O N $ T R U C T l Q ) l ' C O N F E R E N C E TOINCLUDETHEENGINEEROF RE C O R D , TH E C& T n A C T d R SH A L L SU B M I T A CO N S T R U C T I O N SC H E D U L E AN D BE PR E P A R E D TQpISCUSSANYCONCERNSORCOORDINATION EF F O R T S AN D RE Q U I R E M E N T S WIT H TH E PA R T I E S IN V O L V E D . . 2. TH E CO N T R A C T O R SH A L L OB T A I N A SU N S H I N E ST A T E ON E CA L L Q F FL Q R I D A * IN C . CE R T I F I C A T I O N NUMBERATLEAST4$HQURS PR I O R TO BE G I N N I N G AN Y EX C A V A T I O N ] CO N T A C T 8i l , W W w £ A U j S U N S H I N E . C O M 3. CO N T R A C T O R SH A L L PR E P A R E AN Q SU B M I T TO TH E Cf T Y EN G I N E E R A ST O R M WA T E R POLLUTIONPREVENTIONPLANACCORDINGTOTHp LA T E S T FD O T SP E C I F I C A T I O N S FO R RQ A Q . A N D BR I D G E CO N S T R U C T I O N ^ S E C T « W 10 4 - 6 \ CONTRACTORSHALLIMPLEMENTTHEPLANPRIOR AN D DU R I N G f CO N S T R U C T I O N AT NQ AD D I T I O N A L CO S T TO TH E OW N E R , PR O J E C T RE C O R D D O C U M E N T S : ' 1. DU R I N G TH E DA I L Y PR O G R E S S OF TH E JO B TH E CO N T R A C T O R SH A L L RE C O R D TH E EXACTLOCATtONi.LENGTH,ANQELEVATIONOFALL PR O P Q S E C \ IM P R O V E M E N T S ON HI S SE T OF CO N S T R U C T I O N DR A W I N G S - 2. UP O N CO M P L E T I O N OF CO N S T R U C T I O N , AN D PR I O R TO FI N A L PA Y M E N T - , TH E CO N T R A C T O R SHALLSUBMITTQTHEENGINEERWECOMPLETE SE T OF AL L -A S BU I L T ' C O N S T R U C t m CH A N G E S AN D v DI M E N S I O N * , LO C A T I O N S AN Q EL E V A T I O N S OFALLIMPROVEMENTS-FORTHJSPROJECT. 3. AL L 'A S ^ B U I L V IN F O R M A T I O N AN D EL E V A T I O N S SH A L L BE CE R T I F I E D BY A. FL O R I D A REGISTEREDLANDSURVEYORANDALLFINAL ME A S U R E M E N T S AR E T O BE [ IN TH E FO R M OF FI E L D NO T E S . C =? - • No ,S 4 7 6 Q ' -1 C O R R A 0 I N O CI T Y Q F . SO U T H MI A M I CA p I i A L . IM P I T O V M E N T S PR O G R A M c r r r o f s o u t h , * t m t i C A P I T A L IM P R O V E M E N T S P R O G R A M G E N E R A L IXQTRSSHEETNO. 40 5 5 N, W - 97 o S Av e n u e , bo r e r , , Fl o r i d a . 33 1 7 8 Ph : ( 3 0 5 ) 59 4 . 0 7 3 5 Fa x : (3 0 5 ) 59 4 ^ 7 5 5 Ce r t i f i c a t e t) f Au t h o r i z a t i o n No . 00 0 0 7 6 6 5 E. O i R . ^ u a n . . C a r t o a Al i p a n t a r a , P- 4 No . 64 7 6 0 % j f e $ Lt A i r , HA * ? * : M i » PH O J i C T NA N S Tt t ' I N L A & E S TR A F F I C CA L M i S l Q Wu m i 4 iB t M ' b a . s e n '" '*yMi5«.fr«<wtfffc>w>«p.i^mmi9\07^<>*<i^r\6HuTitcsi.t>6n P 4 f g R e v i s i o n s pf & i i l i > T i Q N C O R R A D I N O 40 5 5 N . W . 9 7 t h . A v e n u e , Dp r a L F I o r H a , 3 > 1 7 8 Ph - : " ( 9 0 5 ) 59 4 * 7 3 6 Fa x »• (3 0 5 ) $8 4 - 0 7 5 5 de r t l f i c a i e Of A& h o r f c a t i o t i No , 00 0 0 7 6 6 5 E O R . Jy a n C a H o s A l c a n t a r a . B E . N o . 6 4 7 6 0 CO L O R MIX ± RE D SO Z ^ BE I G E 30 7 . A SH E ? 2Q ' A PA T T E R N S * BR I C K S Sl ! Z £ / V X 0 * > r 3 H f c * U^m E ^ m S E S i A % r . i N c ^* / * CM k l A Y e ' R OF CLE A N , . S I L I C A SA N D , <3 Q 5 ) . 0 2 S - 9 O p Q iO R i AP P R q W D . E Q U A L ) j 8" UH E f t Q C K MA T E R I A L FO R B A S E (P R I M E D ) TY P I C A L CO N C R E T E P A V E R SE C T I O N M S . S . sK & A t c m m t E CU R B £ ! ^ V No 64 7 6 0 ' - ' , % i < i i i ^ ^ OI- T Y QF SO U T H MI A M I So u # M i a m i V« A * « ' f t b f t M . i H l i * c t r r o f s o y r g r m i a n u CA P t m i MP R Q V W B & T S PR C f G n A V n a i E c r . m m ~ T W I N L A K E S f R A F & C C A L M I N G M m e m m m B i m s C O N S T R U C T I O N DETAILSSHEETNO.8 Jt W > / # J 6 S. - } i l \ X f * t 3 PM M«|SIie«MfiHltrJCEpqw<i;*>..?>MO0Wma^6*^ySSPpriU>0f,X»Clf GENERAL: f,TRAFFICCONTROLSSHALLBEINACCORDANCEWITHTHEPROJECTPLANS,THECURRENfEDITIONOFTHEFLOHIDADOT DESIGNStANDARDS(600SERIES)*THESTANDARDSfiE&IF'lQATmFOR:ROADANDBRIDGECONSTRUCTION,ANDTHE MANUALONUNIFORMTRAFFICCONTROLDEVICESASMINlMUilCRITERIA* 2.NOTIFICATIONOFLANECLOSURESORTEMPORARYDETOURSSHALLBEACCOMPLISHED14WORKINGDAYSPRIORTO CLOSURE.DETQVR,ORMOTPHASECHANGE.SHALLBESUBMITTEDWITHTHEREQUIREDLANECLOSUREFORM*SKETCHES, CALCULATIONS,ANDOTHERDATATOTHEENGINEER.. 3.THECONTRACTORSHALLBERESPONSIBLEFORFURNISHING,INSTALUNGtANDMAINTAININGALLTRAFFICCONTROLSAND SAFETYDEVICESINACCORDANCEWITHTHECURRENTEDITIONOFTHEFLORIDADEPARTMENTOFTRANSPORTATION DESIGNSTANDARDSINQEX600'SANDTHEMANUALONUNIFORMTRAFFICCONTROL.DEVICES.COSTTOBEINCLUDEDIN MAINTENANCEOFTRAFFtPAYITEM. *•THECONTRACTORSHALLIMMEDIATELYREPAIRALLPOTHOLESTHATDEVELOPWITHINTHEPROJECTLIMT$ANDHILL MAINTAINASUPPLYOFCOLDMIXONTHEPROJECTSITETOEXPEDITETHOSEREPAIRS.COSTOFREPAIRTO0E INCLUDEDINPAYffEM)02~l,MAINTENANCEOFTRAFFIC. 5.TW£TRAFFICANQTpAVEL.WAYSSHALLNQTBEALTEREDBYTHECONTRACTORTOCREATEAWORKZONEUNTILALL LABORANDMATERIALAPEAVAILABLEFORTHECONSTRUCTIONINTHATAREA. 6.ASDETERMINEDBYTHEENGINEER,THECONTRACTORSHALLCOVERWORKZQNESIGNSWHENCONDITIONSNOLONGER WARRANTTHEIR.USE.COSTOFCOVERINGANDUNCOVERINGTHESIGNS'SHALLBEINCLUDEDINPAY'ITEM102^ MAINTENANCEOFTRAFFIC. 7.CONTRACTORSHALLREMOVE,RELOCATEORCOVERANYEXiSTlf/GORPROPOSEDSIGNS;THATCONF^L/CfWITHTHE TRAFFICCONTROLPLANS.WHENWECONFLICTNOLONGEREXISTS,THECONTRACTORSHALL,RESTORE.THESIGNS TOTHEIRORIGINALPOSITION.COSTOFTEMPORARILYREMOVING,MELOCATJNGi.COVERINGANDRESTORINGTHE SIGNSSHALLBEINCLUDEDINPAYITEMl02-l,rMAf'NTENANCE_OFTRAFFIC. 8.EACHEXISTINGSTREETNAMEANDSTOPSIGNAFFECTED\BfCONSTRUCTIONSHALLBERELOCATEDANDMAINTAINEQ INANAPPROPRIATELOCATIONFORTHEDURATIONOFTHEPROJECT.WHENffOLONGERAFFECTEDBYCONSTRUCTION, THESESIGNSSHALLBERESTOREDTOTHEIRORIGINALPOSITION.COSTOFTEMPORARILYRELOCATINGAND RESTORINGTHESIGNSSHALLBEINCLUDEDINPAYITEM102-1,MAINTENANCEOFTRAFFIC. 9.CONTRACTORSHALL3ERESPONSIBLEFQRTHEIMMEDIATEREMOVALOFSTORMWATERFROMROADWAYSUTILIZED'FOR MAINTAININGTRAFFICINAMANNER'APPROVEDBYTHEENGINEER.COSTFORREMOVINGTHEWATERSHALLBE INCLUDEDINPATITEM102-1,MAINTENANCEOFTRAFFIC. 10.ACCESSTOALLPROPERTYOWNERSMUSTBEMAINTAINED. 11.SIGNSSHALLBEPLACEDONLYASAPPLICABLEFOREACHINTERSECTION. 12.ALLWORKSHAUBEPERFOMEDCORINGDAYTIMEONLY18OQAM-TO5.00PM' DROPOFFS: •'3.THECONTRACTORSHALLPROTECTTHEWORKZONEWITHDEVICESAPPROVEDBYTHECITYOFSOUTHMIAMIPROJECT MANAGERWHENDROPOFFSEXCEED3'ADJACENTTOTRAVELWAYS. 14.FORDROPOFFS,THECONTRACTOR'SATTENTIONISDIRECTEDTQSTANDARDINDEXNO.600,SHEET10OF13.THE CONTRACTORSHALLUSESHOULDERTREATMENTDETAILWHENNOBARRIERSAREREQUIREDINTHEPLANS.. PAVEMENTMARKINGS!. 77.COSTOFREMOVALOFWORKZONEPAVEMENTMARKINGS-(INCLUDINGPAINT,REMOVABLETAPEANDHARKERSK. REGARQlESSOF'METHOD*TOBEINCLUDEDINIQZ-hWNtZNANCE:OFTRAFFIC.ALSOINCLUDESTHECOSTOF REMOVALOFPAVEMENTMARKINGS'AND.MARKERS,EX)STEC-PRIORTOCONSTRUCTION,USEOfBLACKPAINTTO COVEREXISTING.AND/ORTEMPORARYPAVEMENTMARNINQSISPROHIBITED;GRINDINGORMILLINGSHALLONLYBE PERMITTEDINNON-TRAFFlCAREAS, 18.AILTEHPORARTSTHlPESANDMAKINGSSHALLBEPA0fONLY,UNLESSOTHERWISESPECIFIEDONTHEPLANS ORAPPROVEDBYWEENGINEER,COSTSTOBEINCLUDED:UNDERPATITEUKJZ-UMAINTENANCEOFTRAFFIC. PEDESTRIANS,BICYCLES,ANDWHEELCHAIRS: /?..ATTHEENDOFEACHWORKDAYORWHENEVERTHEWORKZONEBECOMESJNACTIVE*ANYDROPOFFGREATER THAN6INADJACENTTOTHEPEDESTRIAN,BICYCLE,AND-WHEELCHAIR.T.RAVELPATHSSHAU,BEBACKFILLED FLUSHWITHTHESAIDPATHSORPROTECTEDWITHTEMPORARrFEnGE,,CONCRETEBARRIERWALLORAPPROVED HANDRAILCOSTSHALLBEINCLUDEC-IN"PAYITEM102-1,MAINTEHAHCE[OFTRAFFIC 2Q.C0NSTRUCTKINACTIVITIESTHATREQUIRESIDEWALKCLOSURESMUSTMAINTAINPEDESTRIANCQNNECriVtirTHROUGH THEUSEOFFDOTDESIGNSTANDARDSINDEX660. WORK-ZONELIMITS: 21.PROPERTYACCESSSHALLBEMAINTAINEDINACCORDANCETOSUBARTICiF10?:~515OFTHESTANDARDSPECIFICATIONS FORR0*DANDBRIDGE.CONSTRUCTION. TRAFFICCONTROLPLAN I.FORROUNDABOUTCONSTRUCTION,CONTRACTORSHALLCLOSEINTERSECTION FORTHRUTRAFFICANDSETUPDETOURASSHOWNONTCPPLANS. 2.CONSTRUCTALLDRIVEWAYS,SIDEWALKS,ANDCURBS. J.MILLAWRESURFACETHEROAD 4.INSTALLPAVEMENTMARKINGS ;^w No$4760 "'iiniiii'1' CQRRADIN0 SouwMtami CITYOFSOUTHMlAM CAPITALIMPROVEMENTSPROGRAM crtropsouthMiami CAPITALJfMPR^QVSHWTSPROGRAM PftQ/eCT»AMB TRAFFICCONTROL GENERALNOTES fcuu>:run**w»5i (»s)lowers52TWINLAKESTRAFFICCALMING SHEET NO. 4055:NW.,97thAvenue,Doral,Florida,331.78 Ph:(3Q5)594-0735Fax:(305)594,075$ CertificateOfAuthQrizafionNo.00007-665; E.ORJuanCarlosAlcantara,P.E.No.64760 i**ttJ0/I-Y»>4SMtifMMPM)i\*mSfflrthMian!.Cf(WHO"0-r^aWWJJJC^wa^rVCCWAWJ.OflW OESCMPTIOU S.VT.AOJH S77?££T OORRA D !NO 4056 N.W<"87t>4 Av-eftuei Poraf*Florida;,331?8 f>h.:(3b§)884-0735 Fax?.(305)594#7:55 CertificateOf Aythorlzpltari No,00007665. EJQ.R..«ty*h Garfoa Afcartfera.P.E.No.64760 "Mferrii%fj| CITY GF SOUTH MIAMI CARTAl IMPROVtMENTS PPOCtAM 4T»S y%)31H *VOHR jjpa)»»>f iori 53 crnrop sooth mt&mi CAPJTAJ^tAfPRQ^VBffl!^;PfGGfiAM FHOIiCT NAME TWIN LAKES TRAFFIC CALMING I /V.HS.: LEGEHQ f%'No $476.0 *i%% ^ TRAFFIC CONTROL PLAN SHEET w WI2/31H0 5i5;!MWff»jMH &***>HlKarGfC\Tvb no ^ffO0Qtn'W0J^P*er>^\TCPlPI>iHMS» T A B U L A T I O N O F Q U A N T I T I E S PA Y IT E M NO . DE S C R I P T I O N UN I T SH E E T NU M B E R S TOTAL THIS SHEETGRANDTOTALREE,SHEET SH E E T & PL A N FI N A L PL A N - FI N A L PL A N FI N A L PL A N FI N A L . PL A N FI N A L P l a n f i n a l PL A N FI N A L PL A N FI N A L PL A N FI N A L PL A N FI N A L PLANFINALPLANFINAL 7 0 0 - H I Si n g l e po s t s i g n (L f s s th a n '& 's f j 4 4 J:H 4 4 22 153.169 IS 51Si 265265 7575 3232 0.1620.162 0.2160.216 3333 $*}•'No-pited. q/ - i a c 2 4 ~ x i 8 " r AS 4 R I - 2 (3 6 m X 3 6 ^ X 3 6 * 1 AS 4 R4 - 7 C U8 ' X 3 0 ' ) . R i - & A U2 ' X 3 6 ' ) A? 4 R 6 - 4 I3 Q ' X 2 4 " ) A S 4 W2 - 6 I3 Q ' X 3 Q ' ) . WI 3 - 0 I P II 8 * X I 8 " ) AS 4 Wi t ± 2 t3 0 ' X 3 O % W I 6 - t P I2 4 * X I 2 ~ " ) .A S . . . . 4 . "T , 7 0 0 - 1 - 6 0 SI N G L E PO S T SI G N , RE M O V E AS 2 , „ , . , . , 7 0 S - 3 RE T R O RE F L E C T I V E PA V T . MA R K E R BI - D I R E C T I O N A L (Y E L L O W / Y E L L O W ) EA 15 3 Bl - D l R E C T l Q N A L WH I T E / R E D ) EA 16 . , , 71 1 ^ 1 1 - 1 2 2 TR A F F I C S T R I P E S O L I D ( 8 ' W H I T E ) LF •5 1 7I I - U - I 2 3 TR A F F I C ST R I P E SO L I D 11 2 ' WH I T E ) LF 2 6 5 7 U - 1 1 - 1 2 4 TR A F F I C ST R I P E SO L I O 11 8 ' WH I T E ) ~ w 7 5 , . . . . . , , . " 7 / / - W - / 2 5 TR A F F I C ST R I P E SO L I D 12 4 " WH I T E ) LF 2 5 2 YI E L D L I N E ( W H I T E ) LF 5 2 71 1 - 1 1 - 1 4 3 TR A F F I C S T R I P E S K I P (2 ' - 4 ' ) (1 2 ' W H I T E ) LF 3 2 ft i - W - i i T TR A F F I C ST R i P E SO L I D t6 " W H l t E l NM 0. 1 6 2 . . , , , , . . ^ 71 1 - 1 6 - 2 1 1 TR A F F I C ST R I P E SO i l D (6 " YE L L O W ) NM 0. 2 1 6 7 I I - H - 2 2 4 TR A F F I C ST R I P E SO L I D W YE L L O W ) LF " J j - . _ _ '=:z= ' , , s \ . - , V •x -•W&cW x m s i o N s C ' O R R A D I N C \ c r r r d p sd u T F i ti i A M t CA l ' T T A L IM P R O V E M E N T S pR Q & f o i f i f S I G N I N G ANDMARKINGSSHEETNO: .o a t i ; OS ^ C M P T I O N J CI T V OF S O U T H MI A M I i ^ - v CA P I T A L IM P f i O V E M E N I S PR O C & A M 40 6 5 N- W - 9/ f o Av e n u e , Do r a l , no r l d a . 33 1 " P,h ; (3 0 5 ) 59 4 - Q 7 3 5 Fa x ;• (3 0 5 ) 59 4 ^ 0 7 ! Ce r t i f i c a t e , O f A u t h o r i z a t i o n No v 0 0 0 0 7 6 < E. O . R . Ju a n Ca r t c j a Al c a n t a r a , P . E . No 64 7 e g. %E M i a r j i i *% £ % $ & ? • 54 PR O l E C f NA A f C 11 T W I N L A K E S T R A F F I C C A L M I N G T A B U L A T I O N OFQUANTITIES — w f f O I0 / W 2 B I B S : 4 3 : M > M P* J,\4JS!l5w»A*!»iKlKCXrwa.Ho..7VHX>am9W\*ivu<ag\TAB{>SP(l)l>vtl DESCAIPTtoM'titUU*"~*GORRAD INO •4055.N:w:97thAvenue,Doral.,Florida,334,79, Pft;<305)&94-0736,Fax:/305)6#4r0755 C^rtifrca^e 6/Aulhorteafioo 'No,0000786$ kO.S/JuanVCartQs Alcantara.,P.6,No.647601 SgjgiMiami eiTY OF SOUTH MlAM; CAPITAL tMRROV£U£WS-PROGRAM cirr of $qjjth Jff4tft CAPTTAI;IMPROVEMENT^PROGRAM TWMZAkSS TRAFFIC'0AJLMING $mNING AND JPAV^MENT MARKINGS \0(1?/1C:6 V.)«:il.Hi?ZrH a EXHIBIT 3 CONSTRUCTION BID FORM Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 THIS PROPOSAL ISSUBMITTED TO: Steven Alexander City Manager City ofSouth Miami 6130 Sunset Drive South Miami,FL 33143 1.If this Proposal is accepted,the undersigned Respondent agrees toenterintoa Contraa with theCityof South Miami intheformincludedinthis Solicitation Package andtoperformand furnish allworkas specified or indicated in this Solicitation,including asset forth in Exhibit I (ScopeofServices)forthe Proposed Price assetforth below,within the Contract Time andin accordance withtheothertermsand conditions of the Solicitation Package. 2.Respondent accepts all oftheterms and conditions of the Solicitation and Instructions to Respondents, Including withoutlimitation those dealing withthe disposition of Proposal/Bid Bond,if required.This Proposal will remain subject to acceptance for 180calendar days afterthe day ofthe Proposal Opening. TheRespondentby signing and submitting this proposal,agrees toailof die termsand conditions ofthe formofcontractthatisapartofthe Solicitation package with appropriate changes to conform tothe information contained in this Bid Form.Respondentagrees to sign andsubmitthe Bonds,ifrequiredby this Solicitation,required Insurance documents,andotherdocumentsrequiredbythe Solicitation, induding the Contract ifnot already submitted,within ten (10)calendar days afterthedateofthe City's Notice of Award. 3.In submitting this Proposal,Respondentrepresentsthat: a.Respondent has examined copies of all the Solicitation Documents andofthe following Addenda,Ifany (receiptofall which is hereby acknowledged.) Addendum No.I Dated:Il~I(?~/f£> b.Respondenthas familiarized himself withthenatureandextentoftheContract Documents,theproposed work,site,locality,andall local conditions andlawsand regulations thatinanymannermayaffectcost; progress,performance or furnishing ofthe Work, c Subsurface conditions:If applicable tothis Solicitation,theRespondentrepresents that: i.Respondenthasstudied carefully ail reportsand drawings,if applicable,of subsurface conditions and drawingsof physical conditions, ii.Respondenthasobtainedand carefully studied(or assumes responsibility for obtaining and carefully studying)allsuch examinations,investigations,explorations,tests and studies inaddition to or to supplementthose referred tointhisparagraphwhichpertaintothesubsurface or physical conditions atthesite or otherwisemay affect the cost,progress,performance,orthe furnishing oftheWorkat the Contract Price,within the Contract Time and in accordance with the other terms and conditions oftheContract Documents.The Respondent hereby acknowledges thatno additional examinations, investigations,explorations,tests,reports or similar information ordataare,or will,berequiredby Respondentforanyreasonin connection withtheProposalThe failure oftheRespondenttorequest a pre-bid marking oftheconstructionsitebyany or all utility companies shallcreatean Irrefutable presumptionthattheRespondent'sbid,or proposalprice,hastakenIntoconsiderationall possible underground conditionsandRespondent,if awardedthe contract shall not beentitled to achange order foranysuchcondition discovered thereafter, ili.Respondent has correlated theresultsofailsuchobservations,examinations,investigations, explorations,tests,reports andstudieswiththetermsandconditionsofthe Contract Documents. Thomas F.Pepe 02-23-15 56 Iv.Respondenthasreviewedandcheckedallinformationanddatashownor Indicated IntheSolicitation Package or In the Contract Documents with respect to existing Underground Facilities or conditions ator contiguous to thesiteand assumes responsibility forthe accurate location of all Underground Facilities and conditions that may affect the Work.No additional examinations,Investigations, explorations,tests,reports or similar information or data in respect to any Underground Facilities or conditions are,or wiR be,required by Respondent In orderto perform and furnish the Work atthe Contract Price,within the Contract Time andinaccordancewiththe other terms and conditions of the Contract Documents unless the Proposal specifically states that the contraa price is subject to adjustment forfuture discovery of underground facilities and/or conditions that affect thecost of the Work and unless the respondent makes a written request tothe City for additional information priorto submitting thebidor proposal as required in subsection ii above, d.Respondent has given theCity written notice of all conflicts,errors or discrepancies thatit has discovered inthe Contract Documents and,ifany conflicts,errorsor discrepancies have been found and notice given,the Respondent represents,by submitting its proposal tothe City,thatthe Respondent has received sufficient notice ofthe resolution thereof from the City,that such resolution is acceptable to Respondent and thatthe Respondent waives any claim regarding the conflicts,errorsor discrepancies. e.This Proposal is genuine and not made inthe interest oforon behalf of any undisclosed person,firm or corporation and is not submitted pursuant to any agreement or rules of any group,association, organization,or corporation;Respondent hasnot directly or Indirectly induced or solicited anyother Respondent to submit a false or sham Proposal;Respondent has not solicited or induced any person, firm or corporation to refrain from responding;and Respondent has not sought by collusion or otherwisetoobtainforitselfany advantage overanyother Respondent orovertheCITY. 4.Respondentunderstandsandagreesthatthe Contraa Price is the amountthatitneedsto furnish and install all ofthe Work completeand in place.The Schedule of Values,if required,is provided forthe purpose of Proposal Evaluation and when initiated bythe CITY,it shall form the basis for calculating the pricing of change orders.TheContraa Price shall notbe adjusted in any way soasto result ina deviation fromthe Schedule of Values,excepttotheextentthattheCITY changes the Scopeof the Work afterthe Contraa Date.As such,the Respondent shall furnish all labor,materials,equipment tools,superintendenceandservicesnecessaryto provideacomplete,In place,Projea forthe Proposal Price.Ifthis Solicitation requires the completion ofaCostand Technical Proposal,asmaybesetforthin inanexhibit to thisSolicitation,such proposal must be attached to this Bid Form and will take the place ofthe Lump Sum Price,otherwise,the Contract Price for the completed work is as follows: LUMP SUM BASE PRICE:3-0/^^-T dollars and OO centi Alternates:#l__#L_ Afee breakdown foreachtask included inthelumpsumcontraa price,if applicable,mustbe provided. Failure toprovidethis information shall renderthe proposal non-responsive. 5.The ENTIRE WORK shall becompleted,in full,within90 CALENDAR DAYS fromthe commencement date set forthintheNOTICETO PROCEED.Failure tocomplete the entire work during thedescribed time period shall resultin the assessment of liquidated damages asmaybesetforthin the Contract 6.Insertthe following Information for future communication withyou concerning this Proposal: RESPONDENT:M<**&&C*LC'2TaTC-RESPONDENT:W^tt^r^^O -*-^^:J.._ Across:ff6 &&'P~UJ STX Sf JJl 1X^2.*=L 33/6 J^ ™ephone:^^-^C~^%^k '—Facsimile:J~fjp -*+*Z~gfl37 Contaa Person /C/dt~Z*(&a*^~i+~f**--uS 7.The terms used In this Proposal whicharedefinedIntheContract shall have the samemeaningasis assigned totheminthe Contraa Documents,unless specifically defined in this Solicitation Package. Thomas F.Pepe 02-23-15 57 8.Ifa cost &technical proposal isrequiredbythe Solicitation,Respondent herebycertifies thatallofthe factsandresponsestothequestionsposed in the cost A technical proposal.Ifsuchanexhibitismade apartofthe Solicitation,aretrueandcorrectandare hereby adopted aspartofthis BidForm,andare madeapartofthisproposal,by reference. 9.By submitting this proposal,I,on behalf ofthe business that I represent hereby agreetothetermsofthe formof contraa contained In the Solicitation package and I agreetobeboundbythoseterms,withany appropriate blank boxes,if any,checkedandany blank lines filled inwiththe appropriate Information containedinthe Solicitation DocumentsandthisProposal,orsuchinformation that theCityand I have agreed upon inthecourseof contraa negotiations and which have been confirmed bytheCity in writing; including e-mail confirmation,ifany.I hereby certify under penalty ofperjurythat I amthe lawful representative ofthe business entity referenced inthis Bid Form,that I have authority tobidforthat entityandthatailofthe information andrepresentations contained hereinaretrueand correct to the bestofmy information and belief. SUBMITTED THIS M-DAY OF 20./# PROPOSAL SUBMITTED BY:__•ROPQSALSUBMI iamefof Person AuthName/of Perion Authorized to Submit Proposal (S^^"Tl^^A^ ^?6-2-fl -7,1 4-*? Telephone Number ^„ Fax Number Email A&rfcss ^i Title Thomas F.Pepe 02-23-15 END OF SECTION 58 INSURANCE &INDEMNIFICATION REQUIREMENTS Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 1.01 Insurance A.Without limitingits liability,the contractor,or consultingfirm (hereinafter referred to as "FIRM"withregard to Insurance andIndemnification requirements)shallbe required to procure andmaintainatitsown expense duringthelifeof the Contract,insurance of thetypesandintheminimumamounts stated belowas will protect the FIRM,from claimswhichmayarise out of or resultfrom the contract or the performance of the contract with the Cityof South Miami,whether suchclaimisagainst the FIRM or any sub-contractor,or by anyone directly or indirectly employed byanyof them or by anyone for whose actsanyof them maybeliable. B.No insurance required by the CITYshallbeissued or written bya surplus lines carrier unless authorized inwritingby the CITYandsuch authorization shallbe at the CITY's soleand absolute discretion.The FIRM shall purchase insurance fromandshallmaintain the insurance witha company or companies lawfully authorized to sell insurance in the Stateof Florida,onforms approved by the State ofFlorida,aswill protect the FIRM,ata minimum,fromallclaimsas set forthbelowwhichmay arise out of or result from the FIRM's operations underthe Contract andforwhichthe FIRM maybe legally liable, whether such operations bebythe FIRM or bya Subcontractor or byanyonedirectly or indirectlyemployedbyanyofthem,or byanyonefor whose actsanyof them maybe liable:(a)claimsunder workers'compensation,disability benefitand other similar employeebenefitactswhichare applicable to the Work to be performed;(b)claimsfor damagesbecauseofbodilyinjury,occupationalsickness or disease,or death of the FIRM's employees;(c)claims for damages becauseof bodily injury,sickness or disease, or deathofanyperson other thanthe FIRM's employees;(d)claims fordamages insuredbyusualpersonalinjury liability coverage;(e)claimsfor damages,other than to the Work itself,becauseofinjurytoordestructionoftangibleproperty,including loss ofuseresulting there from;(f)claims for damages becauseof bodily injury,deathofa person or property damagearising out ofownership,maintenance or useofa motor vehicle;(g)claims for bodily injury orproperty damage arising outofcompleted operations;and(h)claims involving contractual liability insurance applicable tothe FIRM's obligations under the Contract. I 02 Firm's Insurance Generally.The FIRM shall provideand maintain inforceandeffect until all theWorktobe performed under this Contract has been completed and accepted by CITY (orfor such duration asis otherwise specified hereinafter),the insurance coverage writtenon Florida approved forms andas set forth below: I 03 Workers'Compensation Insurance atthestatutoryamountasto all employees in compliance with the"Workers'Compensation Law"oftheStateof Florida including Chapter 440,Florida Statutes,as presently writtenorhereafter amended,and all applicable federal laws. In addition,the policy (ies)must include:Employers'Liability atthestatutory coverage Thomas F.Pepe 02-23-15 59 amount.The FIRM shall further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. I 04 Commercial Comprehensive General Liability insurance with broad form endorsement, as well as automobile liability,completed operations and products liability,contractual liability, severability of interest with cross liability provision,and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate,including: •Personal Injury:$1,000,000; •Medical Insurance:$5,000per person; •Property Damage:$500,000eachoccurrence; I 05 Umbrella Commercial Comprehensive General Liability insurance shall be written ona Florida approved form with the same coverage as the primary insurance policy but in the amountof $1,000,000 per claim and $2,000,000 Annual Aggregate.Coverage mustbe afforded ona form nomore restrictive than the latest edition ofthe Comprehensive General Liability policy,without restrictive endorsements,as filed bythe Insurance Services Office,and must include: (a)PremisesandOperation (b)Independent Contractors (c)Productsand/orCompletedOperations Hazard (d)Explosion,Collapse and Underground Hazard Coverage (e)BroadFormProperty Damage (f)Broad Form Contractual Coverage applicable tothis specific Contract including any holdharmlessand/or indemnification agreement. (g)Personal Injury Coveragewith Employee and Contractual Exclusions removed,with minimum limits of coverage equal tothose required for Bodily Injury Liability and Property Damage Liability. 