Loading...
Williams Paving CoPROPOSAL SUBMITTAL CHECKLIST FORM Multiple Locations for Road Resurfacing Projects This checklist indicates the forms and documents to be submitted for this solicitation and tobe presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation. Additional documents may be required and, if so, they will be identified inan addendum oo this Solicitation. The response shall include the following items: Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. Thomas F. Pepe Proposal package shall consist of one (|) original unbound x proposal, three (3) additional copies and one |) digital (or comparable medium including Flash Drive, DVDor CD) copy x Indemnification and Insurance Documents EXHIBIT 2 x Construction Bid Form, EXHIBIT 3 x Signed �on�actDocuments (Al| — induJiog General Conditions and .Supplementary Conditions ifattached) EXHIBIT 4^5,&6 x Performance and Payment Bonds (As a Condition �n��m�Not required with Su6m/ttaI.) EXHIBIT 7&0 x ^� Respondents Qualification Statement x List cf Proposed Subcontractors and Principal Suppliers x Non-Collusion Affidavit x Public Entity Crimes and Conflicts ofInterest x w~ /~ Drug Free Workplace x Acknowledgement of Conformance with OSHA Standards x Affidavit Concerning Federal & State Vendor Listings x Related Party Transaction Verification Form x Presentation Team Dec |arvcion6«fH6avitofRepresentation Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. Thomas F. Pepe South Miami THE CI IN OF ITFASANI I IVING Project Name: Multiple Locations for Road Resurfacing Projects Date: April 6, 2016 Sent: Fax/E-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Solicitation, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as orJginally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. No, a bid bond is not required to bid. However, a Performance and Payment Bond are required as a condition of award. M��� I : 0 0 * 0 i Ea 0 1 *1!J Q &M V: rIT4 a Q uVA -aamtll g likawel-&M gam 12 Lelvm 4 Lai I ril I Lei gin Page 1 of 1 The City of South Miami, Florida (hereinafter referred officer (City Manager) hereby solicits sealed proposals responsive to the City's request (hereinafter referred to as "Request for Proposals" or''RFp'). All references in this Solicitation (also referred to as an "Invitation for Proposals" or "Invitation to Bld,' to '«Cicy" shall be a reference uothe City Manager, or the manager's designee, for the City of South Miami unless otherwise specifically defined. The City ishereby requesting sealed proposals in response co this RFP #PW2Q|6-o8 "Multiple Locations for Road Resurfacing Projects." The purpose of this Solicitation is to contract for the services necessary for the completion of the project in accordance with the Scope of Services, (Exhibit 1, Attachment A) and Respondents Cost and Technical Proposal, or the plans and/or specifications, if any, (Exhibit 1; Attachment B), described in this Solicitation (hereinafter referred to as "the Project" or "Project"). Interested persons who wish to respond to this Solicitation can obtain the complete Solicitation package at the City Clerk's office Monday through Friday from 9:00 a.m. to 4:08 pm. or by accessing the following webpuge: http:/Aom*w.muut6mmimm{R.gov/ which is the City of South Miami's web address for solicitation information. Proposals are subject to the Standard Terms and Conditions contained in the complete Solicitation Package, including all documents listed in the Solicitation. The Proposal Package shall consist mf one (l) original unbound proposal, three (3)additional copies and one (|) digital (or comparable medium including Flash Drive, DVD or CD) copy all of which shall be delivered to the Office of the City Clerk located at South Miami City Hall, 8130 Sunset Drive, South Miami, Florida 33l43. The entire Proposal Package shall be enclosed ina sealed envelope or container and shall have the 6r0mming Envelope Information clearly printed or written on the exterior ofthe envelope or container in which the sealed proposal is delivered: "Multiple Locations for Road Resurfacing Projects," RFP #PW2016-08 and the name of the Respondent (person or entity responding to the Solicitation. Gpedo| envelopes such as those provided by UPS or Federal Express will not beopened unless they contain the required Envelope Information on the front or back of the envelope. Sealed Proposals must be received by Office of the City Clerk, either by mail or hand de|ivary, no later than 18;00 a.m. local time on April 25` 2016. Hand delivery must be made during normal business days and hours of the office of City Clerk. A public opening will take place at 10:00 a.m. on the same date in the City