1.06 Business Automobile Liability withminimumlimitsof One Million Dollars ($1,000,000.00)plusan additional One Million Dollar ($1,000,000.00)umbrellaperoccurrence combinedsinglelimitforBodily Injury Liability andPropertyDamage Liability.Umbrella coverage must be afforded ona form no more restrictive than the latest edition of the Business Automobile Liability policy,without restrictiveendorsements,as filed bywiththestateof Florida,and must include: (a)Owned Vehicles. (b)Hiredand Non-Owned Vehicles (c)Employers'Non-Ownership 1.07 SUBCONTRACTS:The FIRM agreesthatifanypartof the Work under the Contract is sublet,the subcontract shall containthesameinsuranceprovisionassetforthin these insuranceandindemnification requirements andsubstitutingthe word Subcontractor forthe word FIRM and substituting the word FIRM forCITY where applicable. 1.08 Fire and Extended Coverage Insurance (Builders'Riskl IF APPLICABLE: A.In the event that this contract involves the construction of a structure,the CONTRACTOR shall maintain,withan Insurance CompanyorInsuranceCompanies acceptable to the CITY,"Broad"form/All RiskInsuranceon buildings and structures, including Vandalism&Malicious Mischiefcoverage,whilein the course of construction, includingfoundations,additions,attachments and all permanent fixturesbelongingtoand constituting apartofsaid buildings or structures.Thepolicyorpolicies shall also cover machinery,if the cost of machineryisincludedinthe Contract,orif the machineryis Thomas F.Pepe 02-23-15 60 located in a building that is being renovated by reason of this contract.The amount of insurancemust,at all times,beatleastequaltothe replacement and actual cashvalueof theinsuredproperty.The policy shall beinthenameoftheCITYandthe CONTRACTOR,as their interest may appear,and shall also cover the interests of all Subcontractors performing Work. B.Allofthe provisions setforthhereinbelow shall apply tothiscoverage unless itwould beclearly not applicable. 1.09 Miscellaneous: A.Ifanynoticeof cancellation ofinsuranceor change incoverageisissuedbythe insurancecompanyorshouldanyinsurancehaveanexpirationdatethatwill occur during the periodofthiscontract,the FIRM shall beresponsibleforsecuring other acceptable insurance priortosuch cancellation,change,orexpirationsoastoprovide continuous coverageasspecifiedinthissectionandsoastomaintaincoverageduring the life of this Contract. B.Alldeductibles must bedeclaredbythe FIRM and must beapprovedbytheCITY.At the option oftheCITY,either the FIRM shall eliminateorreducesuchdeductibleor the FIRM shall procure aBond,inaformsatisfactory to the CITY covering the same. C.The policies shall contain waiverofsubrogationagainst CITY where applicable,shall expressly provide that suchpolicyorpoliciesareprimary over any other collectible insurance that CITY mayhave.The CITY reserves the rightatany time to request a copy of the requiredpoliciesforreview.All policies shall containa"severability of interest"or "cross liability"clause without obligationfor premium payment of the CITY aswellas contractual liability provision covering the Contractors duty to indemnify the Cityas provided inthis Agreement D.Before starting the Work,the FIRM shalldeliver to the CITY and CONSULTANT certificates of suchinsurance,acceptable to the CITY,aswellas the insurancebinder,if one isissued,the insurance policy,includingthedeclarationpageand all applicable endorsements and provide the name,addressand telephone number of the insurance agentor broker through whom the policywasobtained.The insurer shall berated A.VIIor better perA.M.Best'sKey Rating Guide,latesteditionandauthorized to issue insuranceintheState of Florida.Allinsurancepolicies must be written onforms approved bythe State of Florida and they must remainin full forceand effect for the duration of the contract periodwiththeCITY.The FIRM mayberequiredby the CITY,atitssolediscretion,toprovidea"certifiedcopy"ofthe Policy (as definedin Article I ofthisdocument)which shall include the declaration page and all required endorsements.In addition,the FIRM shall deliver,atthetimeofdeliveryofthe insurancecertificate,the following endorsements: (1)a policy provision or an endorsementwith substantially similar provisions as follows: "TheCityofSouth Miami is an additional insured.Theinsurer shall pay all sums thattheCityofSouth Miami becomes legally obligated to pay as damages becauseof 'bodily injury",'property damage',or"personal and advertising injury" andit will provide to theCity all ofthecoveragethatistypicallyprovidedunder the standard Florida approvedformsforcommercial general liability coverageA and coverage B"; (2)a policy provision or an endorsementwith substantially similar provisions as follows: "This policy shall notbe cancelled (including cancellation fornon-paymentof premium),terminated or materially modified without first giving theCityof Thomas F.Pepe 02-23-15 61 South Miami ten (10)days advanced writtennoticeofthe intent tomaterially modifythe policy orto cancel orterminatethe policy forany reason.The notification shall be delivered totheCityby certified mail,withproofofdelivery to the City." E.If the FIRM is providing professional services,suchaswouldbe provided byan architect engineer,attorney,or accountant,tonamea few,theninsucheventandin addition totheabove requirements,the FIRM shall also provide Professional Liability Insurance ona Florida approved formintheamountof $1,000,000 withdeductibleper claim if any,nottoexceed 5%ofthe limit of liability providing for all sums which the 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 any person employed or retained by him in connection with this Agreement.This insurance shall be maintained for four years after completion ofthe construction and acceptance of any Project coveredby this Agreement.However,the FIRM may purchase Specific Project Professional Liability Insurance,in the amount and under theterms specified above,which is also acceptable.No insurance shall be issued bya surplus lines carrier unless authorized in writing bythe city atthe city's sole, absolute and unfettered discretion. Indemnification Requirement A.TheContractor accepts and voluntarily incurs all risks of any injuries,damages,or harm which might arise during theworkor event that is occurring onthe CITTs property due tothe negligence or other fault of the Contractor or anyone acting through or on behalf of the Contractor. B.The Contractor shall indemnify,defend,save and hold CITY,its officers,affiliates, employees,successors and assigns,harmless from any and all damages,claims,liability,losses, claims,demands,suits,fines,judgments orcost and expenses,including reasonable attorney's fees,paralegal fees and investigative costs incidental there to and incurred prior to,during or following any litigation,mediation,arbitration and at all appellate levels,which may be suffered by,or accrued against,charged to or recoverable from the City of South Miami,its officers, affiliates,employees,successors and assigns,by reason of any causes of actions or claim of any kind or nature,including claims for injury to,or death of any person or persons and for the loss or damage to any property arising outofa negligent error,omission,misconduct or any gross negligence,intentional act or harmful conduct of the Contractor,its contractor/subcontractor or any of their officers,directors,agents,representatives,employees,or assigns,or anyone acting through or on behalf of any of them,arising outof this Agreement incident to it,or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. C.The Contractor shall pay all claims,losses and expenses of any kind or nature whatsoever,in connection therewith,including the expense or loss ofthe CITY and/or its affected officers,affiliates,employees,successors and assigns,including their attorney's fees,in the defense of any action in law or equity brought against them and arising from the negligent error,omission,oractofthe Contractor,its Sub-Contractor or any oftheir agents, representatives,employees,or assigns,and/or arising out of,or incident to,this Agreement,or incident toor resulting from the performance or non-performance of the Contractor's obligations underthis AGREEMENT. Thomas F.Pepe 02-23-15 62 D The Contractor agrees and recognizes that neither the CITY nor its officers, affiliates,employees,successors and assigns shall be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the Contractor,its contractor/subcontractor or any of their agents, representatives,employees,or assigns,or anyone acting through or on behalf of the them,and arising out of or concerning the work or event that is occurring on the CITYs property.In reviewing,approving or rejecting any submissions or acts of the Contractor,CITY in no way assumes or shares responsibility or liability for the acts or omissions of the Contractor,its contractor/subcontractor or any of their agents,representatives,employees,or assigns,or anyone acting through oron behalf of them. E.The Contractor has the duty to provide a defense with an attorney or law firm approved by the City of South Miami,which approval will not be unreasonably withheld. F.However,as to design professional contracts,and pursuant to Section 725.08 (I), Florida Statutes,none of the provisions set forth herein above that are in conflict with this subparagraph shall apply and this subparagraph shall set forth the sole responsibility of the design professional concerning indemnification.Thus,the design professional's obligations as to the City and its agencies,as well as to its officers and employees,is to indemnify and hold them harmless from liabilities,damages,losses,and costs,including,but not limited to,reasonable attorneys'fees,to the extent caused by the negligence,recklessness,or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance ofthe contract. END OF SECTION Thomas F.Pepe 02-23-15 63 CONSTRUCTION CONTRACT Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 THIS CONTRACT was made and entered into on this ftf^day of j^vUi/RtVlw 20j7_, by and between M&A<^v>I&-iT^^f^(hereafter referred to as "Contractor"),and the Ot^of South Miami (hereafter referred to as "Owner"),through its City Manager (hereafter referred toas"City"). WITNESETH: That,theContractor,forthe consideration hereinafter fully setout,hereby agrees withtheOwneras follows: 1.TheContractor shall furnish all labor,materials,equipment,machinery,tools,apparatus,transportation andany other itemsnecessarytoperform all oftheworkshownonanddescribedin the Contract Documentsand shall do everything requiredbythis Contract andthe other Contract Documents hereinafter referred to as the Work. 2.TheContract Documents shall include this Contract,General Conditions totheContract,if any,the drawings,plans,specifications andproject manual,if any,any supplementary or special conditions,other documents referring tothiscontractand signed bytheparties,the solicitation documents ("hereinafter referredtoas "Bid Documents")andany documents to which thosedocumentsrefer which areusedby theOwneras well asanyattachmentsor exhibits thataremadeapartofanyofthedocuments described herein. 3.The Contractor shall commence theWorktobe performed under this Contractona date tobe specified in a Notice to Proceed and shall complete all Work hereunder within the length of time setforth in the Contract Documents. 4.TheOwner hereby agrees to pay tothe Contractor forthe faithful performance of this Contract,subject to additions and deductions as provided in the Contract Documents and any properly approved,written change orders,in lawful money ofthe United States,the Lump Sum amount of: 5t^W^~^gtu^-HuSU^^J.anJ lUM^^j-jfMr Dollars ($*^fo .CfeH .6$) (Spell Dolhr Amount above)("Contract PHce"). 5.The expenses of performing Work after regular working hours,and on Sunday and legal holidays shall be included in the Contract Price.The City may demand,at any point in time,that any part,or all,ofthe Work be performed after regular working hours.In such event,the Respondent shall have no right to additional compensation for such work.However,nothing contained herein shall authorize work on days and during hours thatare otherwise prohibited by ordinance unless specifically authorized or instructed in writingbytheCity. 6.If the Work is expected to require more than one month,the Owner shall make monthly partial payments tothe Contractor onthe basis ofa duly certified and approved schedule of values for theWork performed during each calendar month by the Contractor,less the retainage (all as provided for in the Contract Documents),which is tobe withheld by the Owner until completion and acceptance of the complete project in accordance withthis Contract andthe other Contract Documents anduntilsuch Work has beenacceptedbytheCity. 7.Upon submission by the Contractor of evidence satisfactory tothe Owner that all labor,material,and other costs incurred by the Contractor in connection with the construction ofthe Work have been paid in full,and after compliance with thetermsfor payment provided for in the Contract Documents,final payment on account of this Contract shall be made within sixty (60)calendar days after the completion by the Contractor of all Work covered by this Contract and the acceptance of such Work by the Owner. 8.TheWork shall be completed in 90 CALENDAR DAYS.In theeventthatthe Contractor shall fail to complete theWork within thetime limit stipulated in theContract Documents,ortheextendedtime limit agreed upon,in accordance with the procedure as more particularly set forth in the Contract Documents, liquidated damages shall be paid by the Contractor at the rate of $1.000.00 dollars per day,plus any monies paid by the Owner tothe Consultant,if any,for additional engineering and inspection services,if any,associatedwithsuchdelay. 9.It is further mutually agreed between the parties hereto that if a Payment and/or Performance Bond ("Bond")is required and if,at any timeafterthe execution ofthisContractandthe Bond forits faithful Thomas F.Pepe 02-23-15 64 performance and payment,the City shall deem the Surety or Sureties upon such bond(s)to be unsatisfactory,or if,for any reason such bond ceases to be adequate to cover the performance of the Work or payment to subcontractors and suppliers,the Contractor shall,at its expense within five (5) business days after the receipt of notice from the City so to do,furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City.In such event, no further payment tothe Contractor shall be deemed tobe due under this Contract until such newor additional security for the faithful performance oftheWork is furnished in the manner and in the form satisfactory totheCity. 10.No additional Work or extras shall be done unless the same is duly authorized in writing,and in advance of the work,by appropriate action bythe City and in accordance with the Contract Documents. II.The date that this contract was "made and entered into"and its effective date is the date that the contract is the signed by the City or,if the contract is required to be approved by resolution ofthe City Commission,then the Effective Date is the date ofthe resolution approving the Contract whichever is the later date. IN WITNESS WHEREOF,the parties hereto have executed this Contract on the day and date set forth next to their name below and may be signed in one or more counterparts,each of which shall,without proof or accounting for theother counterpart,be deemed an original Con ^ CONTRACTOR/:JM/4 9LSIO LC~ Signatur ATTESTEI Signature:(/"yiZA^J 2, Maria Menehdez^ City Clerk Read and Approvedasto Form,Language, Legality,andExecutionThereof: Signature:ncHfa>< Qpf Attorney~ Thomas F.Pepe 02-23-15 Print Signatory's Titleof Signatory: OWNER:CflTYOF Signature: 65 EXHIBIT 6 CONSTRUCTION CONTRACT GENERAL CONDITIONS Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 ARTICLE I -DEFINITIONS Whenever usedin these General Conditions or inthe other Contract Documents,the following terms shallhave the meaningindicated.These definitionsshallalwaysapplywhen the sectionof the Contract specifically refers to thisArticleforthe purpose of interpreting a word orgroupofwordsin that sectionofthe Contract Document. However,whenthe section of the Contract,where thewordtobedefinedisused,does not specifically refers to thisArticletodefinethe word or groupofwords,thedefinitionscontainedinthisArticle shall not applyunless the word or groupofwords,inthe context ofitortheiruseinthe Contract Document inquestion,is/are ambiguousandopenfor interpretation.Inaddition,thesedefinitionsshallalso not applyto interpret terms ina specific provisionofa Contract Document if that specific provisioncontainsadefinitionoftheseterms: Addenda:Written orgraphicdocumentsissuedpriortothe Bid Openingwhichmodifyor interpret the Contract Documents,DrawingsandSpecifications,byaddition,deletions,clarifications or correction. Application for Payment:Aformapprovedbythe CONSULTANT,ifany,or theCity Manager whichistobeused bythe CONTRACTOR inrequestingprogresspayments. Bid:TheofferorproposaloftheBiddersubmittedontheprescribedformsettingforththepricesand other terms for the Work to be performed. Bidder:Anyperson,firm orcorporation submitting aresponsetotheOwners solicitation forproposalsor bids for Work. Bid Documents:The solicitation forbidsor proposals and all documentsthatmakeupthe solicitation including the instructions,form of documents and affidavits. Bonds:Bid bond,performanceandpaymentbondsandotherinstrumentsofsecurity,furnished bythe CONTRACTOR anditssuretyin accordance withthe Contract Documentsandinaccordancewiththelawsof the State of Florida. Change Order Awrittenordertothe CONTRACTOR signed bythe City Manager authorizing an addition, deletion or revisionin the Work,or an adjustment inthe Contract Price or the Contract Timeissuedafter execution of the Contract WorkOrder Proposals:Written proposals from the CONTRACTOR in responsetoordersorrequestforwork based onthe Scope oftheWork provided bythe City tothe CONTRACTOR.The proposal includes line item pricing,wherethereare multiple locations,andthe timeframe for completing the work. CITY:TheCity Manager fortheCityofSouth Miami,6130 SunsetDrive,South Miami,FL 33143,unlessthe contextwhereinthewordisusedshouldmore appropriately mean theCityofSouth Miami. Construction Observer:An authorized representative ofthe CONSULTANT,if any,orotherwisea representative ofthe City assigned to observe theWork performed and materials furnished by the CONTRACTOR.The CONTRACTOR shall be notified in writing ofthe identity of this representative. Contract Documents:The Contract Documents shallinclude the Contract between the Owner and the Contractor,other documents listedin the Contract andmodificationsissued after execution of the Contract as well as all Bid Documents including butnot limited tothe solicitation for Bid,CONTRACTOR'S Bid,the Bonds, Insurance endorsements,Insurance Certificates and policies,theNoticeof Award,theNoticetoProceed,the General Conditions,Special Conditions,ifany,any Supplementary Conditions,the Technical Specifications, Drawings,including any incorporated specifications,addenda tothe drawings issued prior to execution ofthe Contract,Change Orders,Construction Change Directives and any written orderfora minor change in the Work,andwrittenmodificationstoanyofthe Contraa Documents. Contract Price:Thetotal moneys payable tothe CONTRACTOR pursuant tothetermsoftheContract Documents. Contract Time:The number of calendar days stated in the Contract forthe completion ofthe Work. Contracting Officer:The individual who is authorized to sign the contract documents on behalf ofthe OWNER. CONTRACTOR:Theperson,firm orcorporationwithwhomtheOWNERhasexecutedtheContract. CONSULTANT:The person identified as the CONSULTANT in the Supplementary Conditions or,if none,then CITY's designated representative as identified in the Supplementary Conditions. Thomas F.Pepe 02-23-15 66 Day:A period of twenty-four hours measured from the beginning ofthe day at 12:01 a.m.and it shall be presumed tobea calendar day unless specifically designated as a business day. Days:The number of twenty-four (24)hour periods following the event to which the word "days"refers commencing at 12:01 a.m.atthe start ofthenext day.Therefore,in computing any period of time prescribed or allowed bythe Contract Documents,the day ofthe act,event or default from which the designated period of time begins to run shall notbe included.The last day ofthe period so computed shall be included unless it is a Saturday,Sunday or legal holiday,in which event the period shall run until the end ofthenext business day that is nota Saturday,Sunday or legal holiday. Defective Work:Workthatis unsatisfactory,faulty,or deficient in thatitdoesnot conform tothe Contract Documents,or does not meet the requirements of any applicable inspection,reference standard,test,or approval referred to in the Contract Documents,or has been damaged prior tothe CONSULTANT'S 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 in theWork,materials and equipment;materials and equipment furnished under the Contract that are not good quality and new unless otherwise required or permitted by the Contract Documents. Drawings:The drawings which show the character and Scope oftheWorktobe performed and which have been prepared or approved bythe CONSULTANT,orif none,then by an architect or engineer hired bythe City and are referred to in the Contract Documents. Field Order:A written order issued bythe CONSULTANT which clarifies or interprets the Contract Documents in accordance with Paragraph 9.3 or orders minor changes in theWork in accordance with paragraph 10.2. Modification:(a)A written amendment ofthe Contract Documents signed by both parties,(b)a Change Order signed byboth parties,(c)awritten clarification or interpretation if issued bytheCONSULTANTin accordance with paragraph 9.3 or (d)a written order for minor change or alteration in theWork issued bythe CONSULTANT pursuant to Paragraph 10.2.A modification may only be issued after execution ofthe Contract,it mustbein writing and signed bythe party against whomthe modification is sought tobe enforced. Non-conforming Work means work that doesnot conform tothe Contract Documents andincludes work that is unsatisfactory,faulty,or deficient orthat does notmeetthe requirements of any applicable inspection,reference standard,test,orthatdoesnotmeetany approval required by,or referred to in,theContract Documents,or workthat has been damaged prior to CONSULTANT'S recommendation of final payment (unless responsibility for theprotectionthereof has been assumed in writing byCITY). Noticeof Award:ThewrittennoticebyCITYtothe apparent successful Bidder stating thatupon compliance with theconditionsprecedenttobe fulfilled byit within thetime specified,CITYwillexecuteanddelivertheContract to him. Notice to Proceed:A written notice given by CITY to CONTRACTOR (with copyto CONSULTANT)fixing the dateon which theContraaTime shall commence torun and on which CONTRACTOR shall startto perform its obligationsunder the Contraa Documents. Person:An individual or legal entity. Project:Theentire construaion operationbeingperformedas delineated intheContractDocuments. Policy:The term "policy"asusedin the Contraa Documents shall mean the insurancebinder,ifitisissued,the declaration page of the policyandthebodyofthe policy,including all endorsements. RFP:Request forProposal. Scopeof Services.This phrase referstothescopeofthe services or work tobeperformedandit has thesame meaning asScopeofthe Work unlessthecontextinwhichthe phase isused clearly meansotherwise. Shop Drawings:All drawings,diagrams,illustrations,brochures,schedules andother data whichare prepared by the CONTRACTOR,aSubcontraaor,manufacturer,supplier,ordistributor,andwhichillustratetheequipment, material orsomeportionofthe work andasrequiredby the Contraa Documents. Samples:Physical exampleswhich illustrate materials,equipmentor workmanship and establish standards bywhich the Work willbejudged. Specifications:Those portionsofthe Contract Documents consisting of written technicaldescriptionsof materials,equipment,construaion systems,standardsandworkmanshipasappliedtothe Work. Subcontraaor An individual,firmorcorporation having a direa contraa with CONTRACTOR orwithany other Subcontraaor fortheperformanceofapartof the Work atthe construaion site. Substantial Completion:Thedate,ascertifiedbythe CONSULTANT,whentheconstructionoftheProjeaora certifiedpart thereof issufficientlycompleted,inaccordancewiththe Contract Documents,sothattheProjea,or a substantial part,canbeutilizedforthepurposesforwhichitwasintended without restriaion or limitation to anydegree,other thanfortherepairofminor"punchlist"items;orif there benosuchcertification,thedate when final paymentisdueinaccordancewith paragraph 14.9.However,inno event shall the projea orportion thereof,be deemed tobe substantially completeduntilacertificateofoccupancyorcertificateofuseis lawfully issuedbythe applicable governmentalagency.Acertificateof Substantial Completion,issuedbythe Thomas F.Pepe 02-23-15 67 CONSULTANT,shallbe null andvoidifitisbasedon false,misleading or inaccurateinformation,fromany source, or whenitwould not havebeenissuebutforthe consideration of Work that is thereafter foundtobe defective to a degree greater than that which would normally tobe considered by the City tobe minor "punch list"work. Supplier:Any person or organization who supplies materials or equipment for the Work,including the fabrication ofanitem,butwhodoesnotperformlaboratthesiteoftheWork. Surety:The individual or entity who is an obligor ona Bond and who is bound with the CONTRACTOR forthe full and faithful performance oftheContractandforthe payment of all labor,services and materials usedonthe projea. Work:Anyand all obligations,duties and responsibilities necessary forthe successful performance and completion of the Contract. Notice:The term "Notice"as used herein shall mean and include all written notices,demands,instruaions, claims,approvals and disapprovals required to obtain compliance with Contraa requirements.Writtennotice shall bedeemedto have been duly served if delivered in person tothe individual ortoamemberofthe firm orto an officer ofthecorporationforwhomitis intended,ortoan authorized representative ofsuch individual,firm,or corporation,orif delivered atorsentby registered mail tothelast known business address.Unless otherwise statedin writing,anynoticetoor demand uponthe OWNER underthisContract shall be delivered totheCity Managerand the CONSULTANT. ARTICLE 2 -PRELIMINARY MATTERS Award: 2.1 The CITY reservesthe right to reject any andallBids,atits sole discretion.Bids shall beawarded bythe CITY tothelowestresponsiveandresponsible Bidder.NoNoticeofAward shall be given untilthe CITY hasconcludedits investigation,asitdeemsnecessary,toestablish,tothesatisfactionofthe CITY, whichBidderisthemostresponsiveandresponsibleof all theBiddersto complete the Work withinthe timeprescribedandinaccordancewiththe Contract Documents.TheCITY reserves therightto rejea the Bid ofanyBidderwhoisnotbelievedtobe,inthesolediscretionandsatisfactionoftheCity,to be sufficiently responsible,qualified and financial abletoperformthework.In analyzing a Bid,theCITYmay alsotakeinto consideration alternate andunitprices,if requested bytheBidforms.Ifthe Contract is awarded,the CITY shallissuetheNoticeofAwardandgivethesuccessfulBiddera Contraa for execution withinninety(90)day after opening of Bids. Execution of Contract 2.2Atleastfour counterparts ofthe Contract the Performance andPaymentBond,the Certificates of Insurance,the Binderof Insurance ifissued,the Insurance Declaration Pageif not includedin the Policyof Insurance,the PolicyofInsurance required bythe Contract Documents,the written noticeof designated supervisor or superintendent as provided in Seaion 6.1 of the General Conditions andsuch other Documents as required bythe Contract Documents shall be executed anddeliveredby CONTRACTOR to the CITYwithinten (10)calendardaysof receipt of the Notice ofAward.A Contract Document that requires thesignatureofapartymaybe executed in counterparts separately byeachof the partiesand,in suchevent,each counterpart separately executed shall,without proof or accounting for the other counterpart be deemed anoriginal Contract Document ForfeitureofBidSecurity/PerformanceandPayment Bond,ifanyare required bytheapplicable RFP: 2.3 Within ten (10)calendar daysofbeingnotifiedoftheAward,CONTRACTOR shallfurnisha Performance BondandaPaymentBondcontainingalltheprovisionsof the PerformanceBondandPaymentBond attached. 2.3.1 Each Bondshallbeintheamountofonehundred percent (100%)ofthe Contract Price guaranteeing to OWNER the completion and performance of the Work covered insuch Contraa aswellas full paymentofallsuppliers,materialman,laborers,or Subcontraaor employedpursuant tothisProject.EachBondshallbewithaSuretycompany whose qualificationsmeet the requirements of Sections 2.3.4,2.3.5,and2.3.6. 2.3.2 Each Bondshallcontinueineffectfor five yearsafter final completionandacceptanceofthe Work withthe liability equaltoone hundred percent (100%)ofthe Contraa Sum. 2.3.3PursuanttotherequirementsofSection 255.05(1),FloridaStatutes,CONTRACTOR shallensure that theBond(s)referencedabove shall be recorded inthepublic records ofMiami-DadeCounty andprovideCITYwithevidenceofsuchrecording. 2.3.4 Each BondmustbeexecutedbyasuretycompanyauthorizedtodobusinessintheStateof Florida asasurety,havinga resident agentintheStateofFloridaandhavingbeeninbusiness with a record of successful continuousoperationforaleast five (5)years. Thomas F.Pepe 02-23-15 68 2.3.5 The surety company shall hold a current certificate of authority as acceptable surety on federal bondsinaccordancewiththeUnitedStatesDepartmentofTreasury Circular 570,current revisions. 2.3.6 The CITY shall onlybe required to accept asurety bond from a company witha rating A.VII or better. 2.3.7Failure of the successful Bidder to execute and deliver the Contract anddeliver the required bonds andInsurance documents shallbecausefor the CITY to annul the Notice of Award and declaretheBidandanysecurity therefore forfeited. Contraaor's Pre-Start Representation: 2.4 CONTRACTOR represents thatit has familiarized itself with,and assumes full responsibility for having familiarized itselfwith the natureand extent ofthe Contraa Documents,Work,locality,andwith all local conditions and federal,stateand local laws,ordinance,rulesand regulations thatmayinanymanneraffect performance ofthe Work,and represents that it has correlated its study and observations with the requirements ofthe Contraa Documents.CONTRACTOR also represents that it has studied all surveys and investigations,reports of subsurface and latent physical conditions referred to in the specifications and made such additional surveys and investigations as it deems necessary for the performance ofthe. Work refleaed in the Contraa Documents andthathehascorrelated the resultsof all suchdatawith therequirementsofthe Contraa Documents. Commencement of Contraa Time: 2.5The Contract Time shall commence torunonthedatestatedinthe Notice toProceed. Starting the Project 2.6 CONTRACTOR shall start to perform its obligations under theContraa Documents onthe date the Contraa Timecommencestorun.No Work shall bedoneatthesite (as defined inArticle I),priorto thedateon which theContractTime commences to run,exceptwiththewrittenconsentofthe CITY. BeforeStarting Construaion: 2.7 Before undertaking each part ofthe Work,CONTRACTOR shall carefully study and compare the Contraa Documents and check and verify pertinent figures shown thereon and all applicable field measurements and conditions.It shall at once report in writing to CONSULTANT any conflict,error,or discrepancy which it may discover.Neither the OWNER nor the CONSULTANT shall be liable for any harm,damage or loss suffered by CONTRACTOR as a result of its failure to discover any conflict error, or discrepancy in the Drawings or Specifications nor shall the CONTRACTOR be entitled to any compensation for any harm,damage or loss suffered by the CONTRACTOR due to any conflict error, or discrepancy inthe Contraa Documents. Schedule of Completion: 2.8 Within Five (5)business days after delivery ofthe Notice to Proceed by CITY to CONTRACTOR, CONTRACTOR shall submitto CONSULTANT for approval,an estimated construction schedule indicating the starting and completion dates ofthe various stages ofthe Work,and a preliminary schedule of Shop Drawing submissions.The CONSULTANT shall approve this schedule or require revisions thereto within seven (7)calendar days ofits submittal.If there is more than one CONTRACTOR involved in the Project the responsibility for coordinating the Work of all CONTRACTORS shall be providedinthe Special Conditions. 2.9 Within five (5)business days after delivery of the executed Contraa by CITY to CONTRACTOR,but before starting the Work at the site,a pre-construaion conference shall be held to review the above schedules,to establish procedures for handling Shop Drawings and other submissions,and for processing Applications for Payment,and to establish aworking understanding between the parties as to the Project Present at the conference will be the CITY'S representative,CONSULTANT,Resident Projea Representatives,CONTRACTOR and its Superintendent. Qualifications of Subcontractors.Material men andSuppliers: 2.10 Within five (5)business days after bid opening,the apparent lowest responsive and responsible Bidder shall submit tothe CITY and the CONSULTANT for acceptance a list ofthe names of Subcontraaors and such other persons and organizations (including those who are to furnish principal items of materials or equipment)proposed for those portions of the Work as to which the identity of Subcontractors and other persons and organizations must be submitted as specified in the Contract Documents.Within Thomas F.Pepe 02-23-15 69 thirty (30)calendar days after receiving the list the CONSULTANT will notify the CONTRACTOR in writing if eitherthe CITY orthe CONSULTANT has reasonable objection to any Subcontractor,person, or organization on such listThe failure ofthe CITY orthe CONSULTANT to make objection to any Subcontraaor,person,or organization onthe list within thirty (30)calendar days ofthe receipt shall constitute an acceptance of such Subcontractor,person or organization.Acceptance of any such Subcontractor,person or organization shall not constitute a waiver of any right ofthe CITY orthe CONSULTANT to rejea defective Work,material orequipmentoranyWork,material or equipment not in conformance withthe requirements ofthe Contract Documents. 2.11 If,priortotheNoticeof Award,the CITY orthe CONSULTANT has reasonable objeaiontoany Subcontractor,person or organization listed,the apparent low Bidder may,prior to Notice of Award, submitanacceptablesubstitutewithoutanincreaseinitsbidprice. 2.12 The apparent silence ofthe Contract Documents asto any detail,orthe apparent omission from them of a detailed description concerning any Worktobedone and materials tobe furnished,shall be regarded as meaning that only bestpraaicesareto prevail and only materials and workmanship ofthebest quality are to beusedin the performance ofthe Work. ARTICLE 3-CQRRELATBON.INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS 3.1 Itistheintentofthe Specifications and Drawings todescribeacompleteProjecttobe construaed in accordance withthe Contraa Documents.The Contract Documents comprise the entire Contraa betweentheOWNERandthe CONTRACTOR.They may bealteredonlybya modification as defined in Article I. 3.2TheContract Documents are complementary;whatis called forbyoneisas binding asif called forby all thedocuments.If CONTRACTOR finds aconflict error ordiscrepancyinthe Contract Documents,it shall,before proceeding withtheWork affected thereby,immediately call ittothe CONSULTANT'S attentionin writing.Thevarious Contraa Documents are complementary;incaseofconflict error or discrepancy,themorestringentinterpretationandrequirementthat shall provide the maximum benefitto the Owner shallapply 3.3Thewords"furnish"and"furnishand install","install",and"provide"or wordswithsimilarmeaningshall beinterpreted,unless otherwise specifically stated,to mean "furnish and install completein place and ready for service". 3.4 Miscellaneous itemsandaccessorieswhicharenot specifically mentioned,but which areessentialto produceacompleteandproperlyoperating installation,or usable struaure,providing the indicated funaions,shallbefurnishedandinstalled without changeinthe Contraa Price.Suchmiscellaneousitems andaccessoriesshallbeofthesamequalitystandards,including material,style,finish,strength,class, weightand other applicable charaaeristies,as specified forthemajorcomponentofwhichthe miscellaneousitemoraccessoryisanessentialpart,and shall beapprovedbytheCONSULTANTbefore installation.Theabove requirement isnotintendedtoincludemajor components notcoveredbyor inferablefrom the DrawingsandSpecifications. 3.5The Work ofall trades underthis Contraa shall be coordinated by the CONTRACTOR insucha mannerasobtainthebestworkmanshippossibleforthe entire Project and all components of the Work shallbeinstalled or ereaed in accordance with the best practicesof the particular trade. 3.6The CONTRACTOR shall beresponsibleformakingthe construction ofhabitable structures underthis Contraa rainproof,andformaking equipment andutilityinstallations properly perform the specified funaion.If the CONTRACTOR is prevented fromcomplyingwiththisprovisiondue to the Drawings or Specifications,the CONTRACTOR shallimmediatelynotifythe CONSULTANT inwritingofsuch limitations before proceeding with construaion in the area where the problem exists. 3.7 Manufacturer's literature,when referenced,shall be dated and numbered and is intended to establish the minimum requirements acceptable.Whenever reference isgiven to codes,or standard specifications or other datapublishedbyregulatingagenciesor accepted organizations,includingbut not limited to National Elearical Code,applicableState Building Code,Florida Building Code,Federal Specifications, ASTMSpecifications,various institute specifications,and the like,itshallbe understood that such reference is to the latesteditionincludingaddendaineffecton the date of the Bid. 3.8Brandnames where usedin the technicalspecifications,are intended to denote the standard or quality required for the particularmaterial or product.The term "equal"or "equivalent",whenusedin conneaion with brand names,shallbe interpreted to meana material or product that issimilarandequal intype,quality,size,capacity,composition,finish,color and other applicable characteristics to the material or produa specified by trade name,and that is suitable for the same usecapableof performing the same funaion,in the opinionof the CONSULTANT,as the material or product sospecified.Proposed equivalent items must be approved by CONSULTANT before they are purchased or incorporated in the Thomas F.Pepe 02-23-15 70 Work.(Whenabrandname,catalognumber,modelnumber,or other identification,isused without the 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 bythe CONSULTANT assetforthin Section 9.3below. 3.11 The CONTRACTOR shall.have advised the CONSULTANT,prior to performing any work involving a conflia in the Contract Documents andthe CONSULTANT shallmake the final decision as to which of the documents shall take precedence.In theeventthatthereisaconflia between or among the Contract Documents,only thelatestversion shall apply and thelatest version oftheContract Documents.The CONSULTANT shall use the following list of Contract Documents asa guide.These documentsaresetforthbelowintheorderoftheir precedence sothat all thedocuments listed abovea given document shouldhave precedence overallthedocumentslistedbelow it (a)Change Orders (b)Amendments/addenda to Contract (c)Supplementary Conditions,ifany (d)Contraa withallExhibits thereto (e)General Conditions (f)Written or figured dimensions (g)Scaleddimensions (h)Drawingsofalargerscale (i)Drawingsofasmallerscale (j)Drawings and Specifications aretobe considered complementary toeachother ARTICLE 4-AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS AvailabilityofLands: 4.1 TheOWNER shall furnish,as indicated inthe Contraa Documents,the lands uponwhichthe Work isto bedone,rights-of-way foraccess thereto,andsuch other landswhicharedesignedfortheuseofthe CONTRACTOR.Easements forpermanentstructuresorpermanent changes inexisting facilities will be obtainedandpaidforbytheOWNER,unless otherwise specified inthe Contract Documents.Other accesstosuchlandsor rights-of-way fortheCONTRACTOR'Sconvenience shall bethe responsibility of the CONTRACTOR. The CONTRACTOR shall provide for all additional lands and access theretothat may be required for temporary construaion facilities or storageofmaterialand equipment 4.2TheCITY will,upon request furnishtotheBidders,copiesofall available boundarysurveysand subsurface tests at no cost Subsurface Conditions: 4.3TheCONTRACTORacknowledgesthathehas investigated prior to bidding andsatisfiedhimselfas to the conditions affecting the Work,including butnotlimitedto those bearingupon transportation, disposal,handlingand storage ofmaterials,availability oflabor,water,elearic power,roads and uncertainties of weather,riverstages,tides,water tables or similarphysical conditions at the site,the conformation andconditionsof the ground,the character of equipment andfacilities needed preliminary to andduring prosecution of the Work.The CONTRACTOR further acknowledges that hehassatisfied himselfas to the charaaer,qualityandquantityofsurfaceandsubsurfacematerials or obstaclestobe encountered insofarasthisinformationisreasonablyascertainablefroman inspeaion of the site, includingall exploratory work donebythe OWNER/CONSULTANTonthesite or anycontiguoussite, aswellasfrominformation presented bytheDrawingsand Specifications made part ofthis Contract or any other informationmadeavailable to it prior to receipt ofbids.Anyfailureby the CONTRACTOR to acquaintitselfwiththeavailableinformationshall not relieveitfromresponsibilityforestimating properly the difficulty or cost of successfully performing Work.TheOWNERassumesnoresponsibilityforany conclusions or interpretations madebytheCONTRACTORonthebasisoftheinformationmade availableby the OWNER/CONSULTANT. DifferingSite Conditions: 4.4The CONTRACTOR shallwithinforty-eight(48)hoursofitsdiscovery,andbeforesuchconditionsare disturbed,notifytheCITYinwriting,of: 4.4.1 Subsurface or latent physical conditionsatthesite differing materiallyfrom those indicatedin the Contract Documents,and Thomas F.Pepe 02-23-15 71 4.4.2Unknownphysical conditions at the site,ofanunusual nature,differing materially from those ordinarily encountered andgenerally inherent in Work of the character provided forinthis Contract TheCITYshall promptly investigate the conditions,andifitfinds that such conditions domateriallydiffertothe extent astocauseanincrease or decrease in the CONTRACTOR'S cost of,or thetime required for,performance ofany part of the Work under this Contract an equitable adjustment shallbemadeand the Contract modifiedinwritingaccordingly. 4.5Noclaimof the CONTRACTOR under thisclauseshallbeallowedunless the CONTRACTOR hasgiven the notice required in4.4above;provided,however,thetime prescribed therefore maybe extended by the CITY,butonlyif done inwritingsignedbytheCityManager or the CONSULTANT. ARTICLE 5 -INSURANCE Contractor shallcomplywith the insurance requirements set forth in the Supplementary Conditions to the Contraa. ARTICLE 6 -CONTRACTOR'S RESPONSIBILITIES Supervisionand Superintendence: 6.1 The CONTRACTOR shallsuperviseand direa the Work.Itshallbesolelyresponsibleforthemeans, methods,techniques,sequencesand procedures of construction.The CONTRACTOR shall employand maintain a qualified supervisororsuperintendent(hereinafterreferredtoas"Supervisor"atthe Work sitewhoshallbedesignatedinwritingby the CONTRACTOR,before the CONTRACTOR commences the Work andwithinthetimerequiredbythe Contraa,as the CONTRACTOR'S representative at the site.TheSupervisor or sodesignatedshallhave full authoritytoactonbehalfofthe CONTRACTOR and allcommunications given totheSupervisor shall beasbindingasifgiventotheCONTRACTOR.The Supervisor(s)shall be present ateachsiteat all timesasrequiredtoperformadequatesupervisionand coordinationofthe Work.(Copiesof written communicationsgiventotheSupervisorshallbemailedto the CONTRACTOR'S homeoffice). 