Commission Chambers located at City Hall, 8|30 Sunset Drive, South Miami 33143. Any Proposal received after 10:00a.m. local time nn said date will not be accepted under any circumstances. Any uncertainty regarding the time n Proposal is received will be resolved against the person submitting the proposal and in favor nF the Clerk's receipt stamp. A Non-Mandatory Pre-Proposal Meeting will he conducted at City Hall in the Commission Chambers located at 613O Sunset Drive, South Miami, FL 33143 on April |4,20i6 at1O:QOa.rn..The conference shall be held regardless of weather conditions. Proposals are subject to the terms, conditions and provisions of this letter as well as to those provisions, terms, conditions, affidavits and documents contained inthis Solicitation Package. The City reserves the right to award the Project to the person with the lowest, most responsive, responsible propoma|, as determined by the Chy, subject to the right of the City, or the City Commission, to reject any and all proposals, and the right of the City uz waive any irregularity in the Proposals or Solicitation procedure and subject also to the right of the City to award the Project, and execute a contract with a Respondent or Respondents, other than to one who provided the lowest Proposal Price or. if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a separate Respondent.. Maria M. Menendez, CIVIC City Clerk, City of South Miami SCOPE OF SERVICES and SCHEDULE OF rA Multiple a t. : for Road . • Projects RFP #P f 1 The Scope of Services and the Schedule of Values, if any, are set forth in the attached EXHIBIT I • s Thomas F. Pepe 12/1012015 SCHEDULE OF EVENTS RIFIR #PW2016-08 No � Event Date* I Time* (EST) 10MR -" 21111FAIII q Advertisement/ Distribution of Solicitation & Cone of Silence begins 3/29/2016 12:00 PM 2 Non-Mandatoa Pre - FP Meeting 4/14/2016 10:00 AM 3 Deadline to Submit Questions 4/18/2016 10:00 AM 4 Deadline to City Responses to Questions 4/20/2016 10:00 AM 5 Deadline to Submit RFIP Response 4/2512016 10:00 AM 6 Projected Announcement of selected Contractor/Cone of Silence ends 5/3/2016 7:00 PM 10MR -" 21111FAIII q |. Purpose of Solicitation. The City of South Miami is requesting proposals for the lowest and most responsive price for the Project. The City reserves the right to award the contract to the Respondent whose proposal is found nobek` the best interests of the City. Z. Qualification of Proposing Firm. Response submittals to this Solicitation will be considered from firms normally engaged in providing the services requested. The proposing firm must demonstrate adequate experience, organization, offices, equipment and personnel to ensure prompt and efficient service to the [|q/ of South Miami. The City reserves the right, before recommending any m*urd, to inspect the offices and organization or to take any other action necessary to determine ability to perform in accordance with the specifications, terms and conditions. The City of South Miami will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject all response submittals to this Solicitation where evidence submitted, or investigation and evaluation, indicates inability of a firm to perform. 3. Deviations from Specifications. The awarded firm s6uU clearly indicate, as applicable, all areas in which the services proposed donot6u||ycomplywicht6erequinamevts of this Solicitation. The decision astowhether an item fully complies with the stated requirements rests solely with the City of South Miami. 4. Designated Contact. The awarded #nn shall appoint a person to act as a primary contact with the City of South Miami. This person or back-up shall be readily available during normal work hours by phone, email, or in person, and shall be knowledgeable of the terms of the contract. S. Precedence pfConditions. The proposing firm, 6y virtue o{submitting a response, agrees General Provisions, Terms and Conditions herein will take precedence over any terms and conditions submitted with the response, either appearing separately as .an attachment or included within the Proposal. The Contract Documents have been listed below in order of precedence, with the one having the most precedence being st the top of the list and the remaining documents in descending order of precedence. This order of precedence shall apply, unless clearly contrary to the specific terms of the Contract or General Conditions to the Contract: a) Addenda ooSolicitation b) Attach men,s/Exh\ bits to d Solicitation 6) Attachment/Exhibits to Supplementary Conditions Supplementary Conditions to Contract, if any 8 Attach m=n6Exhi6ksnoContract c} Contract h) General Conditions to' Contract, ifany i) Respondent's