6.1.1 TheCONTRACTOR shall keeponerecordcopyof all Specifications,Drawings,Addenda, Modifications andShopDrawingsatthesiteatalltimesandingood order andannotated to show all changesmadeduringthe construction process.These shallbe available totheCONSULTANT andany CITY Representativeatallreasonabletimes.Asetof "As-Built"drawings,aswellasthe original Specifications,Drawings,Addenda,Modifications andShopDrawingswithannotations, shall bemade available totheCityat all timesandit shall bedeliveredtothe CITY upon completion ofthe Projea. Labor.MaterialsandEquipment: 6.2The CONTRACTOR shall provide competent,suitably qualified personnel to lay outtheWorkand performconstruaionasrequiredbythe Contraa Documents.It shall at all times maintain good disciplineand order at the site. 6.3 The CONTRACTOR shall furnish all materials,equipment labor,transportation,construction equipment and machinery,tools,appliances,fuel,power,light,heat,local telephone,waterand sanitary facilities and all other facilities and incidentals necessary forthe execution,testing,initial operationand completion of the Work. 6.4 All materials and equipment shall be new,exceptasotherwise provided intheContract Documents.When special makes or grades of material which are normally packaged by the supplier or manufacturer are specified or approved,such materials shall be delivered tothesite in their original packages or containers withseals unbroken andlabels intact 6.5 All materialsandequipment shall be applied,installed,connected,ereaed,used,cleanedandconditioned in accordance with the instructions ofthe applicable manufacturer,fabricator,or processors,except as otherwise provided in the Contract Documents. Work.Materials.Equipment Produas andSubstitutions: 6.6 Materials,equipment and products incorporated in theWork must be approved for use before being purchased by the CONTRACTOR.The CONTRACTOR shall submit to the CONSULTANT alistof proposed materials,equipment orproduas,together with such samples as may be necessary forthemto determine their acceptability and obtain their approval,within ninety (90)calendar days after award of Contract unless otherwise stipulated in the Special Conditions.No request for payment for "or equal" equipment will be approved until thislisthasbeen received andapprovedbythe CONSULTANT. 6.6.1 Whenever a material,article or piece of equipment is identified onthe Drawings or Specifications byreferencetobrandnameorcatalognumber,it shall beunderstoodthatthisisreferencedfor the purpose of defining the performance orother salient requirements and thatotherproduasof Thomas F.Pepe 02-23-15 72 equal capacities,quality and function shall be considered.The CONTRACTOR may recommend the substitution ofa material,article,or piece of equipment of equal substance and funaion for those referred to in the Contract Documents by reference to brand name or catalog number,and if,in the opinion ofthe CONSULTANT,such material,article,or piece of equipment is of equal substance and funaion to that specified,the CONSULTANT may approve its substitution and use bythe CONTRACTOR.Incidental changes or extra component parts required to accommodate the substitute will be made bythe CONTRACTOR without a change in the Contraa Price orthe Contract Time. 6.6.2 No substitute shall be ordered or installed without the written approval ofthe CONSULTANT who shall bethe judge of quality. 6.6.3 Delay caused by obtaining approvals for substitute materials shall notbe considered justifiable grounds foran extension of construaion time. 6.6.4 Should any Workor materials,equipment or products not conform to requirements ofthe Drawings and Specifications or become damaged during the progress oftheWork,such Workor materials shall be removed and replaced,together with any Work disarranged by such alterations, at any timebefore completion and acceptance oftheProjectAllsuch Work shall bedoneatthe expense of the CONTRACTOR. 6.6.5 No materials or supplies for theWork shall be purchased by the CONTRACTOR or any Subcontraaor subjea to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained bythe Seller.The CONTRACTOR warrants that they have good titleto all materials and supplies usedbythemintheWork. 6.6.6 Non-conforming Work:The City of South Miami may withhold acceptance of,orrejea items which are found upon examination,nottomeetthe specification requirements or conform tothe plans and drawings.Upon written notification ofrejeaion,items shall be removed or uninstalled within five (5)business days bytheCONTRACTORat his ownexpense and redelivered and/or reinstalled at his expense.Rejeaed goods left longer than thirty (30)calendar days shall be regarded as abandoned and the CITY shall have the right to dispose ofthem as its own property and theCONTRACTORthereby waives any claim tothe good orto compensation of any kind for said goods.Rejeaion for non-conformance or failure tomeet delivery schedules may result in the CONTRACTOR beingfoundindefault 6.6.7 In case of default bythe CONTRACTOR,theCityof South Miami may procure the articles or services from other sources and hold theCONTRACTOR responsible for any excesscosts occasionedorincurredthereby. 6.6.8 The CITY reserves theright in theeventthe CONTRACTOR cannot provide an item(s)or service(s)inatimely manner asrequested,toobtainthegoodand/or services fromothersources anddeduaingthecost from the Contraa Price without violating theintentofthe Contraa. Concerning Subcontraaors: 6.7TheCONTRACTOR shall not employ any Subcontractor,against whomtheCITYorthe CONSULTANT may have reasonable objeaion,nor will the CONTRACTOR be required to employ any SubcontractorwhohasbeenacceptedbytheCITYandtheCONSULTANT,unlessthe CONSULTANT determinesthatthereisgoodcausefordoingso. 6.8The CONTRACTOR shall be fully responsible for all actsand omissions ofitsSubcontraaorsandof personsand organizations directly or indirectly employed byitandofpersonsand organizations for whoseactsanyofthemmaybe liable tothesame extent thattheyareresponsibleforthe aas and omissions ofpersonsdirealy employed bythem.NothingintheContraaDocuments shall create any contraaual relationship between OWNER or CONSULTANT andany Subcontraaor or other personor organization having a direa contractwith CONTRACTOR,nor shall itcreateany obligation onthepart of OWNER or CONSULTANT to pay ortoseetopaymentofany subcontraaor or other personor organization,except asmay otherwise berequiredbylaw.CITYor CONSULTANT mayfurnishtoany Subcontraaor or other personor organization,tothe extent praaicable,evidenceofamounts paid to the CONTRACTOR onaccountofspecified Work donein accordance withtheschedulevalues. 6.9The divisions and sectionsofthe Specifications and the identifications ofany Drawings shall not control the CONTRACTOR in dividing the Work amongSubcontractorsor delineating the Work performedby anyspecific trade. 6.10 The CONTRACTOR agreestobind specifically every Subcontraaor tothe applicable termsand conditions of the Contraa Documents for the benefit of the OWNER. 6.11 All Work performedforthe CONTRACTOR byaSubcontractor shall bepursuanttoan appropriate agreement between the CONTRACTOR and the Subcontractor. Thomas F.Pepe 02-23-15 73 6.12 The CONTRACTOR shall beresponsibleforthe coordination ofthetrades,Subcontractors material and menengagedupontheir Work. 6.12.1 The CONTRACTOR shall causeappropriate provisions tobeinsertedin all subcontractsrelative tothe Work tobind Subcontractors tothe CONTRACTOR by the terms of these General Conditionsandother Contract Documentsinsofaras applicable to the Work of Subcontraaors, and give theCONTRACTORthe same poweras regards to terminating any subcontraathatthe OWNERmayexerciseovertheCONTRACTORunder any provisions ofthe Contraa Documents. 6.12.2 TheCITYor CONSULTANT willnotundertaketosettleanydifferences between the CONTRACTOR and their Subcontraaors or betweenSubcontraaors. 6.12.3 Ifinthe opinion oftheCONSULTANT,anySubcontraaoronthe Project provestobe incompetentorotherwise unsatisfactory,they shall bepromptly replaced bythe CONTRACTOR ifand when directedby the CONSULTANT inwriting. 6.I2A Discrimination:Noaction shall betakenbytheanysubcontractorwith regard tothe fulfilment ofthe termsofthesubcontract including the hiring andretentionofemployeesforthe performance of Work thatwould discriminate against any person onthe basis of race,color,creed,religion,national origin,sex, age,sexual orientation,familial statusor disability.This paragraph shall bemadeapartofthe subcontractor's contraa with the Contractor. PatentFeesandRoyalties: 6.13 The CONTRACTOR shall pay all licensefeesandroyaltiesandassume all costsincident to the useofany invention,design,processordevicewhichisthe subjea ofpatentrightsorcopyrightsheldbyothers.He shall indemnifyandholdharmlessthe OWNER andthe CONSULTANT andanyone direaly orindirectly employedbyeitherofthemfrom against all claims,damages,lossesandexpenses (including attorney's fees)arising out ofanyinfringementofsuchrightsduringorafter the completion of the Work,and shall defend all suchclaimsin connection withanyallegedinfringementofsuchrights. 6.14 The CONTRACTOR shall be responsible fordeterminingtheapplication of patent and/or royaltyrights as to anymaterials,appliances,articles or systems priortobidding.However,heshall not be responsible forsuch determination on systems which do not involvepurchaseby them of materials,appliancesand articles. Permits: 6.15 The CONTRACTOR shall secure andpayfor all construction permitsandlicensesandshallpayfor all governmental chargesand inspeaion feesnecessaryfor the prosecution of the Work,whichare applicableat the time ofhisBid.When suchchargesarenormallymadeby the CITYand when sostated in the Special Conditions,there willbenochargesto the CONTRACTOR.TheCITYshallassist the CONTRACTOR,whennecessary,inobtainingsuchpermitsandlicenses.The CONTRACTOR shall also payallpublicutilitycharges. Electrical Power and Lighting: 6.16 Electrical power requiredduring construction shall beprovidedbyeachprime CONTRACTOR as requiredby it Thisservice shall beinstalledbya qualified electrical Contractor approvedbythe CONSULTANT.Lighting shall beprovidedbythe CONTRACTOR in all spacesat all timeswhere necessaryforgoodandproperworkmanship,forinspectionorforsafety.Notemporarypower shall be usedoff temporary lighting lines without specific approval ofthe CONTRACTOR. LawsandRegulations: 6.17 The CONTRACTOR shall complywith all notices,laws,ordinances,rulesand regulations applicable to the Work.If the CONTRACTOR observesthatthe Specifications or Drawings areat variance therewith, it shall give the CONSULTANT promptwrittennoticethereof,andanynecessary changes shall be adjustedbyanappropriatemodification.Ifthe CONTRACTOR performsany Work knowingittobe contrarytosuchlaws,ordinances,rulesand regulations,and without suchnoticeto the CONSULTANT, it shall bear all costs arising therefrom;however,it shall notbeitsprimary responsibility tomakecertain thatthe Drawings and Specifications arein accordance withsuchlaws,ordinances,rulesand regulations. Discrimination: 6.17A Noaaion shall betakenbytheContractorwith regard tothe fulfilment ofthetermsoftheContraa, including thehiringandretentionofemployeesfortheperformanceof Work thatwould discriminate againstanypersononthe basis ofrace,color,creed,religion,nationalorigin,sex,age,sexualorientation, familial statusor disability. Thomas F.Pepe 02-23-15 74 Taxes: 6.18 Cost of all applicable sales,consumer use,and other taxesforwhichthe CONTRACTOR is liable under the Contraa shall beincludedinthe Contraa Pricestatedby the CONTRACTOR. SafetyandProtection: 6.19 The CONTRACTOR shall beresponsiblefor initiating,maintaining andsupervising all safetyprecautions andprogramsinconnectionwiththe Work.They shall take all necessaryprecautionsforthesafetyof, and shall provide the necessary protection to prevent damage,injury or lossto: 6.19.1 All employees and other persons,who maybeaffected thereby, 6.19.2 All the Work andallmaterialsor equipment tobeincorporatedtherein,whether instorageonor off the site,and 6.19.3 Other propertyatthesiteoradjacent thereto,including trees,shrubs,lawns,walks,pavements, roadways,structuresand utilities not designated for removal,relocation orreplacementinthe course of construction. 6.20The CONTRACTOR shall designate a responsible memberoftheir organization atthesitewhoseduty shall bethepreventionof accidents.Thisperson shall betheCONTRACTOR'SSuperintendentunless otherwise designatedinwritingbythe CONTRACTOR totheCITY. Emergencies: 6.21 In emergencies affecting thesafetyof persons orthe Work orpropertyatthesiteor adjacent thereto, theCONTRACTOR,without special instruction or authorization from theCONSULTANTor CITY,is obligated toaa,at his discretion,to prevent threatened damage,injury or loss.He shall give the CONSULTANT prompt written notice of any significant changes in theWorkor deviations from the Contraa Documents caused thereby.IftheCONTRACTOR believes that additional Work donebyhim in an emergency which arose from causes beyond his control entitles him to an increase inthe Contract Price oranextensionoftheContractTime,he may makea claim thereforeas provided in Articles 11 and 12. ShopDrawingsand Samples: 6.22 After checking and verifying all field measurements,the CONTRACTOR shall submit tothe CONSULTANTforreview,in accordance withthe accepted scheduleofshop drawing submissions,six (6)copies (or atthe CONSULTANT option,one reproducible copy)of all Shop Drawings,which shall have been checked by and stamped with the approval ofthe CONTRACTOR.The Shop Drawings shall be numbered and identified astheCONSULTANTmay require.The data shownontheShop Drawings shall be complete with respect to dimensions,design criteria,materials of construaion and the like to enable the CONSULTANT to review the information without any unnecessary investigation. 6.23The CONTRACTOR shall alsosubmittothe CONSULTANT forreview,withsuch promptness as to cause no delay inWork,all samples required bytheContraa Documents. All samples shall have been checked by and stamped with the approval of the CONTRACTOR,identified clearly as to material,manufacturer,any pertinent catalog numbers and the use for which intended. 6.24 Atthetimeof each submission,theCONTRACTOR shall notify theCONSULTANT,in writing,ofany deviations between the Shop Drawings or samples and the requirements oftheContraa Documents. 6.25 The CONSULTANT shall review with responsible promptness Shop Drawings and Samples,but his review shall be only for conformance with the design concept ofthe Project and for compliance with the information given in the Contract Documents.The review ofa separate item as such will not indicate review ofthe assembly in which the items funaions.The CONTRACTOR shall make any correaions required by the CONSULTANT and shall return the required number of correaed copies of Shop Drawings and resubmit new samples until the review is satisfaaory tothe CONSULTANT.The CONTRACTOR shall notify the CONSULTANT,in writing,of any prior Shop Drawing or revisions to Shop Drawings that are in conflict with each submission or re-submission.The CONTRACTOR'S stamp of approval on any Shop Drawings or sample shall constitute representation to the CITY and the CONSULTANTthatthe CONTRACTOR haseitherdeterminedand/or verified all quantities,dimension, field construction criteria,materials,catalog numbers and similar data orthey assume full responsibility for doing so,and that they have reviewed or coordinated each Shop Drawing or sample with the requirementsofthe Work andthe Contraa Documents. 6.26 No Work requiring a submittal ofa Shop Drawing or sample shall,be commenced until the submission has been reviewed and approved in writing by the CONSULTANT.A copy of each Shop Drawing and each approved sample shall be kept in good order,in a book or binder,in chronological order or in such other Thomas F.Pepe 02-23-15 75 order required by the CONSULTANT in writing,by the CONTRACTOR atthe site and shall be available to the CONSULTANT. 6.27 The CONSULTANT'S review of Shop Drawings or samples shall not relieve the CONTRACTOR from his responsibility for any deviations from the requirements oftheContraa Documents unless the CONTRACTORhas informed the CONSULTANT,in writing,toeach deviation atthetimeof submission and the CONSULTANT has given written approval tothe specific deviation,nor shall any review by the CONSULTANT relieve the CONTRACTOR from responsibility forerrorsor omissions in theShopDrawings or samples. 6.27A The CONTRACTOR shall be liable totheOWNERforany additional costordelaythatis caused byits failure to notify the CONSULTANT of any of said deviations or cbnflias between Shop Drawings ordue to errors in the ShopDrawings or samples. CleaningUp: 6.28The CONTRACTOR shall clean up behind theWorkas much asis reasonably possible astheWork progresses.Upon completion oftheWork,and before acceptance of final payment fortheProjea by the OWNER,theCONTRACTOR shall remove all his surplus anddiscarded materials,excavated material and rubbish as well as all other material and equipment thatdoesnotform a partoftheWork,fromthe property,roadways,sidewalks,parking areas,lawn and all adjacent property.In addition,the CONTRACTOR shall clean his portionofWork involved inany building underthisContractsothatno further cleaning bytheOWNERis necessary priortoits occupancy andhe shall restore all property,both public and private,which hasbeen disturbed or damaged during theprosecutionoftheWorksoasto leave the whole Work and Work Siteinaneatandpresentablecondition. 6.29Ifthe CONTRACTOR doesnotcleanthe Work site,theCITYmaycleanthe Work Siteofthematerials referred toinparagraph6.28andchargethecosttotheCONTRACTOR. Public Convenience andSafety: 6.30 The CONTRACTOR shall,at all times,conduct the Work in such a manner as to insure the least praaicable obstruaion to public travel.The convenience ofthegeneral public andoftheresidentsalong andadjacenttotheareaof Work shall beprovidedforinasatisfactorymanner,consistent with the operationand local conditions."StreetClosed"signs shall beplacedimmediatelyadjacenttothe Work,in aconspicuousposition,atsuchlocationsastrafficdemands.Atanytime that streets arerequiredtobe closed,the CONTRACTOR shallnotifylaw enforcement agenciesandinparticular,theCityofSouth Miami Police Department before the street isclosedandagainassoonasitis opened.Accessto fire hydrantsand other fireextinguishing equipment shallbe provided andmaintainedatalltimes. SanitaryProvisions: 6.31 The CONTRACTOR shallprovide on-site office,andnecessary toilet facilities,secludedfrompublic observation,foruseofall personnel on the Work Site,whether or not inhis employ.Theyshallbe kept inacleanandsanitary condition andshallcomplywiththe requirements andregulationsofthePublic Authorities having jurisdiaion.Theyshall commit nopublicnuisance.Temporary fieldofficeandsanitary facilitiesshallbe removed upon completion ofthe Work and the premises shallbeleftclean. Indemnification: 6.32 Contractor shallcomplywiththe indemnification requirements setforthin the RFPandin EXHIBIT 2 of theSupplementary Conditions (Insuranceand indemnification requirements). 6.33 In the event that any aaion or proceedingisbroughtagainst OWNER or CONSULTANTbyreasonof anysuchclaim or demand,CONTRACTOR,upon written notice fromCITYshalldefendsuch aaion or proceeding bycounselsatisfactoryto CITY.The indemnification providedaboveshallobligate CONTRACTORtodefendatitsownexpenseortoprovideforsuchdefense,at CITY'S option,anyand allclaimsof liability andallsuitsand aaions ofeverynameanddescription that maybebroughtagainst OWNER or CONSULTANT,excludingonly those claims that allege that theinjuries arose out ofthe sole negligence of OWNER or CONSULTANT. 6.34TheobligationsoftheCONTRACTORunderparagraph6.33 shall not extend tothe liability ofthe CONSULTANT,itsagents or employeesarisingoutof(a)thepreparationorapprovalof maps,drawings, opinions,reports,surveys,Change Orders,designs or specifications or (b)the givingof or thefailureto give direaions or instruaions bytheCONSULTANT,itsagentsoremployeesprovidedsuch aa or omissionis the primarycauseofinjury or damage. 6.34A All oftheforgoingindemnificationprovisionsshallsurvivethe term of the Contract towhich these GeneralConditionsareapart.Indemnification shall notexceedanamountequaltothetotalvalueofall Thomas F.Pepe 02-23-15 76 insurance coverage required by Section 5.1 of this document.Indemnification is limited to damages caused inwholeorinpartbyanyact omission,or default ofthe Contractor,theContraaor's subcontractors, sub-subcontraaors,materialmen,or agents of any tier or their respective employees to the extent caused bythe negligence,recklessness,or intentional wrongful miscondua ofthe indemnifying party and persons employed or utilized bythe indemnifying party in the performance ofthe construction contract. Responsibility forConnectionto Existing Work: 6.35 It shall bethe responsibility ofthe CONTRACTOR to connect its Workto each part ofthe existing Work,existing building or structure orWork previously installed as required bythe Drawings and Specifications toprovideacomplete installation. 6.36 Excavations,grading,fill,storm drainage,paving and any other construction or installations in rights-of- waysofstreets,highways,public carrier lines,utility lines,either aerial,surface or subsurface,etc.,shall be done in accordance with requirements ofthe special conditions.TheOWNER will be responsible for obtaining all permits necessary for theWork described in this paragraph 6.36.Upon completion ofthe Work,CONTRACTOR shall present to CONSULTANT certificates,in triplicate,from the proper authorities,stating thattheWork has been done in accordance withtheir requirements. 6.36.1 The CITY will cooperate with the CONTRACTOR in obtaining action from any utilities or public authoritiesinvolvedintheaboverequirements. 6.36.2 The CONSULTANT shall be responsible for obtaining elevations of curbs and gutters,pavement, storm drainage struaures,andotheritemswhichmustbe established by governmental departments assoonas grading operations are begun onthesite and,in any case,sufficiently early intheconstructionperiodtopreventanyadverseeffectonthe Projea. Cooperation withGovernmental Departments.Public Utilities.Etc.: 6.37TheCONTRACTOR shall be responsible for making all necessary arrangements with governmental departments,public utilities,public carriers,servicecompaniesandcorporations(hereinafterreferredto as"third parties")owningor controlling roadways,railways,water,sewer,gas,elearicalconduits, telephone,andtelegraph facilities suchas pavements,tracks,piping,wires,cables,conduits,poles,guys, etc.,includingincidental structures connected therewith,that are encountered in the Work in order that suchitemsareproperlyshored,supported and protected,thattheirlocationisidentifiedandtoobtain authority from these thirdpartiesforrelocationifthe CONTRACTOR desirestorelocate the item.The CONTRACTOR shall give all propernotices,shall complywith all requirements ofsuchthirdpartiesin the performance of his Work,shall permitentranceofsuchthirdpartieson the Projea in order thatthey mayperformtheirnecessarywork,and shall pay all chargesandfeesmadebysuchthirdpartiesfortheir work. 6.37.1 The CONTRACTOR'S attention iscalledto the factthat there maybedelayson the Projea due to work to be done by governmental departments,publicutilities,and others inrepairingor 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 regulationswhichinany manner affect those engagedor employed in the Work,ormaterialsand equipment useinoruponthe Work,orinanyway affea the condua of the Work,andnopleaof misunderstandingwillbe considered onaccount of damageordelaycausedbyhisignorance thereof. Use Premises: 6.38 CONTRACTOR shall confineits apparatus,storageofmaterials,and operations ofits workmen tothe limits indicated by law,ordinances,permitsanddirectionsof CONSULTANT andCITY,and shall not unnecessarily encumber anypartof the siteoranyareasoffsite. 6.38.1 CONTRACTOR shall not overloadorpermitanypartofany struaure tobeloadedwithsuch weightaswillendangeritssafety,nor shall itsubjectany work tostressesorpressuresthatwill endanger it 6.38.2 CONTRACTOR shall enforcetherules and regulation promulgated bythe CONSULTANT and OWNER aswellastheirinstruaionswith regard to signs,advertisements,fires andsmoking. 6.38.3 CONTRACTOR shall arrange andcooperatewithCITYinroutingand parking ofautomobilesof itsemployees,subcontraaors andotherpersonnel,aswellasthatofthe material deliverytrucks and other vehicles that come to the Projectsite. 6.38.4TheCitywilldesignatespecificareasonthesiteforstorage,parking,etc.andthejobsite shall be fenced to protea the jobsiteand the generalpublic. Thomas F.Pepe 02-23-15 77 6.38.5 TheCONTRACTOR shall furnish,install and maintain adequate construaion office facilities for all workers employed by itor by its Subcontractors.Temporary offices shall be provided and located wheredireaed and approved by the CONSULTANT.All such facilities shall be furnished in stria accordance with existing governing regulations.Field offices shall include telephone facilities. Protection ofExisting Property Improvements: 6.38 Any existing surface or subsurface improvements,such as pavements,curbs,sidewalks,pipes or utilities, footings,orstruaures (including portions thereof),trees and shrubbery,not indicated onthe Drawings ornoted in the Specifications as being removed or altered shall be proteaed from damage during construaionofthe Project.Any such improvements damaged duringconstruaionoftheProject shall berestoredatthe expense ofthe CONTRACTOR toa condition equal tothat existing atthetimeof award of Contract. ARTICLE 7 -WORK BY OTHERS. 7.1 The CITY mayperform additional Work related totheProjectormaylet other directcontracts therefor which shall contain General Conditions similar to these.The CONTRACTOR shall afford the other contraaors whoarepartiestosuchdirectcontracts(ortheOWNER,ifitisperforming the additional Work itself),reasonable opportunity forthe introduaion andstorageofmaterialsand equipment andthe execution of Work,andshall properly connect and coordinate its Work with theirs. 7.2Ifanypartof the CONTRACTOR'S Work dependsupon proper execution or resultsof the Work ofany other contraaor or the OWNER,the CONTRACTOR shallpromptly report to the CONSULTANT in writing any defects or deficienciesinsuch Work that render it unsuitable for the CONTRACTOR'S Work. 7.3The CONTRACTOR shalldoallcutting,fittingandpatchingofthe Work that maybe required tomake itsseveral parts come together properly andfittoreceive or be received bysuch other Work.The CONTRACTOR shallnotendangerany Work of others bycutting,excavatingor otherwise alteringtheir Work andshallonly cut or alter their Work with the written consent of the CONSULTANT andofthe other contraaor whose work will be affected. 7.4 If the performance ofadditional Work by other contraaors or the OWNER isnotnotedinthe Contract Documents prior totheexecutionoftheContract,writtennotice thereof shallbegiven to the CONTRACTOR prior tostartinganysuchadditional Work.Ifthe CONTRACTOR believes that the performance ofsuchadditional Work bytheOWNERor others will cause the CONTRACTOR additional expenseorentitles him toanextensionoftheContractTime,hemaymakea claim therefore as provided in Articles 11 and 12. 7.5Wherepraaicable,the CONTRACTOR shall build aroundtheworkof other separate contraaors or shall leave chases,slotsandholesasrequiredtoreceiveandtoconcealwithinthegeneral construaion Worktheworkofsuchotherseparatecontractorsasdirectedbythem.Wheresuchchases,slots,etc., areimpracticable,the Work shall require specific approvaloftheCONSULTANT. 7.6 Necessary chases,slots,and holes not built or left bythe CONTRACTOR shall becutbytheseparate contraaor requiring such alterations after approvalof the CONTRACTOR.The CONTRACTOR shall do all patching and finishing oftheworkofother contractors whereitiscut by them and such patching and finishing shallbeattheexpenseofCONTRACTOR 7.7 Cooperation is required intheuseofsite facilities andinthedetailed execution ofthe Work.Each contractor shall coordinate their operation with those ofthe other Contraaors forthe best interest of the Work in order topreventdelayintheexecutionthereof. 7.8 Each of several contraaors working onthe Project Site shall keep themselves informed ofthe progress of theworkofother contractors.Should lack of progress or defective workmanship onthepartofother contractorsinterferewiththe CONTRACTOR'S operations,the CONTRACTOR shall notify the CONSULTANT immediately andin writing.Lack ofsuchnoticetothe CONSULTANT shall be construed as acceptance bythe CONTRACTOR ofthestatusoftheworkofother contraaors as being satisfaaory for proper coordination of CONTRACTOR'S own Work. 7.9ThecostofextraWork resulting from lack of notice,untimely notice,failure to respond to notice, Defeaive Work or lack of coordination shallbe the CONTRACTOR'S cost 7.10 The CITY reserves the right in the event the CONTRACTOR cannot provide an item(s)or service(s)in a timely manner as requested,to obtain the good and/or services from other sources and deducting the costfromthe Contract Pricewithout violating theintentoftheContract. Thomas F.Pepe 02-23-15 78 ARTICLE 8 -CITY'S RESPONSIBILITIES. 8.1 The CITY will issue all communications to the CONTRACTOR through the CONSULTANT. 8.2 In cases oftermination ofemployment of the CONSULTANT,the CITY will appoint a CONSULTANT whosestatusunderthe Contract Documents shall bethatoftheformer CONSULTANT. 8.3 The CITY shall promptly furnish the data required of them under theContraa Documents. 8.4 The CITY'S duties in respea to providing lands and easements are setforth in Paragraphs 4.1 and 4.2. 8.5 The CITY shall have the right to take possession of and use any completed or partially completed portions ofthe Work,notwithstanding the faa that the time for completing the entire Work or any portion thereof may not have expired;but such taking possession and use shall notbe deemed an acceptanceofany Work notcompletedinaccordancewiththe Contraa Documents. ARTICLE 9 -CONSULTANTS'STATUS DURING CONSTRUCTION. City's Representative: 9.1 The CONSULTANT shall bethe CITY'S representative during the construaion period.The duties and responsibilities and the limitations of authority ofthe CONSULTANT as the CITY'S representative during construaion are set forthinArticles I through 16 oftheseGeneralConditionsandshallnotbe extended without written consent of the CITY and the CONSULTANT. 9.1.1 The CONSULTANTS decision,inmatters relating to aesthetics,shall be final,if within theterms of the Contraa Documents. 9.1.2 Exceptas may beotherwise provided inthis contraa,all claims,counterclaims,disputes and other matters inquestion between the CITY andtheCONSULTANTarising out of or relating to this Contraa orthebreachthereof,shall bedecidedinacourtofcompetentjurisdiaionwithinthe State of Florida. Visits to Site: 9.2The CONSULTANT shall providean inspeaor to make periodic visits tothesiteateachphaseof construaion to observe the progress andqualityoftheexecuted Work andto determine if the Work is proceedinginaccordancewiththe Contract Documents.Hisefforts shall be direaed toward providing assuranceforthe OWNER andallapplicableregulatoryagencies that constructionisincompliancewith the Construction Documents andapplicablelaws,rulesandregulations.Onthebasisoftheseonsite- observations asan experienced and qualified designprofessional,heshallkeeptheCITYinformedof the progress of the Work andshallguard the OWNER againstdefectsanddeficienciesin the Work of CONTRACTOR. Clarificationsand Interpretations: 9.3The CONSULTANT shallissue,with reasonable promptness,such written clarifications or interpretations ofthe Contract Documents (intheformofDrawings or otherwise)asitmay determine necessary,which shallbe consistent with,or reasonably inferablefrom,theoverall intent of the Contraa Documents.If the CONTRACTOR seeks an increase in the Contraa Price or extension of Contract Time based on a written clarification and/or interpretation,itshallberequiredtosubmitatimelyclaimasprovidedin Articles 11 and 12. Measurement of Quantities: 9.4All Work completed under the Contraa shallbemeasuredbytheCONSULTANTaccordingtothe United States Standard Measures.Alllinearsurface measurements shallbemadehorizontally or vertically as required by the item measured. Rejecting Defeaive Work: 9.5TheCONSULTANTshallhave authority todisapprove or rejea Work that is"Defective Work"as defined inArticle I.Itshallalsohaveauthoritytorequire special inspection or testingofthe Work including Work fabricatedon or offsite,installedorcompletedasprovided.Inthe event that the CONSULTANTrequirestestingofcompleted Work,thecostofsuch inspeaions and/or testing shall be approvedinwritingbythe CITY.All consequentialcostofsuch inspeaions andtesting,including butnot limited to the cost oftestingand inspeaion,thecostofrepairinganyoftheWork,or the workof others, thecosttomovefurnitureandequipmentand/orthecosttoprovidealternative facilities untiltherepair work canbecompleted,shallpaidbytheCONTRACTORifthe Work isfoundtobeDefectiveWork. ShopDrawings.Change Orders andPayments: Thomas F.Pepe 02-23-15 79 9.6InconnectionwiththeCONSULTANT responsibility astoShopDrawingsandsamples,seeparagraphs 6.25 through 6.28,inclusive. 9.7 In connectionwiththe CONSULTANTS responsibility forChange Orders seeArticles 10,11,and 12. 9.8 In connectionwiththe CONSULTANT responsibilities withrespecttothe Application for Payment,etc., see Article 14. Decisions on Disagreements: 9.10 The CONSULTANT shallbe the initial interpreter ofthe Construction Documents. Limitations on Consultant's Responsibilities: 9.1 I The CONSULTANT will notberesponsiblefortheconstructionmeans,methods,techniques,sequences or procedures,or thesafetyprecautionsandprogramsincident thereto. 9.12 The CONSULTANT will notbe responsible fortheactsor omissions oftheCONTRACTOR,orany Subcontractors,oranyoftheir agent,servantsor employees,oranyotherperson performing anyofthe Work under or through them. ARTICLE 10 -CHANGES IN THE WORK. 10.1 Without invalidating the Contraa,the CITY may,atanytimeorfromtimetotime,order additions, deletionsorrevisionsinortothe Work which shall onlybeauthorizedbya written Change Orders.UponreceiptofaChangeOrder,theCONTRACTOR shall proceedwiththeWork involved.All such Work shallbeperformedunderthe applicable conditionsofthe Contraa Documents.Ifanyauthorizedwritten Change Order causesanincreaseordecreaseinthe Contraa Priceoranextensionorshorteningofthe Contract Time,anequitableadjustment will bemadeas providedinArticle 11 orArticle 12.AwrittenChange Order signedbythe CITY andthe CONTRACTORindicatestheiragreementtothetermsoftheChange Order.All Change Orders shall becertifiedbytheCONSULTANTastotheappropriatenessandvalueofthechangeinthe Work aswell astoanychangeinthetimetocompletethe Work underthecircumstances.Thefailuretoincludea time extension intheChange Order orinthe request forachange order shall resultinawaiverofany extension oftimedueto the changeinthe work as refleaed intheChange Order. 10.2 TheCONSULTANTmayauthorizeminorchangesoralterationsinthe Work not involving extra cost and not inconsistent with the overall intent of the Contraa Documents without the need for a formal writtenChange Order providedtheCONTRACTORdoesnot request additionaltimeor additional compensation.Thesemaybeaccomplishedbyawritten Field Order.IftheCONTRACTORbelieves that anychange or alteration authorizedbytheCONSULTANT'SField Order wouldentitlesthe CONTRACTOR to an increase in the Contraa Price or extension of Contract Time,it must submit a written notice of intent to demandaChange Order within twenty-four (24)hours oftheissuanceof the Field Order andsubmita written proposalforChange Order withinfour(4)days thereafter,otherwise the CONTRACTOR shall be deemed to have waived such claim. 10.3 Additional Work performedbytheCONTRACTORwithoutauthorizationofawrittenChange Order shall not entitle ittoan increase in the Contraa Price or an extension of the Contraa Time,except in thecaseofanemergencyasprovidedinparagraph6.22and except asprovidedinparagraph 10.2. 10.4 TheCITYwill execute appropriate Change Orders prepared bytheCONSULTANTcoveringchangesin the Work,to be performed asprovidedinparagraph4.4,and Work performed inan emergency as providedinparagraph6.22andany other claimofthe CONTRACTOR forachangeinthe Contraa Time or the Contraa Pricewhichis approved bytheCONSULTANT. 10.5 Itis the CONTRACTOR'S responsibilitytonotifyitsSuretyofanychangesaffectingthegeneralScopeof the Work or changein the Contraa Price or Contraa Timeand the amount of the applicable bonds shall beadjustedaccordingly.The CONTRACTOR shallfurnish proof ofsuchan adjustment totheCITY before commencement of the Change Order Work.The Work shallbe stopped untilthe CONTRACTOR provides such proof of adjustment intheBond amount andanysuchdelayshallbe charged to the CONTRACTOR. ARTICLE 11 -CHANGE OF CONTRACT PRICE. I I.I The Contract Price constitutes thetotal compensation payabletothe CONTRACTOR forPerforming the Work.Allduties,responsibilitiesandobligationsassignedto or undertaken by the CONTRACTOR shallbeatits expense without changing the Contract Price. Thomas F.Pepe 02-23-15 80 11.2 The CITY may,at any time,without written notice tothe sureties,by written order designated or indicated tobea Change Order,make any change in theWork within the general scope ofthe Contract including butnotlimitedto changes toor in: 11.2.1 Specifications (including drawings and designs); 11.2.2 Method ormannerof performance oftheWork. 11.2.3 CITY-furnished facilities,equipment materials,services,or site;or 11.2.4 Accelerationintheperformanceofthe Work. 11.3 Exceptas provided inthis section,orseaions referred tointhis section,noorder,statement orconduct ofthe CITY shall be treated as a Change Order or entitle the CONTRACTOR to an equitable adjustment unless and until the change in theWork is specifically and expressly provided for in a written Change Order,orasotherwise provided inanotherseaionoftheContraa Documents. 11.4 Whena Change Order is issued by the CONSULTANT and signed by the CITY or issued bythe CITY in writing,the CONTRACTOR shall perform theWork even ifthe CONTRACTOR does not agree with the dollar amount ofthe Change Order.If any Change Order causes an increase or decrease inthe CONTRACTOR'S cost of,orthe time required for,the performance of any part oftheWorkunder this Contract for which the CITY and the CONTRACTOR cannot reach a timely agreement,an equitable adjustment based onthecostoftheWork shall be made and the Contraa modified accordingly. 11.5 If the CONTRACTOR intends to assert a claim for an equitable adjustment or contest the equitable adjustment made bythe CONSULTANT,it shall,within ten (10)calendar days after receipt ofawritten Change Order,submit tothe CITY and CONSULTANT a written notice including a statement setting forth the general nature and monetary extentof such claim for equitable adjustment,time extension requested and supporting data.In determining thecostofthe Change Order,thecosts shall be limited to those listed in section 11.7 and 11.8. 11.6 No claim bytheCONTRACTOR for an equitable adjustment hereunder shall be allowed ifnot submitted in accordance withthissectionorif asserted after final payment underthisContract. 11.7 The value of any Work covered bya Change Orderorof any claim for an increase or decrease inthe Contract Price shall be determined in oneofthe following ways: 11.7.1 Bynegotiatedlumpsum. 11.7.2 Onthe basis ofthe reasonable cost and savings that results from the change in the Work plus a mutually agreed upon fee totheCONTRACTORtocover overhead and profitnottoexceed 15%.Ifthe CONTRACTOR disagrees withtheCONSULTANTSdeterminationofreasonable costs,the CONTRACT shall providealistof all coststogetherwith backup documentation 11.8 ThetermcostoftheWork means the sum of all direaextra costs necessarily incurred and paid bythe CONTRACTOR inthe proper performance ofthe Change Order.Except as otherwise may be agreed toin writing byCITY,suchcosts shall bein amounts no higher thanthose prevailing in Miami-Dade Countyand shall include onlythe following items: 11.8.1 Payroll costsfor employees in thedirea employ ofCONTRACTORinthe performance ofthe Work described in the Change Order under schedules of job classifications agreed uponbyCITY and CONTRACTOR.Payroll costsforemployeesnotemployed full timeonthe Work shall be apportionedonthe basis oftheirtimespenton the Work.Payroll costs shall belimitedto: salaries and wages,plus thecostsof fringe benefits which shall include social security contributions,unemploymentexcise and payroll taxes,workers'compensation,health and retirementbenefits,sick leave,vacation and holiday pay applicable thereto.Such employees shall include superintendents and foremen atthesite.Theexpensesof performing Work after regular workinghours,on Sunday or legal holidays shall be included intheaboveonlyifauthorizedby CITYandprovideditwasnotinanyway,whetherinwholeorinparttheresultofthe fault ofthe CONTRACTOR dueto negligence ofthe CONTRACTOR orthoseaaingbyorthroughhimor dueinwholeorinparttoDefective Work ofthe CONTRACTOR. 11.8.2 Costof all materials and equipment furnished and incorporated intheWork,including costsof transportationandstorage,and manufaaurers'fieldservicesrequiredinconnection therewith.The CONTRACTOR shall notifytheCITYof all cash discountsthatare available and offertheCITYtheopportunitytodeposit funds withthe CONTRACTOR forthepaymentfor items that offer a discount.Cash discounts shall accrue to CONTRACTOR unless the CONTRACTOR fails totimelynotifytheCITYofthediscountsorifthe OWNER depositsfunds with CONTRACTOR withwhichtomakepaymentsinwhichcasesthe cash discounts shall accrue to the OWNER.All trade discounts,rebates and refunds,andall returns from sale of surplusmaterialsand equipment shallaccrue to OWNER,and CONTRACTOR shallmake provisionsso that they maybeobtained. Thomas F.Pepe 02-23-15 81 I 1.8.3 Paymentsmadeby CONTRACTOR tothe Subcontraaors for Work performed by Subcontraaors.IfrequiredbyCITY,CONTRACTOR shall obtain competitive bidsfrom Subcontractors acceptable to himandshalldeliversuchbids to CITYwhowill then determine, withtheadviceoftheCONSULTANT,whichBids will be accepted.No subcontraa shallbea cost plus contract unless approved inwritingbythe CITY.Ifa Subcontraa provides that the Subcontractor istobepaidon the basisof Cost of Work plusafee,the cost of the Work shallbe determined in accordance this section 11.8 and in such case the word "Subcontraaor"shall be substituted for the word "CONTRACTOR". I 1.8.4 Rentalsofall construction equipment andmachinery,except hand tools,andthe parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved byCITYwiththeadviceofCONSULTANT,andthe costs of transportation,loading, unloading,installation,dismantlingandremoval thereof -allin accordance with terms ofsaid rental agreements.Therentalofanysuch equipment,machinery or parts shallcease when the use thereof isnolonger necessary forthe Work. 11.8.5 Sales,use or similartaxes related tothe Work,andforwhich CONTRACTOR isliable,imposed byany governmental authority. 11.8.6 Paymentsandfeesforpermitsandlicenses.Costs forpermitsandlicensesmustbe shown asa separate item. I 1.8.7 The cost ofutilities,fuelandsanitary facilities at the site. I 1.8.8 Minor expenses suchastelegrams,longdistance telephone calls,telephone serviceat the site, expressage andsimilar petty cashitemsin connection with the Work. 11.8.9 Cost ofpremiumsforadditionalBondsandinsurancerequiredsolelybecauseofchangesinthe Work,not toexceedtwo percent (2%)oftheincreaseinthe Cost ofthe Work. 11.9 The term Cost of the Work shall NOT include anyofthe following: 11.9.1 Payroll costs and other compensationofCONTRACTOR'Sofficers,executives,principals(of partnership andsole proprietorships),generalmanagers,engineers,architects,estimators,lawyers, agents,expediters,timekeepers,clerksand other personnel employed by CONTRACTOR whether at the site or initsprincipal or abranchofficeforgeneraladministrationof the Work and hot specificallyincludedin the schedule referred toinSubparagraph I 1.5. 11.9.2 Expensesof CONTRACTOR'S principalandbranchoffices other than itsofficeat the site. 11.9.3 AnypartofCONTRACTOR'S capital expenses,including interest onCONTRACTOR'S capital employedforthe Work andcharges against CONTRACTORfordelinquentpayments. 11.9.4 Cost ofpremiumsfor all bondsandfor all insurance policies whether or notCONTRACTORis requiredbytheContractDocumentstopurchaseand maintain thesame(exceptasotherwise providedinSubparagraph 11.8.9). 11.9.5 Costsduetothe negligence of CONTRACTOR,any Subcontraaor,or anyone direaly or indirectlyemployedbyanyofthemorforwhoseactsanyofthemmaybe liable,including butnot limited to,thecorrectionof defeaive work,disposal of materials orequipmentwrongly supplied andmakinggoodanydamage to property. 11.9.6 Otheroverheador general expensecostsofany kind andthecostsof any itemnot specifically and expressly includedinParagraph 11.8. 11.10 The CONTRACTOR'S fee which shall be allowed to CONTRACTOR foritsoverheadandprofit shall be determined as follows: 11.10.1 A mutually acceptable firm fixed price;orifnonecanbeagreedupon. 11.10.2 A mutually acceptable fixed percentage(nottoexceed 15%). 11.11 Theamountofcredittobe allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost willbe the amount of the aaual net decrease in costs calculated in the same mannerasprovidedin 11.8.Whenboth additions andcreditsare involved inanyone change,thenet shall becomputedto include overheadandprofit identified separately,forboth additions and credit provided however,the CONTRACTOR shall notbe entitled to claim lost profits foranyWorknot performed. ARTICLE 12 -TIME FOR COMPLETION.LIQUIDATED DAMAGES AND CHANGE OF THE CONTRACT TIME. 12.1 Time isofthe essence to this contraa and the date of beginning and thetimefor completion oftheWork are essential conditions ofthe Contraa.Therefore,theWork shall be commenced onthedate specified intheNoticetoProceedand completed within thetime specified for completion ofthework. 12.2 The CONTRACTOR shall proceed with theWorkat such rateof progress to ensure full completion within theContract Time.Itis expressly understood and agreed,by andbetweenthe CONTRACTOR Thomas F.Pepe 02-23-15 82 andtheOWNER,that the Contract Timeforthecompletionof the Work describedhereinis a reasonabletime,takingintoconsiderationtheaverage climatic andeconomicconditionsand other factors prevailing inthe locality oftheWork.Noextensionoftime shall begranteddueconditionsthatthe Contractor knew ofor should have known ofbefore bidding onthe projea ordueto inclement weather, except as provided in seaion 12.7. 12.3 If theCONTRACTOR shall fail tocompletethe Work within the Contraa Time,orextensionoftime grantedbythe CITY,thenthe CONTRACTOR shall pay totheOWNERtheamountof liquidated damages as specified inthe Contraa Documentsforeachcalendardayafterthescheduleddatefor completionasadjustedby written Change Orders that extended the completiondate. 12.3.1 Theseamountsarenot penalties butare liquidated damages incurredbytheOWNERforits inability toobtain full useofthe Project.Liquidated damages arehereby fixed andagreedupon between the parties,recognizing the impossibility of precisely ascertaining theamountof damages that will be sustained asa consequence ofsuch delay,andbothparties desiring toobviateany question or disputeconcerningtheamountofsaiddamagesandthecostandeffectof the failure ofCONTRACTORtocompletethe Contraa ontime.Theabove-statedliquidateddamages shall applyseparatelytoeachphaseofthe Projea for which atimeforcompletionisgiven. 