Proposal 6. Response Withdrawal. After Proposals are opened, corrections or modifications to Proposals are not permitted, but the City may o||om the proposing firm to withdraw an 'erroneous Proposal prior to the confirmation of the proposal award by City Commission, if all of the following is established: m) The proposing firm acted in good faith in submitting the response, b) The error was not the result of gross negligence or willful inattention nu the part uf the firm; d The error was discovered and communicated to the City within twenty-four (24) hours (not including Saturday, Sunday or a legal holiday) of opening the proposals received, along with a request for permission to withdraw the firm's Proposal; and d) The firm submits an explanation in writing, signed under penalty of perjury, stating how the error was made and delivers adequate documentation to the {]q/ to support the explanation and to show that the error was not the result mf gross negligence pr willful inattention nor made in bad faith. I The terms, provisions, conditions and definitions contained in the Solicitation Cover Letter shall apply to these instructions to Respondents and they are hereby adopted and made a part hereof by reference. {f there |so conflict between the Cover Letter and these 1nuuumiona, or any other provision of this Solicitation, the Cover Letter shall govern and take precedence over the conflicting provision(s) in the Solicitation. Thomas p.Pepe 12. Violation of these provisions by any particular Respondent or proposer shall render any recommendation for the award of the contract or the contract awarded to said Respondent or proposer voidable, and, in such event, said Respondent or proposer shall not be considered for any Solicitation including but not limited to one that requests any of the following a proposal, qualifications, a letter of interest or a bid concerning any contract for the provision of goods or services for a period of one year. Contact shall only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information. Thomas F. Pepe 12/10/2015 13. Lobbying, All firms and their agents who intend to submit, or who submitted, bids or responses for this Solicitation, are hereby placed on formal notice that neither City Commissioners, candidates for City Commissioner of the City of South Miami are to be lobbied either individually or collectively concerning this Solicitation. Contact shall only be made through regularly scheduled Commission meetings, or meetings scheduled through the .Purchasing Division, which are for the purposes 'ufobtaining additional or clarifying information. 14. Reservation of Right. The [iq/ anticipates awarding one contract for services as a result of this Solicitation and the suoca,db( firm will be requested to enter into negotiations to produce a contract for the Project. The City, however, reserves the righ� in its sole discretion, to do any of the following: a) co reject any and all submitted Responses and to further define or limit the scope of the award. b) nu waive minor irregularities in the responses nrhm the procedure required 6y the Solicitation documents. c) »o request ad6id na|infnrmacionfrum0rmousdeemednecesaary. d) uo make an award without discussion mr after limited negotiations. |c is, therefore, important that all the parts of the Request for Proposal be completed iv all respects. e) cn negotiate modifications uo the Proposal that it deems acceptable. 8 to terminate negotiations in the event the City deems progress towards a contract to be insufficient and to proceed uz negotiate with the Respondent who made the next best Proposal. The City reserves the right to proceed in this manner until it has negotiated a contract that is satisfactory to the City. g) To modify the Contract Documents. The terms of the Contract Documents are general and not necessarily specific to the Solicitation. It is therefore anticipated that the City may modify these documents to fit the specific project or work in question and the Respondent, by making a Proposal, agrees nm such modifications and tpbe bound by such modified documents. h) tm cancel, in whole orpart, any invitation for Proposals when itis|n the best interest of the City. i) co award the Project to the person with the lowest, most responsive, responsible Proposal, as determined by the City. j) to award the Project, and execute a contract with a Respondent or Respondents, other than to one who provided the lowest Proposal Price' W if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a separate Respondent. 