12.3.2 CITY isauthorizedto dedua the liquidated damages frommonies due toCONTRACTORforthe Work under this Contraa. 12.4 TheContractTime may only be changed byawritten Change Order.Any claim foranextensioninthe CONTRACT TIME shall be based on written notice delivered to the CITY and CONSULTANT within five (5)business daysofthe occurrence oftheevent giving risetothe claim andstatingthegeneralnature ofthe claim including supportingdata.All claims foradjustmentin the Contract Timeshallbeevaluated andrecommendedbythe CONSULTANT,with final approval bythe CITY'S representative.Anychange inthe Contract Timeresultingfromanysuch claim shallbe incorporated inawrittenChange Order. 12.5 All time limits stated in the Contraa Documents are of the essence of the Contract 12.6 No claim fordelay shall beallowedbecauseoffailureto furnish Drawingsbeforetheexpirationof fourteen (14)calendardays after demandhasbeenmadeinwriting to theCONSULTANTforsuch Drawings.Furthermore,there shallbenomonetarycompensationforsuchdelayand the CONTRACTOR'Ssoleremedyshallbeanextensionoftimefor the periodofdelay. 12.7 Extensionstothe Contraa Timefordelayscausedbytheeffectsofinclement weather shallnotbe granted unless the weather wasunusualforSouthFloridaandcould not havebeen anticipated,the abnormal weather is documented by records from the national weather serviceand the abnormal weather is documented to have had a substantial affected on the construaion schedule. 12.8 NoDamagesforDelay:The CONTRACTOR agreesthathe shall not haveany claim fordamagesdueto delayunless the delay exceeds 6months,whether individually orcumulatively,and then the damagesshall belimited to increased cost ofmaterials that were unanticipatedand that would not havebeen incurred butforthedelay.Other thanas set forthabove,the onlyremedyforanydelayshallbelimitedtoan extension oftimeasprovidedforinSection 12.4 whichshallbe the soleandexclusive remedy forsuch resultingdelay.Other thanas set forth above,CONTRACTOR shall not be entitled to an increase in the Contraa Price or payment or compensationofanykindfromOWNERfor direct indirea,consequential, impaa or other costs,expenses or damages,includingbutnotlimitedto,costs of acceleration or inefficiency,overhead or lostprofits,arising because ofdelay,disruption,interference or hindrancefrom anycause whatsoever,whether suchdelay,disruption,interference or hindrancebe reasonable or unreasonable,foreseeable or unforeseeable,or avoidable or unavoidable. 12.9 The CONTRACTOR waivesallclaimsthatarenot presented to the Cityinwritingon or beforethe 21 st dayfollowing the date of the event uponwhich the claimisbased. 12.10 DisputeResolution:If anydisputeconcerningaquestionof faa arisesunderthe Contract,other than termination fordefault or convenience,the CONTRACTOR and the city department responsible for the administrationofthe Contract shallmakeagoodfaithefforttoresolve the dispute.If the dispute cannot beresolvedby agreement then the department with the adviceof the City Attorney and the CONSULTANTshallruleon the disputedissueandsenda written copyofitsdecisionto the CONTRACTOR.CONTRACTOR shallcomplywithsuchdecisionandshallnotdelay the projea. ARTICLE 13-GUARANTEE. 13.1 TheCONTRACTOR shall guarantee and unconditionally warrant througheitherthemanufacturer or the CONTRACTOR directly,allmaterialsandequipmentfurnishedandWorkperformedfor patent Defective Work foraperiodofone(I)yearfromthedateof Final Acceptanceasindicatedin the CONSULTANTLetterofRecommendationofAcceptance,ifissued,theCertificateofOccupancy,if issued,ortheCertificateofCompletion,ifissuedbytheCity,whicheveris applicable andifmorethan Thomas F.Pepe 02-23-15 83 oneis applicable,theonethatisissuedlast,forpatentDefective Work,.Thesame guarantee and unconditionalwarrantyshallbe extended for three (3)yearsfromthedateof Final Acceptanceas indicatedin the CONSULTANT Letter of Recommendation of Acceptance,ifissued,the Certificate of Occupancy,ifissued,ortheCertificateofCompletion,ifissuedbytheCity,whicheverisapplicableandif morethanoneis applicable,theonethatisissued last forlatentDefective Work.The CITY willgive noticeofobserveddefectswithreasonablepromptness.In theeventthattheCONTRACTORshould fail tocommenceto correa suchDefective Work withinten (10)calendardaysafter having received written notice of the defect or shouldthe CONTRACTOR commence the corrective work,but fail to prosecute the corrective workcontinuouslyand diligently andinaccordancewiththe Contraa Documents, applicablelaw,rulesandregulations,theCITYmaydeclareaneventofdefault terminate the Contraa in whole or inpartandcausetheDefective Work toberemovedor corrected and to complete the Work at the CONTRACTOR'S expense,andtheCITYshallcharge the CONTRACTOR the cost thereby incurred.The Performance Bondshallremaininfullforceandeffect through the guarantee period. 13.2 Thespecificwarrantyperiodslistedinthe Contraa Documents,ifdifferentfrom the periodoftimelisted inSection 13.1,shall take precedence over Section 13.1. 13.3 CONTRACTOR shall aa as agent onalimitedbasisfortheOWNER,attheCITY'soption,solelyfor the follow-up concerning warranty complianceforallitems under manufaaurer's Warranty/Guarantee andforthepurposeofcompleting all formsfor Warranty/Guarantee coverageunderthis Contraa. 13.4 Incaseofdefaultbythe CONTRACTOR,theCityofSouth Miami may procure the articlesorservices from other sources andhold the CONTRACTOR responsibleforany excess costs occasioned or incurred thereby. 13.5 The CITYmay withhold acceptance of,or reject itemswhich are foundupon examination,not to meet the specification requirements.Upon written notificationof rejection,itemsshallbe removed withinfive (5)businessdaysbythe CONTRACTOR athisown expense and redelivered athis expense.Rejeaed goods leftlongerthan thirty (30)calendar daysshallbe regarded as abandoned and the Cityshallhave the right to dispose of them asitsown property and the CONTRACTOR thereby waivesanyclaim to the good or to compensation ofanykind.Rejectionfor Non-Conforming Work or failureto meet delivery schedules may result in the Contraa beingfoundin default ARTICLE 14 -PAYMENTS AND COMPLETION. Payments to Contraaor 14.1 The Contraaor shallnotbeentitledtoanymoneyforany work performed before the issuanceofa Notice to Proceedontheformdescribedinthe Contract Documents andtheissuancebytheCityofa "purchase order",or any other document,doesnotandshall not authorize the commencement ofthe Work.Atleastten (10)calendardaysbeforeeachprogresspayment falls due(butnotmoreoftenthan onceamonth),theCONTRACTOR shall submittotheCONSULTANTapartialpaymentestimate filled out andsignedbytheCONTRACTORcoveringthe Work performedduringtheperiodcoveredbythe partialpaymentestimateand supported bysuchdataastheCONSULTANTmayreasonablyrequire.All progress paymentapplicationsafterthefirst progress paymentshallbe accompanied bypartialreleasesof lien executed byall persons,firmsand corporations whohavefurnishedlabor,services or materials incorporated intotheworkduringtheperiodoftimeforwhichthepreviousprogresspaymentwasmade, releasingsuch claims andlien rights,if any,ofthosepersons.Ifpaymentisrequestedonthe basis of materialsandequipmentnot incorporated inthe Work butdeliveredandsuitably stored atornearsite, thepartialpaymentestimate shall alsobeaccompaniedbysuchsupportingdata,satisfaaory tothe CITY, whichestablishestheOWNER'Stitletothe material andequipmentaswellascertificatesof insurance providingcoveragefor 100%ofthevalueofsaidmaterialandequipmentcoveringthematerialand equipmentfrom all casualties as well astheft,vandalism,fire and flood.The CONTRACTOR shall replace atits expense any stored materialspaidforwhichareeitherdamaged or stolenbefore installation.The CONSULTANT will within ten (10)calendar days afterreceiptofeach partial payment estimate,either certifying inwritingitsapprovalofpaymentandpresentthepartialpaymentestimatetotheOWNER,or returnthe partial payment estimatetothe CONTRACTOR,indicating in writing hisreasonsfor refusing to approvepayment.In the lattercase,theCONTRACTORmaymakethenecessary corrections and resubmitthe partial payment estimate.The OWNER,will within thirty(30)calendar days of presentation toitofany approved partial payment estimate,pay the CONTRACTOR aprogresspaymentonthe basis oftheapproved partial payment estimate.TheOWNER shall retainten (10%)percentoftheamountof eachpayment until Final Completionand Acceptance of all Workcoveredbythe Contract Documents. Any interest earnedontheretainageshallaccruetothebenefitoftheOWNER. Thomas F.Pepe 02-23-15 84 14.2 The CONTRACTOR,before it shall receive final payment shall delivertotheCITYa Contraaor's Final Payment Affidavitas set forthin the Florida Construction Lien Statute aswellas final releases of lien executed by all personswhohaveperformedor furnished labor,servicesor materials,direoly or indirectly,whichwasincorporatedintothe Work.Ifanypersonrefusestoprovidesuchareleaseor providesa conditional release,theCITY shall havetherightto issueajointcheckmade payable to the CONTRACTOR andsuchperson. Contractor's Warranty ofTitle 14.3 The CONTRACTOR warrantsand guarantees thattitleto all Work,materials andequipmentcoveredby anApplicationforPayment whether the Work,material or equipment isincorporatedinthe Projea or not shall have passed to the OWNER priortothe making oftheApplicationforPaymentfreeandclear of all liens,claims,securityinterestandencumbrances(hereafterintheseGeneralConditionsreferredto as "Liens");andthatno Work,materials or equipment coveredbyanApplicationfor Payment,willhave beenacquiredbythe CONTRACTOR orbyany other personperformingthe Work atthesite or furnishing materials and equipment fortheProject,underorpursuanttoanagreementunderwhichan interest thereinorencumbrance thereon isretainedbytheselleror otherwise imposedbythe CONTRACTOR orsuch other person. Approval of Payment 14.4 The CONSULTANT'S approvalofany payment requestedinanApplicationforPayment shall constitute a representation byhim to the CITY,basedon the CONSULTANT'S onsite observations of the Work in progressasan experienced professionalandonhisreview of the ApplicationforPaymentand supporting data,that the Work hasprogressedto the point indicated in the ApplicationforPayment;that to the besthisknowledge,informationandbelief,the qualityof the Work isinaccordancewiththe Contraa Documents (subjea toanevaluationof the Work asafunaioningProjectuponsubstantial completion as definedinArticle I,to the results of any subsequent tests calledforin the Contraa Documents andany qualificationsstatedinhisapproval);and that the CONTRACTOR is entitled to payment of the amount approved.However,byapproving,anysuchpaymentthe CONSULTANT shall not thereby be deemed to have represented that hemade exhaustive or continuous on-site observations to check thequalityor the quantity ofthe Work,or that hehas reviewed themeans,methods,techniques,sequences and procedures of construaion or that hehadmadeanyexamination to ascertain how orforwhat purpose the CONTRACTOR hasusedthemoneys paid ortobe paid tohimonaccountofthe Contraa Price,or that tide toany Work,materials,or equipment has passed tothe OWNER freeandclearofanyliens. 14.5 The CONTRACTOR shall make the followingcertificationoneach request forpayment: "Iherebycertifythat the laborandmaterialslistedonthis request forpaymenthavebeenusedin the construaion ofthis Work andthat all materialsincludedinthis request for payment andnot yet incorporatedintothe construction arenowonthesiteor stored atanapprovedlocation,andpayment receivedfromthelast request forpaymenthasbeenusedtomakepayments to all hisSubcontractors and suppliers,exceptfortheamountslistedbelowbesidethenamesofthepersonswhoperformed work orsupplied materials". In the event thatthe CONTRACTOR withholdspaymentfroma Subcontractor or Supplier,the same amountofmoney shall bewithheldfromtheCONTRACTOR'Spaymentuntiltheissueisresolvedby written agreement between them andthenajointcheck shall bemade payable tothepersoninquestion and the CONTRACTOR inaccordancewiththe settlement agreement,otherwise the money shall be heldbythe OWNER untilajudgmentisenteredin favor of the CONTRACTOR ortheperson,inwhich case the money shall be paid according with said judgment.Nothingcontainedherein shall indicatean intent to benefitanythirdpersons who are not signatories to the Contract. 14.6 The CONSULTANT mayrefusetoapprovethewholeoranypartofanypaymentif,initsopinion,itis unable tomakesuchrepresentationstotheOWNERasrequiredthisSeaion 14.Itmay also refuseto approveany payment,oritmayvoidanyprior payment application certification because of subsequently discoveredevidenceortheresultsof subsequent inspeaionor tests to such extent asmaybenecessary inits opinion to protea the OWNER fromlossbecause: 14.6.1 ofDefective Work,orcompleted Work hasbeen damaged requiring correctionor replacement 14.6.2 the Work forwhichpaymentis requested cannotbeverified, 14.6.3 claimsofLienshave been filed or received,or there is reasonable evidence indicating the probable filing or receipt thereof, 14.6.4 the Contract Price has been reduced because of modifications, Thomas F.Pepe 02-23-15 85 14.6.5 theCITYhas correct 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 tocooperatewithothercontraaorsonthe Project and persistent failure to carry out the Work inaccordancewiththeContractDocuments, 14.6.8 of liquidated damages payable bythe CONTRACTOR,or 14.6.9 ofanyotherviolationof,or failure tocomplywith provisions oftheContractDocuments. 14.7 Priorto Final Acceptancethe OWNER,withthe approval ofthe CONSULTANT,mayuseanycompleted or substantially completedportionsofthe Work provided suchusedoesnotinterferewiththe CONTRACTOR'S completionofthe Work.Such use shall notconstituteanacceptanceofsuchportions of the Work. 14.8 TheCITY shall havetherighttoenterthepremisesfor the purposeofdoing Work notcoveredbythe Contraa Documents.This provision shall notbeconstruedas relieving the CONTRACTOR ofthesole responsibility forthecareandprotectionoftheWork,ortherestorationofany damaged Work except suchasmaybecausedbyagentsor employees ofthe OWNER. 14.9 Uponcompletionandacceptanceofthe Work the CONSULTANT shall issueaCertificateattachedto the Final Application forPaymentthatthe Work hasbeenacceptedbyitundertheconditionsofthe Contract Documents.The entire balancefound to be due the CONTRACTOR,including the retained percentages,but except suchsumsasmaybe lawfully retainedbythe OWNER,shall be paid to the CONTRACTOR withinthirty(30)calendardaysofcompletionandacceptanceofthe Work. 14.10 UponTheawarded CONTRACTOR willbestronglyencouragedtoregisterasan ePayables Vendor with the Owner.TheBank of America ePayablesSolutionisan automated card payment process that shifts accounts payable disbursements to corporate purchasing cards.ePayables,streamline the processof makingpaymentstoyourorganizationgoing forward,theCitywill provide,the CONTRACTOR witha credit cardaccount number tokeepon file.Thiscardhasuniquesecurityfeatures,with$0of available fundsuntilaninvoiceisapprovedforpayment.Afteraninvoicehasreceived proper and complete approval,an electronic remittance advicewillbesentviae-mail,or fax,whichnotifies the CONTRACTOR that the funds have been transferred in to the account linked to the card for the amount listedon the invoice and/or remittance email.Please refer to the ePayables Questions &Answers Form containedinthis RFP or contaa the OWNER'S Finance department at(305)663-6343withanyquestions. Acceptance of Final Paymentas Release 14.11 The Acceptance by the CONTRACTOR of Final Paymentshallbeandshall operate asa release to the OWNER anda waiver of allclaimsand all liability to the CONTRACTOR other thanclaimspreviously filedand unresolved.The waiver shall include all things done orfurnishedin connection with the Work andfor every aa and neglea ofthe OWNER and others relatingtoorarising out of this Work.Any payment however,final or otherwise,shall not release the CONTRACTOR orits sureties fromany obligationsunder the Contract Documents orthePerformanceBondandPaymentBonds. 14.12 The CONSULTANT mayvoidanycertificationofSubstantial Completion or Final Completion ofthe Work asmaybe necessary inhisopinionto protect the OWNER fromlossifhe determines,becauseof subsequently discovered evidence or the resultsof subsequent inspectionor tests,that 14.12.1 the Work isdefective,or that the completed Work hasbeendamageddue to the faultof the CONTRACTOR orany individual orentityoperatingunderorthroughitrequiring correaion or replacement to the extent that the projectisnolongerSubstantially Completed,or in the caseof Final Completion certification,isnolonger Finally Competed. 14.12.2 the Work necessarytobecompletedforthepurposeofcertifyingthe work asbeing Substantially Completed or Finally Completed cannotbeverified, 14.12.3 claims orLienshavebeen filed orreceived,or there isreasonableevidence indicating the probable filing orreceipt thereof that if valid and paid,wouldreduce the amount owingtothe CONTRACTOR BY20%irvthe caseofSubstantial Completion and5%in the caseof Final Completion. 14.12.4 there is Defective Work thevalueofwhich,if deduaed fromthe contraa pricewouldreduce the amount owingtothe CONTRACTOR BY20%inthecaseofSubstantial Completion and5% inthecase of Final Completion. 14.13 If theCONSULTANT de-certifies anyportionofthe Work thatwas certified ("Initial Certification")by the CONSULTANT,the CONTRACTOR shall repay totheCityofSouth Miami anymoney paid asa resultof said Initial Certificationbeingissuedwhich shall be paid onlywhenthedecertified work isre certified. Thomas F.Pepe 02-23-15 86 ARTICLE 15 -SUSPENSION OF WORK AND TERMINATION. 15.1 TheCITY may,atanytimeand without cause,suspendthe Work orany portion thereof foraperiodof not more thanninety(90)calendardaysbynoticeinwritingtothe CONTRACTOR andthe CONSULTANT,which shallfix the date on which Work shall be resumed.The CONTRACTOR shall be allowedanincreaseinthe Contraa Price or anextensionofthe Contraa Time,orboth,direaly attributabletoanysuspensionandifaclaimistimelymadeandifitisallowedunderthe terms ofArticles II or Article 12. CityMay Terminate 15.2 If the CONTRACTOR isadjudged bankrupt or insolvent,or ifhemakesageneralassignmentfor the benefitofits creditors,or ifa trustee or receiverisappointedforthe CONTRACTOR or foranyits property,or ifhefilesapetitiontotakeadvantageofany debtor's act or to reorganizeunderbankruptcy or similarlaws,or ifherepeatedly fails tosupplysufficientskilled workmen or suitablematerials or equipment orifherepeatedly fails tomakeprompt payments to Subcontraaors orforlabor,materialsor equipment or hedisregardslaws,ordinances,rules,regulations or orders ofanypublicbodyhaving jurisdiaion,orifhedisregardsthe authority oftheCONSULTANT,or ifhe otherwise violatesany provisionof,the Contraa Documents,then theCITYmay,without prejudice to any other right or remedy and after giving the CONTRACTOR andtheSuretyseven(7)calendar days written notice, terminate theservicesofthe CONTRACTOR andtakepossessionof the Project andofallmaterials, equipment tools,construction equipment andmachinery thereon ownedbytheCONTRACTOR,and finish the Work by whatever method itmaydeem expedient Insuchcase the CONTRACTOR shallnot be entided toreceiveany further payment untilthe Work is finished.If the unpaidbalanceof the Contract Price exceeds the direct and indirect costsofcompleting the Project including compensation foradditionalprofessionalservices,suchexcess shall bepaidtothe CONTRACTOR.Ifsuchcosts exceed suchunpaidbalance,the CONTRACTOR ortheSuretyonthePerformanceBondshallpaythe differenceto the OWNER.Such costs incurredbytheOWNERshallbe determined by the CONSULTANT and incorporated inaChange Order. If after termination of the CONTRACTOR under this Seaion,itis determined bya court of competent jurisdiaion foranyreasonthattheCONTRACTORwasnotindefaulttherightsandobligationsofthe OWNER and the CONTRACTOR shallbe the sameasif the termination had been issued pursuant to Seaion 15.5 15.3 Where theCONTRACTOR'Sserviceshavebeenso terminated bytheCITYsaidtermination shall not affea anyrightsoftheOWNERagainstthe CONTRACTOR thenexistingor which may thereafter accrue.Any retentionorpaymentofmoneysbytheOWNERduetheCONTRACTOR shall notrelease the CONTRACTOR from liability. 15.4 Upon seven (7)calendar days'writtennoticetothe CONTRACTOR andthe CONSULTANT,the CITY may,withoutcauseandwithout prejudice to any otherrightor remedy,elea toterminatetheContract for the convenience of the OWNER.Insuchcase,the CONTRACTOR shallbepaidforall Work executedandacceptedbythe CITY asofthedateofthe termination,minus anydeduaionfor damage or Defective Work.No payment shall bemadeforprofitforWork which hasnotbeen performed. 15.4A The CITY reservestherightintheeventthe CONTRACTOR cannotprovidean item(s)or service(s)ina timely manner as requested,to obtain thegoodand/or services from othersources and deduaingthe cost fromthe Contraa Price without violatingtheintentofthe Contract RemovalofEquipment 15.5 In the caseofterminationofthis Contraa beforecompletionforanycausewhatever,the CONTRACTOR,if notified to do sobythe CITY,shall promptlyremoveanypartor all ofitsequipment and supplies fromthepropertyofthe OWNER.Should the CONTRACTOR not remove such equipment and supplies,the CITY shall have the right to remove thematthe expense ofthe CONTRACTOR andthe CONTRACTOR agreesthattheOWNER shall notbe liable forlossor damage to such equipment or supplies.Equipment and supplies shall notbeconstruedto include such items for which the CONTRACTOR has been paidinwhole or inpart. Contractor MayStop Work or Terminate 15.6 If,through noactor fault ofthe CONTRACTOR,theWork is suspended fora period ofmore than ninety (90)calendar days by the CITY or by orderofother public authority,or under anorderofcourt orthe CONSULTANT fails toactonany Application for Payment within thirty (30)calendar days afterit Thomas F.Pepe 02-23-15 87 is submitted,orthe OWNER fails to pay the CONTRACTOR any sum approved by the CONSULTANT, within thirty (30)calendar days of its approval,and presentation,then the CONTRACTOR may,upon twenty (20)calendar days written notice tothe CITY and the CONSULTANT,terminate the Contract The CITY may remedy the delay or neglect within the twenty (20)calendar day time frame.If timely remedied by the CITY,theContraa shall not be considered terminated.In lieu of terminating the Contraa,ifthe CONSULTANT has failed to aa onan Application for Payment ortheOWNERhas failed to make any payment as afore said,the CONTRACTOR may upon ten (10)calendar days'notice tothe CITY and the CONSULTANT stoptheWork until ithasbeen paid all amountsthendue. Indemnificationof Independent Consultant. 15.7 The CONTRACTOR andthe CITY hereby acknowledges thatifthe CONSULTANT isan independent contractorofthe OWNER,the CONSULTANT may bereluctanttoruleon any disputes concerning the Contract Documents oronthe performance ofthe CONTRACTOR orthe OWNER pursuant tothe terms of the Contract Documents.Therefore,the OWNER,at the CONSULTANT'S request agrees to provide the CONSULTANT with a written indemnification and hold harmless agreement to indemnify and hold the CONSULTANT harmless asto any decision in thisregardbeforethe CONSULTANT makes an interpretation,de-certifies a payment application,decertifies Substantial Completion,decertifies Final Completion,certifies an event of default or approves any action which requires the approval ofthe CONSULTANT. ARTICLE 16 -MISCELLANEOUS. 16.1 Whenever any provision oftheContract Documents requires the giving of written notice it shall be deemed to have been validly given if delivered in person tothe individual ortoa member ofthe firm or toan officer ofthecorporationforwhomitis intended,orif delivered atorsentby registered or certified mail,postageprepaid,tothelastknownbusinessaddress. 16.2 TheContractDocuments shall remainthepropertyoftheOWNER.TheCONTRACTORandthe CONSULTANT shall have therighttokeeponerecordsetofthe Contraa Documentsupon completion of the Project 16.3 The duties and obligations imposed bythese General Conditions,Special Conditions and Supplementary Conditions,if any,andthe rights and remedies available hereunder,and,in particular butwithout limitation,the warranties,guaranteesand obligations imposed upon CONTRACTOR bythe Contraa Documentsandthe rights andremedies available totheOWNERand CONSULTANT thereunder,shall bein addition to,and shall notbeconstruedinanywayasa limitation of,anyrightsandremedies available by law,byspecialguaranteeorby other provisions ofthe Contraa Documents. 16.4 ShouldtheOWNERortheCONTRACTORsuffer injury ordamagetoitsperson or property becauseof anyerror,omission,or aa oftheotherorof any oftheir employees or agents orothersforwhoseacts theyare legally liable,claim shall be made in writing totheotherparty within twenty-one (21)calendar daysofthefirstobservanceofsuchinjuryordamage. ARTICLE 17 -WAIVER OF JURY TRIAL. 17.1 OWNERandCONTRACTOR knowingly,irrevocably voluntarily and intentionally waiveanyrighteither may have toatrialbyjuryinStateor Federal Court proceedings in respea toany aaion,proceeding, lawsuitorcounterclaimarising out ofthe Contraa Documentsortheperformanceofthe Work thereunder. ARTICLE 18 •ATTORNEYS FEES JURISDICTION /VENUE /GOVERNING LAW. 18.1 The Contraa shallbe construed inaccordancewithandgovernedby the lawoftheStateofFlorida. 18.2 Thepartiessubmittothejurisdictionofany court ofcompetent jurisdiaion inFloridaregardingany claim or aaion arising out oforrelatingtothe Contract or Contraa Documents.Venueofany aaion to enforce the Contraa shallbeinMiami-Dade County,Florida. 18.3 Exceptasmaybe otherwise providedinthe Contraa Documents,allclaims,counterclaims,disputesand other matters inquestion between theOWNERandthe CONTRACTOR arising out of or relatingto this Contract or the breach thereof,shallbedecidedina court of competent jurisdictionwithintheState of Florida. ARTICLE 19 •PROJECT RECORDS. 19.1 The CITY shallhaverightto inspect andcopyduringregularbusinesshoursatOWNER'Sexpense,the books and records and accounts of CONTRACTOR which relate inanywayto the Project and to any Thomas F.Pepe 02-23-15 88 claim for additional compensationmadeby CONTRACTOR,andtoconductanauditofthe financial and accounting recordsof CONTRACTOR which relatetotheProject CONTRACTOR shall retainand make available to CITY allsuchbooksand records andaccounts,financial or otherwise,whichrelateto theProjea and to any claim fora period ofthree (3)years following final completion ofthe Project During theProjea and thethree (3)year period 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 ofitssubcontraaorsare required to comply with the public records law (s.119.0701)while providing servicesonbehalfoftheOWNERandtheCONTRACTOR,undersuch conditions,shall incorporate this paragraph in all ofits subcontracts forthisProject CONTRACTOR and itssubcontraaorsare specifically required to:(a)Keep and maintain public records required bythe public agency to perform the service;(b)Upon request from the public agency's custodian of public records,providethe public agency withacopyoftherequestedrecordsor allow therecordstobe inspeaedorcopied within a reasonable timeatacostthatdoesnotexceedthecost provided inthis chapterorasotherwise provided by law;(c)Ensure that public recordsthatareexemptor confidential andexempt from public records disclosure requirements arenot disclosed exceptas authorized by law forthedurationofthecontracttermand following completion ofthe contraa ifthecontractordoesnot transfertherecordstothe public agency;and(d)Upon completion ofthecontract,transfer,atno cost tothe public agency all public recordsin possession ofthecontractororkeepand maintain public records requiredbythe public agency toperformthe service.Ifthe contraaor transfers all public recordstothe public agency upon completion ofthecontractthecontractor shall destroyany duplicate public records thatareexemptor confidential andexemptfrom public records disclosure requirements.Ifthe contractor keepsand maintains public recordsuponcompletionofthe contract the contraaor shall meet all applicable requirementsfor retaining public records.All recordsstoredelearonicallymustbeprovided tothe public agency,uponrequestfromthe public agency's custodian of public records,inaformatthatis compatiblewiththeinformationtechnology systems ofthe public agency.: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340;E-mail:mmenendez@southmiamifl.gov;6130 Sunset Drive,South Miami,FL 33143. 19.3 If CONTRACTORorits subcontraaor doesnot comply witha public records request the CITY shall havetherighttoenforcethis contract provision by specific performanceandthepersonwhoviolatesthis provision shall be liable toOWNERforitscostsofenforcingthis provision,including attorneyfees incurredinallproceedings,whether administrative or civil court andin all appellateproceedings. ARTICLE 20 -SEVERABILITY. 20.1 Ifanyprovisionofthe Contract orthe application thereof toanyperson or situation shall toany extent beheld invalid or unenforceable,the remainderofthe Contract and the applicationofsuchprovisionsto persons or situations other than those as to which itshallhave been heldinvalid or unenforceable shall not beaffectedthereby,andshallcontinuein full forceand effect andbeenforced to the fullest extent permitted bylaw. ARTICLE 21 -INDEPENDENT CONTRACTOR. 21.1 The CONTRACTOR isan independent CONTRACTOR under the Contraa.Servicesprovidedbythe CONTRACTOR shallbeby employees of the CONTRACTOR and subjea tosupervisionbythe CONTRACTOR,and not asofficers,employees,or agentsof the OWNER.Personnel policies,tax responsibilities,social security andhealthinsurance,employee benefits,purchasingpoliciesand other similar administrative procedures,applicable to services rendered under the Contraa shallbe those of the CONTRACTOR. ARTICLE 22 -ASSIGNMENT. 22.1 The CONTRACTOR shall not transfer orassignanyofitsrightsorduties,obligationsandresponsibilities arising under the terms,conditions andprovisionsofthis Contraa without prior written consent of the CityManager.TheCITYwill not unreasonablywithhold and/or delayits consent to the assignmentofthe CONTRACTOR'S rights.The CITYmay,initssoleand absolute discretion,refuse toallowthe CONTRACTOR toassignitsduties,obligationsandresponsibilities.Inanyevent,the CITYshall not Thomas F.Pepe 02-23-15 89 consent to suchassignmentunless CONTRACTOR remainsjointlyandseverallyliableforany breach of the Agreement bytheassignee,theassigneemeetsallof the CITY's requirements totheCITY's sole satisfactionandtheassigneeexecutes all ofthe Contract Documentsthat were requiredtobe executed bythe CONTRACTOR IN WITNESS WHEREOF,theparties heretqjaave executedtheGeneralConditionstoacknowledge their inclusion as part of the Contract Documents on this ^Qpky of ^Tctt^^<L^^^-ft 20/«?T ATTESTE! Signature:^, -Ms t0>6 aria Menende: City Clerk CONT Signati PrintSignatory' TitleofSignatory: 'fno ($-€nuL T^€xJ& -^€-S-t OWNER:CITY Signatun^ft$-H /Stevefe Alexander CityManager ReadandApprovedastoForm,Language, Legality,and Execution Thereof: Thomas F.Pepe 02-23-15 1/))/HtSignature:/l7 I Ij Cfty Attorney /^ fi 90 2^ EXHIBIT 7 Supplementary Conditions Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 A.Consultant In accordancewith ARTICLE I oftheGeneralConditions CONSULTANT isdefinedasthe person identified asthe CONSULTANT inthe Supplementary Conditions orif none,then CITY's designated representative as identified in the Supplementary Conditions.The CONSULTANT'S,if any, and the City's Designated Representative's name,address,telephone number and facsimile number areas follows: Consultant:The Corradino Group 4055 N.W.97 Avenue Doral,Fl,33178 Ph:305/594-0735 Fax:305/594-0755 B.Termination or Substitution of Consultant:Nothing herein shall prevent the CITY from terminating the services ofthe CONSULTANT or from substituting another "person"toactasthe CONSULTANT. C.Plans for Construction:The successful CONTRACTOR will be furnished setsof Contract Documents without charge.Any additional copies required will be furnished tothe CONTRACTOR atacosttothe CONTRACTOR equal tothe reproduction cost D.TheScopeofServices,alsoreferredtoastheWorkinthe contraa documents,isassetforthinthe RFP and in the attached EXHIBIT I,Attachment j|&Attachment B tothe RFP and if there is a conflicttheattached Exhibit shall takeprecedence. E.Contractor shall comply with the insurance and indemnification requirements issetforthinthe RFP and in the document set forth in the attached EXHIBIT 4 to the RFP andif there isa conflict the attached Exhibitshalltake precedence. F.The Work shall becompletedin 90 CALENDAR DAYS unless a shorter timeissetforthinthe Contract and in such eventtheContract shall take precedent notwithstanding any provision in the General Conditions totheContractthat may betothecontrary. IN WITNESS WHEREOF,thepartieshereto have executedthe Supplementary Conditions to acknowledge their inclusion as part of the Contract on this 2®dayof n7^%^za &sr~y,20_/^7" CONTR^CTOA:f IA{ca qa QLc~XVi C« Signature: Print Signatory^ Titleof Signatory: a^ro (So-**l^cfiJ'€L- '-**&.t ATTESTED: / Signatur^j zQy^K^Ja, Maria Menendez v~ City Clerk OWNER:CITY OF SQ Signature; Steydiftli *-^ity Mans Readand Approved-as po Form,Language^--. Legality,and Exeojdticm Thereof:jf} Signature:•L vnyfff/City/Attorney n END OF SECTION Thomas F.Pepe 02-23-15 91 tlexander -ity Manager NSURANCE January 27,2017 Miami Dade County 111 NW 1st Street Miami,FL 33128 Kahn-CarSin &Company,inc. 3350 South Dixie Highway,Miami,Florida 33133 Telephone:(305)446-2271 Broward:(954)767-6066 Toll Free (877)275-1180 Fax (305)448-3127 http://www.kahn-carlin.com Re:Maggolc,Inc. Project:Twin Lakes Traffic Circle (SW 63rd Ave.&SW 42nd Project #:PW2016-25 Contract Amount:$78,024.00 Terr.) To whom it may concern: We hereby grant Miami-Dade County Power of Attorney to insert the date of execution onthe contract Surety Bonds and Power of Attorney tothe Contract and Agreement entitled,Twin Lakes Traffic Circle (SW 63rd Ave.&SW 42nd Terr.),Project #:PW2016-25,Contract Amount:$78,024.00 Sincerely, Berkley Insurance Company Michael A.Bonet Attorney-in-Fact &Florida Resident Agent CC:Maggolc,Inc. to CL> POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE i 1U.JL>A-il/l//J NOTICE:The warning found elsewhere in this Power ofAttorney affects the validity thereof.Please review carefully. KNOW ALL MEN BY THESE PRESENTS,that BERKLEY INSURANCE COMPANY (the "Company"),a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted and appointed,and does by these presents make,constitute and appoint:Roy V.Fabry or Michael A.Bonet of Kahn-Carlin & Co.,Inc.of Miami,FL its true and lawful Attorney-in-Fact,to sign its name as surety only as delineated below and to execute seal,acknowledge and deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance,providing that no single obligation shall exceed Fifty Million and 00/100 U.S.Dollars (U.S.$50,000,000.00),to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own nrnnp.r nwcrnicg~own proper persons. co CO 3 f° O (U >'-> co G •~c O •*=> £,.§ .52 « H CD ^ O b£ CL .2 CO F s * ^c 3P cr!OS2X) £CD f0 H T3 O This Power ofAttorney shall be construed and enforced in accordance with,and governed by,the laws ofthe State of Delaware, without giving effect to the principles of conflicts of laws thereof.This Power of.Attomey is granted pursuant to the following resolutions which were duly and validly adopted at ameeting ofthe Board ofDirectors ofthe Company held on January 25,2010: RESOLVED,that,with respect to the Surety business written by Berkley Surety Group,the Chairman of the Board,Chief Executive Officer,President or any Vice President of the Company,in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds,undertakings,recognizances,or other suretyship obligations on behalf of the Company,and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto;and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted;and further RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings,recognizances, or other suretyship obligations specifically named therein,and they have no authority to bind the Company except in the .manner andtotheextentthereinstated;andfurther RESOLVED,that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named;and further RESOLVED,that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligation ofthe Company;and such signature and seal when so used shall have the same force and effect as c ^though manually affixed.The Company may continue to use for the purposes herein stated the facsimile signature of any ||person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have 6 o?ceasedtobesuchatthetimewhensuch instruments shallbeissued. IN WITNESS WHEREOF,the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 22=.day of J J Id ,2013. Attest:^s jj ^-^""Berkley J^urance Company (Seal) Ira S.LederrrMn (Jejfff^Wlla'Ser "2 Senior Vice President &Secretary Ndnfor vfcjpresident 1 WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY"SECURITY PAPER. S £STATE OF CONNECTICUT ) p )ss: |COUNTY OF FAIRFIELD ) I -%Sworn to before me,aNotary Public in the State of Connecticut,this 12~day of JoW |-B Jeffrey M.Hafter who are sworn to me tobe the Senior Vice President and Secretary<and thfe ,2013,by Ira S.Lederman and _Senior Vice president,respectively,of ^Berkley Insurance Company.J^*//J <g Notary Public,State ofConnecticut oSSSSSn? 21 certificate f/^wwisms^msLm c CO >, rlS ^ rV <D ~i CD I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true,correct and complete copy of the original Power of Attorney;that said Pow|r of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein,who executedjhe bond or undertaking to which this Power of Attorneyisattached,isinfullforceand effect as of thisdate.f\r>%stGivenundermyhandandsealoftheCompany,thisQf I day QJK fc^**^£QF\,SSL (Seal)/'~' */Andrew Please verifythe authenticity ofthe instrameiit attached to this Power by: Toll-Free Telephone:(800)456-5486;or Electronic Mail:BSGinquiiy@berklevsurety.com Any written notices,inquiries,claims or demands tothe Surety on the bond attached to this Power should be directed to: Berkley Surety Group 412 Mount Kenible Ave. Suite 3ION Morristown,NJ 07960 Attention-Siirv^tv Plaimc TlgnflTlrneilt Email:BSGClaim@berklevsurety.com Please include with all communications the bond number and the name of the principal onthebond.Whereaclaimisbeing asserted,pleasesetforth generally thebasis of theclaim.Inthecase of apaymentor performance bond,pleasealso identify the project to which the bond pertains. BerkleySuretyGroupisanoperatingunit of W.R.Berkley Corporation that underwrites surety business on behalf of Berkley Insurance Company,Berkley Regional Insurance Company and Carolina Casualty Insurance Company. This is the front page of the performance/payment bond issued in compliance with Florida Statute Chapter 255.05 Surety Name:Berkley Insurance Company 255 South Orange Ave,Suite 1515 Orlando,FL 32801 (973)775-5256 Bond Number: Contractor Name: Owner Name: 0203919 Maggolc,Inc. 11020 SW 55 Street Miami,FL,33165 (786)291-2949 City of South Miami 6130 Sunset Dr. South Miami,FL 33143 (305)663-6338 Project Number:PW2016-25 Project Description:Twin Lakes Traffic Circle (SW 63rd Ave.&SW 42nd Terr) Project Address:City of SouthMiami,MiamiDadeCounty,FL Legal Description of Property:Twin Lakes Traffic Circle (SW 63rd Ave.&SW 42nd Terr) Thisisthe frontpage of thebond.Allotherpagesaresubsequentregardless of the pre-printed numbers. Bond No.0203919 E FORM OF PERFORMANCE BOND Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 (Required as a Condition of Award and Prior to the Contractor Receiving a Notice to Proceed.Not Required with Submittal) KNOW ALL MEN BY THESE PRESENTS: That,pursuant to the requirements ofFlorida Statute 255.05,we, Maggolc,Inc..whose business address0.?0 SW55 Street'MiarMy3ffifelephone number is (786)291-2949 as Principal (hereinafter referred 9Jtt>q as "Contractor"!and Berkley Insurance Company ,whose business adaress is Qr|ando n 32001 a whose telephone number is (£73)775-5256 ,asSurety,arebound to the City oTSoumnJamiwhose..;..6130SunserDrr^j—r ,.,rr j ka .business address ,sQ n33143and "^f*6'fg°"e """^*(305)663-6338 .[[and Miami- Dade County whose business address is111 NWlst bt.,Miami,FL 33128 and whose telephone number is (305)375-5071 ]]asObligee,(hereinafter referredtoas"City")inthe amount of Seventy Eight Thousand Twenty Fourand 00/1 (Dollars ($78,024.00 )forthepaymentwhereof Contractor and Suretybindthemselves,their heirs,executors,administrators,successorsand assigns,jointlyandseverally. WHEREAS,Contractor has entered intoa Contract,forthe Twin Lakes Circle Project,awardedon the dayof ,20,underContract NumberPW2016'2^theCityforthe construction of Twin Lakes Traffic Circle (SW 63 Ave &SW 42 Terr)(briefdescriptionofthe Work)in accordance with drawings (plans)and specifications prepared by ._which Contract isherebymadeaparthereof by reference,andis hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that the Contractor: 1.Fully performsthe Contract betweenthe Contractor andthe Twin Lakes Circle Project,within 90 CALENDAR DAYS afterthedateof Contract commencement asspecifiedintheNoticeto Proceed andinthe manner prescribed in the Contract;and 2.Indemnifies and pays Cityalllosses,damages (specifically including,butnot limited to,damages for delay and other foreseeable consequential damages),expenses,costsandattorney's fees,including attorney's feesincurredinappellateproceedings,mediation andarbitration,ifany,thatCitysustains becauseofdefaultby Contractor undertheContractorcausedbyor arising outofanyactionor proceeding to enforce the Contract or thisBond;and 3.Upon notification bytheCity,correct anyand all patently defectiveor faulty Work ormaterialsthat appearwithinone(I)yearfromthedateof Final Acceptanceasindicatedin the CONSULTANT Letterof Recommendation of Acceptance,if issued,theCertificateof Occupancy,if issued,orthe CertificateofCompletion,ifissuedbytheCity,whicheveris applicable andifmorethanoneis applicable,theonethatisissuedlast,for patent Defective Work,and correct anyand all latentdefects thatare discovered beforethe expiration ofthethird (3rd)year following thedateof Final Acceptance asindicatedintheCONSULTANTLetterofRecommendationofAcceptance,ifissued,theCertificate of Occupancy,if issued,orthe Certificate of Completion,ifissuedbythe City,whichever is applicable andif more thanoneisapplicable,theone that isissuedlast;and 4.Performs theguaranteeof all Workand materials furnished undertheContractforthetime specified in the Contract. Ifallof the forgoing conditions are met,then thisBondisvoid,otherwise itshallremainin full forceand effect. WheneverContractor shall be,and declared bytheCitytobe,in default for failing toperforminstrict accordance with any ofthetermsofthe Contract,the Surety shall promptly remedy the default as well as perform in the following manner: CompletetheContractin accordance withtheContract'stermsand conditions provided theCity makes available,asWork progresses,thatportionoftheContract Price thathasnot already been paid to,oronbehalfof,theContractor.TheCity shall notberequiredtopayanymorethantheamount ofthe Contract Price.Thesurety shall notbe obligated topaymorethanthe maximum amountfor which theSurety may be liable assetforthinthefirst paragraph ofthis bond.If theSurety fails to commencethe Work withinthirty(30)daysofreceiptoftheCity'sdeclarationofadefaultorifthe Surety fails to man thejobwith sufficient forces,or suspends theWork,formorethan thirty (30) days,either consecutive orin combination withseparate occasions,theCity shall have the option,in Thomas F.Pepe 02-23-15 92 the City's sole discretion,andwithout waiving its right toanyother remedy or damages provided for bythisbond,tocompletetheWorkwithother forces andtheSurety shall pay forthecostto complete theWork.The term "balance oftheContract Price"asusedinthis paragraph,shall mean thetotalamount payable byCitytoContractorundertheContractand any amendments thereto,less theamountproperlypaidby the Citytothe Contractor. No right of action shall accrueonthis Bond toorforthe use ofanypersonorcorporationotherthanthe Citynamedherein. TheSuretyhereby waives noticeofandagreesthatany changes inorunderthe Contract Documentsand compliance or noncompliance with any formalities connected with theContract shall not affect the Surety's obligation under thisBond. IN WITNESS WHEREOF,theabovebondedparties have executed thisinstrumentundertheir several seals on this ^T~day of ^^^-^eSf^f 20 /TTthe name and the corporate seal ofeachcorporateparty being hereto affixed andthesepresents being duly signed byits undersigned representative. IN PRESENCE OF: N/A j)kM£/afr.filler: STATE OF FLORIDA COUNTY OF MIAMI-DADE ) (Individual,President,Managing Member or General Partner,etc.) (Business Address) rYesjident)Mario Gonzalez,President SW 55 Street (Business Kdcaress) MiamiLBfc:33165 (City/State/Zip) (786)291-2949 (Business Telephone) ance Company INSURANCE COMPANY: Michael A.g6net^Atfomey-ln-Fact 255 South Orange Ave.Suite 1515 (BusinessAddress) Orlando.FL 32801 (City/State/Zip (973)775-5256 (BusinessTelephone) .(SEAL) On this,the 27th dav of January f 20 17,before me,the undersigned notary public of the State of Florida,the foregoing performance bondwas acknowledged by Mario Gonzalez (Corporate Officer), President (Title),of Maqgpylr.Inn (Name o|Corporation),a Florida .(Stateof Incorporation)corporal WITNESSmyhandand official seal. NOTARY PUBLIC: SEAL OF OFFICE: Personally known to me,or Personal identification: (Name of Notary Public:Print,Stamp orTypeascommissioned.) 4*%&NotaryPublicStateofFlorida %ff\CarmenE Pillot <z8k J My Commission FF 926437 *o?f\^Expires 11/07/2019 TypeofIdentification Produced Did take an oath,or X Did Not take an oath. Thomas F.Pepe 02-23-15 93 e: form of payhent bond Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 (Required asa Condition of Award andPrior to the Contractor Receiving a Notice to Proceed.Not Required with Submittal) KNOW ALL MEN BY THESE PRESENTS: That,pursuant to the requirements ofFlorida Statute 255.01.et sea,Florida Statutes,,we,.Maggolc,Inc.,whose business addreW SW5o Street,faam^flBff telephonenumberis (786)291-2949 .as Principal,(hereinafter referredtoas"Contractor"),and Berkley Insurance Company whose business tiMtti^Orange Ave,Suit§n^w^09e'lfeigpho:Ae32801 numberis (973)775-5256 ,asSurety,areboundtotheCityofSouth Miami,whosebusinessaddressis lluUi^ili^n?FL33 l4S"d Wh°Se telePhone number js (305)663-6338 [[and Miami-Dade County whose §usinessldrfli,acbress is 111 NWIstSt.Miami.FL 33128 and whose telephone number is (305)375-5071 ]]asObligee,(hereinafter referred toas "City")inthe amount of Seventy Eight Thousand Twenty Fourand 00/10dDollars ($78,024.00 )forthepaymentwhereof Contractor andSuretybindthemselves,theirheirs,executors,administrators,successorsand assigns,jointly and severally. WHEREAS,Contractor has,by written agreement,entered intoa Contract for the Twin Lakes Traffic Circle,Project awardedonthe dayof ,20,under Contract Number PW2016-25fOr the construction of Twin Lakes Traffic Circle (SW 63 Ave.&SW 42 Te(^ief description ofthe Work)bytheCityin accordance withdrawings(plans)and specifications,ifany,prepared by which Contract is hereby madeapart hereof by reference andis hereafter referred toas the "Contract"; THE CONDITION OF THIS BOND is that if the Contractor: I.Promptly performs the construction work in the timeand manner prescribed inthe Contract;and 2.Promptly makespaymentstoallclaimants,asdefinedinSection255.05,Florida Statutes, supplying Contractor withlabor,materials,orsupplies,used directly or indirectlyby Contractor in the prosecution of the work provided forin the Contract;and 3.PaysCityalllosses,damages,expenses,costs,and attorney's fees,including those incurred in any appellate,mediation or arbitration proceedings,ifany,that Owner sustains because ofa default by Contractor under the Contract;and 4.Performs the guarantee ofall work andmaterials furnished under the contract for the time specifiedin the contract,then thisobligationshallbevoid;otherwise,itshallremaininfullforce and effect. Anyaction instituted byaclaimantunderthisbondforpaymentmustbein accordance withthenotice andtimelimitation provisions in Section 255.05(2),FloridaStatutes. The Surety hereby waivesnoticeofandagreesthatanychangesin or under the Contract Documents and compliance or noncompliance withanyformalities connected with the Contract shall not affect the Surety's obligation under thisBond. IN WITNESS WHEREOF,the above bonded partieshave executed this instrument under their several seals on this "2-"T day of Sj ^^-^^>-y^20 //Tthe name and the corporate seal ofeach corporate party being hereto affixedand these presents beingdulysignedbyitsundersigned representative. IN PRESENCE OF: N/A Thomas F.Pepe 02-23-15 94 (Individual,President,Managing Member or General Partner,etc.) (Business Address) (City/State/Zip) (Business Telephone) •amen E.Pillot,Witness STATE OF FLORIDA COUNTY OF MIAMI-DADE On this,the who is the 27th day ofJanuary President Florida NOTARY PUBLIC: SEAL .(State of Incorporation)company or partnership,on behalf ofthe corporation and whois personally known by me or who provictefl me w\Mjtf€lb\\cMr\g type of identification N/A and who took an oath or affirmed that he/she is the fferson v^^gne^ef^oregejng paymentjDoncU WITNESS myhandand official seal. *Powerof Attorney mustbeattached. Thomas F.Pepe 02-23-15 s~\ aggclc (Corporate iName) (pffiMW (Business Address) Miami.FL 331 (City/State/Zip) (786)29T-2949 (Business Telephone) Befkl^y ln#ur§nce Coi UNs' BY:. (Agentfehfc[Attorney-ifi-fact Signature)-Michael A.Bonet 255 South Orange Ave.Suite 1515 (Business Address) Orlando,FL 32801 (City/State/Zip (973)775-5256 (Business Telephone) Mm _,20 17,before me appeared .(Title),of Maggolc.Inc. Public:Print,Stamp orTypeascommissioned.) END OF SECTION 95 pany NCE COMPANY: litjj[(SEAL) Mario Gonzalez .(Name of legal entity),a EXHIBIT 10 CITY OF SOUTH MIAMI BID PROTEST PROCEDURES Twin Lakes Traffic Circle (SW 63 Avenue &SW 42 Terrace) RFP#PW20l6-25 RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (FORMAL PROCEDURE) The following procedures shallbeusedforresolutionof protested solicitationsandawards.Theword "bid",aswellasallof its derivations,shallmeana response to asolicitation,including requests for proposals,requests fora letter of interest and requests for qualifications. (a)Protest ofsolicitation.Anyactualorprospectivebidderwhoperceivesitself to be aggrieved in connection withanyformalsolicitation or who intends to contest or object to anybid specifications or anybidsolicitation shall filea written noticeofintentto file a protest withthe CityClerk'sofficewithin three calendardays prior tothedate set foropeningofbids.A notice of intent to file a protest is considered filed whenreceivedby the CityClerk'sofficebye-mailor,if handdelivered,whenstampedwiththeCityClerk'sreceiptstampcontaining the dateandtimeof receiptofanoticeofintent to file aprotest.Anyactualresponsiveandresponsiblebidderwho perceivesitself to beaggrievedinconnectionwiththe recommended awardofa contract andwho wishes to protest the award,shallfilea written noticeof intent to filea protest with the City Clerk's officewithin three calendardays after the CityCommissionmeetingatwhich the recommendation is considered foraction.Anoticeof intent to filea protest is considered filed when receivedby the City Clerk's officebye-mailor,ifhanddelivered,when stamped with the CityClerk's receipt stamp,containing the dateandtimeof receipt. (b)Contents of protest.A protest of the solicitation or awardmustbeinwriting ("Protest Letter") andsubmitted to the City Clerk's officewithinfivecalendardaysafterthedateofthe filing ofthe noticeof intent to filea protest.The Protest Letter shall state withparticularity the specificfacts andlaw upon whichthe protest isbased,itshalldescribeandattachall pertinent documents and evidence relevant andmaterial to the protest andItshallbe accompanied byany required filing. Thebasisforreviewof the protest shallbe the documents and other evidence described inand attached to the Protest Letter andnofacts,grounds,documentation,or other evidencenot specifically described inand attached tothe Protest Letteratthetimeofits filing shallbe permitted or considered in support of the protest. (c)Procedure for Filing Protest Letter.The Protest Letterisconsidered filed whenthe Protest Letter andthe required filing feearebothtimelyreceivedby the CityClerk'soffice.In order for the Protest Letterand filing fee to beconsideredtimelydeliveredbyhanddelivery,the datestampof the Clerk'sofficemust appear on the original Protest Letter and/or acopyof the Protest Letter and the datestampmustalsoappearonacopyofthecheckissuedforthepaymentof the filing fee, or,ifpaymentismadeincash,a receipt mustbeissuedby the Clerk's officereflecting the date of receipt of the payment.While the Clerkmay accept the Protest Letter byemail,the Protest Letter shall not be considered to betimelyreceiveduntilandunless the required filing feeis receivedby the CityClerk'sofficeand,ifpaymentisincash,a receipt isissuedwiththedateofthe receipt ofpayment,or ifpaymentisbycheck,acopyofthecheckisstampedby the Clerkwiththe date stampof the Clerk's officeshowing the date of receipt. (d)Computation oftime.Notimewillbeadded to the abovetimelimitsforservice/deliveryby mail. Thelastdayof the periodso computed shallbeincludedunlessitisaSaturday,Sunday,or legal Thomas F.Pepe 02-23-15 96 holiday in which eventthe period shall run until thenext day which isnota Saturday,Sunday,or legalholiday. (e)Challenges.Thewrittenprotestmaynot challenge the relative weightofthe evaluation criteria or any formula usedfor assigning points in making an award determination,nor shall it challenge the City's determination ofwhatisinthe City's bestinterest which isoneofthe criteria for selecting a bidder whose offermaynotbethelowestbid price. {f)Authoritytoresolveprotests.The Purchasing Manager,after consultation withtheCityAttorney, shall issueawrittenrecommendationwithinten calendar days afterreceiptoftheProtestLetter. Said recommendation shall besenttotheCity Manager withacopysenttothe protesting party. The City Manager maythen,submita recommendation totheCity Commission for approval or disapproval oftheprotest,resolvetheprotestwithout submission totheCityCommission,or reject all proposals. (g)Stayofprocurement during protests.Uponreceiptofatimely and properProtestLetter filed pursuant to the requirements ofthis section,theCity shall notproceedfurtherwith the solicitation orwiththe award orexecutionofthecontractuntiltheprotestisresolvedby the City Manager or the CityCommissionasprovidedinsubsection(f)above,unless the City Manager makesa written determinationthatthe solicitation processorthecontract award mustbe continuedwithoutdelayinorderto avoid potential harmto the health,safety,orwelfareofthe public or to protect substantial interestsoftheCityortopreventyouthathleticteamsfrom effectivelymissinga playing season. END OF DOCUMENT Thomas F.Pepe 02-23-15 97 Sou#Mami THECITYOF PLEASANT LIVING ADDENDUM No.#1 Project Name:Twin Lakes Traffic Circle RFP NO.PW20I6-25 Date:December 15,2016 Sent Fax/E-mail/webpage Thisaddendumsubmissionisissued to clarify,supplementand/or modify thepreviouslyissued Solicitation,and Is herebymadepartoftheDocuments.AllrequirementsoftheDocumentsnot modifiedhereinshallremainin full forceandeffectas originally set forth.Itshallbethesole responsibility ofthebiddertosecure Addendums that may be issued fora specific solicitation. QUESTION #1; What's theengineer'sestimatefor the abovereferenceproject? RESPONSE: Thereisno specific budgetlineitemamountforthe traffic circleatTwin Lakes.TheAdopted Budgetfor Fiscal Year 2016-2017 Includes abudget line itemfortheentirescopeofwork that Is plannedfor that area,i.e.,multiple speedtablesand the trafficcircle.TheAdopted Budgetcanbefoundon the City'swebsitewhich includes the CapitalImprovementProgram 5-Year Plan;alinkisprovidedbelow: http^/www.southmiamifl.gov/DocumentCenterArlew/2016 IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE n ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION.Jc" M' Page1 of1 GONZALEZ MARIO Iscaififiodunojarthaptovlshinaof ( 5684064 MAGGOLC INC VI020aN55ST MIAMI a 33165 OWN811MAGGOICINC \,.oiker(s) CTQB teflon TradesQuaifyConstructionTradesQuaUtying Board [BUSINESS CERTIFICATE OF COMPETENCY E251302 MAGGOLC INC D.BA: s BlMINBSB «**nm-^^tcmSpR 30.2017renewalSEPTEMBERW,* Ch8pter8A-Art.9a.10 E251302 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 (850)487-1395 GONZALEZ.MARIO H MAGGOLC INC 11020 SW55TH STREET MIAMIFL 33165 Congratulations!With thtelicense you becomeoneofthe nearly onemillion Fforldlans licensed bytheDepartmentof Business and ProfessionalRegulation.Ourprofessionalsand businesses range from architects to yacht brokers,from boxers to barbeque restaurants,and theykeepFlorida'seconomystrong. Every daywe work to Improve thewaywedobusinessInorder toserveyou better.ForInformation about ourservices,please toflontowww.myflorldallcenee.com.Thereyoucanfindmore information about our divisions and me regulations that impact you,subscribe todepartmentnewslettersandteammore about theDepartment's initiatives. OurmissionattheDepartmentis:License Efficiently,Regulate Fairly.Weconstantlystriveto aame youbettersothatyoucan serveyour customers.ThankyoufordoingbusinessinFlorida, andcongratulationsonyournewlicense! STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CUC1224888 :T ISSUED:06/30/2016 CERT UNDERGFidUNp «,EXCAV CNTR GONZALEZ.Ml#H;-,w:'i MAGGOLC INC IS CERTIFIED under the provisions of Ch.488 FS. Bcptattwdste:AUG31.201B 1.1808300001071 DETACH HERE RICK SCOTT.GOVERNOR KENLAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD The UNDERGROUND UTILITY&EXCAVATION CO , Named below IS CERTIFIED Under the provisionsof Chapter489 FS. Expirationdate:AUG 31,2018 GONZALEZ,MARIOH MAGGOLC INC 11020 SW55TH STREET- MIAMI FL 33166 llWflffiVwE iTvW*.:' m&m ISSUED:06/30/2016 DISPLAY AS REQUIRED BY LAW SEQ#L160630GQ01071 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 GONZALEZ,MARIO H MAGGOLC INC 11020 SW55TH STREET MIAMIFL 33165 Congratulations!With thislicense youbecome oneofthe nearly one million Floridlans licensedbythe Department ofBusinessand Professional Regulation.Our professionals andbusinesses range from architectstoyacht brokers,from boxerstobaibeque restaurants, and they keep Florida's economystrong. Every dayweworkto improve thewaywedobusinessin order to serveyou better.For information aboutour services,please log onto www.myflortdalicen8e.com.Thereyoucan find moreinformation aboutourdivisionsandtheregulationsthatimpactyou,subscribe to department newsletters and learn moreabout the Department's Initiatives. OurmissionattheDepartmentis:License Efficiently,Regulate Fairly. We constantly strive toserveyou bettersothatyoucanserve your customers,thank you for doing businessin Florida, and congratulations onyournewlicense! DETACH HERE RICK SCOTT,GOVERNOR (850)487-1395 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION RG29l103844;|^jSsui^08/02/2015 REGISTERED QM^C(iNTl^CTORgonzalez,mm^mm^-K MAGGOLC 9&$®&I^Jm&-£-'(INDIVIDUAL MUSt,MEEim§OCAL LICENSING REQUlREStE«pRRIOR TbCOrTrRACTINGINApAREA) HA8 REGISTERED under the provisions of Ch.489 FS. &p*nflon<iaSa AUG31,2017 L1608aZ000«21 KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD The GENERAL CONTRACTOR Named below HAS REGISTERED Under the provisionsofChapter 489 FS.-•-•••'•>*.- Expiration date:AUG 31,2017 1*5'g>H ** (INDIVIDUAL MUST MEET ALL Lfie^L LICENSINGREQUIREMENTSPRIORTp.C^pRACTjNG IN ANY AREA) GONZALEZ,MARIOH MAGGOLC INC . MIAMI •\--rC3&r«S>_•^%'^.^"'-- DISPLAY AS REQUIRED BY LAW ,..<"••.*."*,*"?.,..;:„.i ISSUED:08/02/2015 afc:» •#* -i&***. •'R SEQ#L1508020001221 ACORlf CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 11/10/2016 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLYANDCONFERSNORIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATEDOESNOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND ORALTERTHECOVERAGE AFFORDED BY THE POLICIES BELOW.THISCERTIFICATEOFINSURANCEDOESNOTCONSTITUTEACONTRACTBETWEENTHEISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,ANDTHECERTIFICATE HOLDER. IMPORTANT:If tfie certificate holder Is an ADDITIONAL INSURED,the po4lcy(les)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may requirean endorsement.A statement on this certificate does not confer rights tothe certificate holder In lieu ofsuchendorsements). PRODUCER Kaetem Insurance Group,Inc. 9570 SW 107 Avenue Suite 104 Miami FL 33176 INSURED Maggolc,Inc. 11020 SW 55 Street Miami PL 33165 SSffiy21"Amanda Wogues __ExtyL (305)595-3323 |p^S8;amandaQeaeterninauranco.net lai.ll*»w»»-m» INSURERiS)AFFORDING COVERAGE NAICS wsurer a iColony insurance company 39993 insurer BMapfre Insurance Co.of Plorida 34932 insurerciBuaineeeFirflt Insurance Co.11697 insurer pgrederal Insurance Company 20281 INSURER E: M SURER F: COVERAGES CERTIFICATE NUMBER*aatar 16-17 REVISION NUMBER: THIS IS TOCERTIFYTHATTHEPOLICIESOFINSURANCELISTEDBELOWHAVEBEENISSUEDTOTHEINSURED NAMED ABOVEFORTHEPOLICYPERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT.TERMOR CONDITION OFANY CONTRACT OROTHER DOCUMENT WITH RESPECTTO WHICH THIS CERTIFICATEMAYBEISSUEDORMAY PERTAIN,THE INSURANCE AFFORDEDBYTHEPOLICIESDESCRIBEDHEREINISSUBJECTTOALLTHETERMS, EXCLUSIONSANDCONDITIONSOFSUCHPOLICIES.LIMITSSHOWNMAYHAVEBEENREDUCEDBYPAIDCLAIMS. lADTOWbr ltr TYPg OP insurance COMMERCIAL GENERAL LIABILITY ~H CLAIMS-MADE [_Xj OCCUR GENT.AGGREGATE LIMIT APPLIES PER: roucvr^jECT*I Itoe OTHER: AUTOMOBILE LIABILITY ANYAUTO ALL OWNED AUTOS HIRED AUTOS UMBRELLA UAB excess uab SCHEDULED AUTOS NON-OWNED AUTOS OCCUR CLAIMS-MADE DEO.'RETENTIONS WORKER8 COMPENSATION ANDEMPLOYERS'LIABILITY y /N ANY PRCPRIETOWPARTNER/EXECUTIVE (1 OFFICEWMEMBER EXCLUDED?(Mandatory In NH)'' rf yes,describe under DESCWIfPTlON OF OPERATIONS below Rented/Leased Equipment Contractor's Equipment SD1R N/A POUCY NUMBER 103GL0006301-02 4150130008652 521-11888 45468147 45468147 9/22/2016 7/17/2016 9/22/2016 11/2/2016 11/2/2016 9/22/2017 7/17/2017 9/22/2017 11/2/2017 11/2/2017 LIMITS EACH OCCURRENCE DAMAGEY0 RENTED PRgMlSESfgflwWTOnW) MEDEXP(Any one person) PERSONAL &ADVINJURY GENERAL AGGREGATE PRODUCTS -COMP/OP AGG COMBINEttslNG^UUff (Ea accident! BODILYINJURY(Per pereon) BODILYINJURY(Peraccident) PROPERTY DAMAGE (Peraccident) Hired Auto EACH OCCURRENCE AGGREGATE per" STATUTE E&_ EL EACH ACCIDENT EL DISEASE •EA EMPLOYS E.L DISEASE-POLICY LIMIT I $ 1,000,000 100,000 5,000 1,000,000 2,000,000 2,000,000 1,000,000 1,000,000 1,000,000 1,000,000 1,000,000 9250,000 $254,016 DESCRIPTION OPOPERATIONS/LOCATIONS /VEHICLES (ACORD101,AdditionalRemarks Schedule,may be Cached if mom apace Is required) Asphalt paving,concrete construction and drainage construction City of SouthMiamiand Miami Dade County arelisted ae anadditional named insured and shellbe provided written notice30 daye before modificationofthispolicyorcancellationfornonpaymentofpremiumor otherwise.Coverageas an additional insured is provided ifrequiredby written contract. CERTIFICATE HOLDER CANCELLATION City of South Miami Building &Zoning Department 6130 Sunset Drive Miami,PL 33143 SHOULD ANY OF THE ABOVE DE8CRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE David Lopez/ANA •r-u .^^-—-^.^" ©1988-2014 ACORD CORPORATION.All rights reserved. TheACORD name andlogoare registered marks of ACORDACORD25(2014/01) INS025/70140D Member Name Bid Number Bid Name 3 Document(s)found for this bid 508 Notified 18 Planholder(s)found. Cityof South Miami RFP-RFP#PW2016-25-0- Twin Lakes Traffic Circle Supplier Name Address 1 City State Zip Phone Attributes A2 Group,Inc.AB Advanced Starlight International 113 SW 5th Avenue Portland OR 97205 5032225718 Bob's Barricades 921 Shotgun Rd Sunrise FL 33326 9544232627 ConstructConnect 3825 Edwards Rd Cincinnati OH 45209 8772271680 Construction Journal,Ltd.400 SW 7th Street Stuart FL 34994 8007855165 F.H.Paschen,S.N.Nielsen & Associates,LLC 2SouthFederalHighway Dania Beach FL 33004 3059400264 FerreiraConstructionCompany Inc.100 Salerno Road Stuart FL 34997 7722865123 1.Hispanic Owned GC Works Inc. 1801 SW 3RD AVENUE.SUITE 700 MIAMI FL 33129 3052858303 1.Small Business Horsepower Electric,Inc AB HW Lochner,Inc.4350 W.Cypress Street Tampa FL 33607 8133573750 ITI Enterprises 4548 Ravenswood Dania Beach FL 33331 9546589565 Kelly Tractor Co.8255 NW 58th Street Miami FL 33166 3055925360 Link Systems LLC 5870 Hummingbird Court Titusville FL 32780 4074010031 1.Small Business M&M Asphalt Maintenance,Inc.1180 SW 10th Street DelrayBeach FL 33444 5615880949 McGraw-Hill 3315 Central Ave Hot Springs AR 71913 8506563770 Pioneer Construction Management Services,Inc 3711 SW 47th Avenue,Suite 203 Davie FL 33314 9548936021 American Owned Shasa Engineering Corp.13965 S.W.10 St Miami FL 33184 3052237991 Williams paving co.,Inc.11300 NW s River Drive Medley FL 33178 3058821950 ,MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday,Sunday and LegalHolidays Miami.Miami-Dade County.Florida STATE OF FLORIDA COUNTYOFMIAMI-DADE: Before the undersigned authority personally appeared MARIA MESA,who on oath says that he or she is the LEGAL CLERK.Legal Notices of the Miami Daily Business Review f/k/a Miami Review,a daily (except Saturday,Sunday and Legal Holidays)newspaper,published at Miami in Miam.-Dade County,Florida;that the attached copy of advertisement, being a Legal Advertisement of Notice inthe matter of CITY OF SOUTH MIAMI -RFP #PW2016-25 intheXXXXCourt, was published in said newspaper intheissuesof 11/22/2016 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami,in said Miami-Dade County,Florida and that the said newspaper has heretofore been continuously published in said Miami-Dade County,Florida each day (except Saturday,Sunday and Legal Holidays)and has been entered as second class mail matter at the post office in Miami in said Miami-Dade County Florida,for a period of one year next preceding the first publication of the attached copy of advertisement;and affiant further says that he or she has neither paid nor promised any person,firm or corporation any discount,rebate,commission or refund forthepurpose of securing this advertisement for publicatigjWfrJpe^slTc^ i topnd st^cribe< 22 dayWjfovEMBER.AD.2016 Sworn to/and subscribed before me this (SEAL) MARIA MESA personally known to me ^tiWWW///, 5 ;*#•%*' 2£•&•e.S>OfSi %\G3 026713 :^ '/--/.,.-'V;C I«^k »*V.V "~Z ~ twin wfc&es Y\mm®gxrslb- -SUBMITTAL BOE BATHS'MeEMHSEIt-21, SQLBeiTMTOil -CtfU^.U^ff.i&.. The City ishereby requesting sealed proposals in response.**):this RFP #PW2016-25 titled"TwinLakesTraffic Circle."The .purposeofthis RFP istocontractfortheservicesnecessaryforthecompletionofthe project in accordance with the Scope ofServices,Exhibit ij AttachmentAand Attachment 0,the Schedule of Values),described in the RFP (hereinafter referred toas %e Project"or "Project"): Interestedpersonswhowishtorespondto.this.:PFP-.can obtainthe complete RFP package atthe City Clerk's office:.Monday through Friday from 9:00 AM.to-4:00 P.M.or by,accessing the^following webpage: http://www.southmiamifi,gov/which isthe.City ofSouth Miarrii's web address forsolicitationirrforniation.-'.' SealedProposals must bereceived by OfficeoftheCityClerk,eitherby mail or hand delivery,no later than l6-^Mvlptcd>iiineph/b^inher;21, 2016*Hand delivery mustbemade Monday throughPriday from 8 AWl to 5 PR/I to the office ofCity Clerk. Apublicopening will takeplace at 10 A.M.onthesamedateintheCity CommissionChamberslocatedatCity Hall,6130 Sunset.Drive,South .Miami 33143.*:.. ANon-Mandatory Pre-Prpposal Meeting will be conducted at City Hall in the Commission Chambers located at 6130 Sunset Drive,South Miami,Fl 33143 on December 9,2016 at10AM.The conference shall beheldregardlessof weather"conditions. MariaM.Menendez,CMC CityClerk City ofSouth Miami 11/22 16-84/0000173826M 1201/2016 Detail by Entity Name Florida ProfitCorporation MAGGOLC,INC. Fifing Information Document Number FEI/EIN Number Date Filed State Status Last Event AMENDMENT Event Date Filed Event Effective Date Principal Address 11020 SW 55 STREET MIAMI,FL 33165 Mailing Address 11020 SW 55 STREET MIAMI,FL 33165 Registered Agent Name &Address GONZALEZ,MARIOH 11020 SW 55 STREET MIAMI,FL 33165 Officer/Director Petal! Name &Address Title D GONZALEZ,MARIO H 11020 SW 55 STREET MIAMI,FL 33165 P05000085356 20-3345775 06/14/2005 FL ACTIVE NAME CHANGE 10/13/2005 NONE Annual Reports Report Year Filed Date 2014 01/12/2014 2015 01/10/2015 2016 01/23/2016 DetailbyEntityName j^/^>org Department of State /PiVlsiort of Corporation j /Search Records /Detail BvDocument Number / r> Lt/!j!Oi;<v/ OliPOilATIOi.'.'.) I!"Hi*!•:!\!ii!i'"f ['"ruhi V.:''"'.it D-VS-CK CF C0-'.eoo.AT'C:i6 rfflp7/searcrisunbiz.org/tr^1/2 2016 FLORIDA PROFIT CORPORATION ANNUAL REPORT FILED DOCUMENT*P05000085356 Jan 23,2016 ***„.„.:MAGGOLC.,NC.VS5tS5£S2' Current Principal Place of Business: 11020 SW 55 STREET MIAMI,FL 33165 Current Mailing Address: 11020 SW 55 STREET MIAMI,FL 33165 FEI Number:20-3345775 Certificate of Status Desired:No Name and Address of Current Registered Agent: GONZALEZ,MARIO H 11020 SW 55 STREET MIAMI,FL 33165 US The above namedentitysubmitsthisstatementforthepurposeofchangingitsregisteredofficeorregisteredagent,or both,intheStateof Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail: Title D Name GONZALEZ,MARIO H Address 11020 SW 55 STREET City-State-Zip:MIAMI FL 33165 I herebycertffy thatthe Information indicated onthisreport orsupplemental report Is trueend accurate andthatmyelectronic signature shallhave the samelegaleffectasIfmadeunder oath;thatI amanofficer ordirector ofthe corporation orthereceiver ortrustee empowered toexecutetNs report as required by Chapter 607,Florida Statutes;andthatmynameappears above,oronenattachmentwithallothertikeempowered. SIGNATURE:MARIO GONZALEZ PRESIDENT 01/23/2016 ElectronicSignatureofSigning Officer/Director Detail Date