15. Contingent Fees Prohibited. The firm, by submitting a proposal, warrants that it has not employed or retained u company or person, other than obona fide employee, contractor orsubcontractor, working in its employ, to solicit qr secure a contract with the City, and that irhas not paid or agreed ro pay any person, company, corporadun, individual or firm other than o bona fide employee, contractor or.sub`mmn,o1cant, working in its employ, any fee, commivaiun, peroentage, gift or other consideration contingent upon or resulting from the award or making ofa contract with the City. |6. Public Entity Crimes. A person or affiliate of the Respondent who has been placed on the convicted vendor list pursuant to Chapter 287 following a conviction for a public entity crime may not submit a Proposal on a contract to provide any goods or services, or a contract for construction or repair of a public building, may not submit proposals on leases of real property to or with the City of South Miami, may not be awarded a contract to perform work as a CONTRACTOR, sub-contractor, supplier, sub-consultant, or consultant under a contract with the City of South Miami, and may not transact business with the O9, of South Miami for o period of36 . months from the date p{ being placed on the convicted vendor list. |7. Respondents shall use the Proposal ponn(s) furnished bythe City. All erasures and corrections must have the initials of the Respondenes authorized representative in blue ink at the location of each and every erasure and correction. Proposals shall be signed using blue ink; all quotations shall be typewritten, or printed with blue ink. All spaces shall be filled in with the requested information or the phrase "not applicable" or "NN'. The proposal shall be delivered onor before the date and time, and at the place and in such manner as set forth in the Solicitation Cover Letter. Failure to do so may cause the Proposal to be rejected, Failure to include any of the Proposal Forms may invalidate the Proposal. Respondent shall deliver orthe City, as part o{its Proposal, the following documents: a) The Invitation for Proposal and Instructions moRespondents. b) A copy of all issued addenda. c) The completed Proposal Form fully executed. d) Proposal/Bid Bond. H3mod or cashier's cherW.i(required, attached to the Proposal Form. Thomas F. Pepe e) Certificates of Competency as well as all applicable State, County and City Licenses held by Respondent f) Certificate of Insurance and/or Letter pfInsurability, 18. Goods: |f goods are tobe provided pursuant to this Solicitation the following applies: a) Brand Names: If brand name, make, manufacturer's trade name, or vendor catalog number is mentioned in this SoUdtatino, whether or not followed by the words "approved equa|^, it is for the purpose of establishing a grade or quality of material only. Respondent may offer goods that are equal to the goods described in this Solicitation with appropriate iJentiHcadon, samples and/or specifications for such item(s). The City shall be the sole judge concerning the merits of items proposed asequals. b) pricing: Prices should be stated in units of quantity specified in the Proposal Form. In case of discrepancy, the City reserves the right to make the final determination at the lowest net cost to the c) Mistake: In the event that unit prices are part of the Proposal and if there is a discrepancy between the unit price(s) and the extended phce(s), the unit price(s) shall prevail and the extended price(s) shall be adjusted tocoincide. Respondents are responsible for checking their calculations. Failure to do so shall 6eatthe Respondent's hsk, and errors shall not release the Respondent from his/her or its responsibility mg noted herein. d) Samples: Samples of items, when required, must be furnished by the Respondent free of charge to the City. Each individual sample must be labeled with the Respondent's name and manufacturer's brand name and delivered 6yit within ten (|O) calendar days uf the Proposal opening unless schedule indicates a different time. |f samples are requested subsequent oo the Proposal opening, they shall be delivered within ten (10) calendar days of the request. The City shall not be responsible for the return o(samples, e) Respondent warrants by signature on the Proposal Form that prices quoted therein are in conformity with the latest Federal Price Guidelines. � Governmental Restrictions: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship, or performance of the items offered on this Proposal prior to their delivery, it shall be the responsibility cJthe auoceua6u| Respondent to notify the [iq/ at once, indicating in its letter the specific regulation which required an alteration. The [iq/ of South Miami reserves the right to accept any such a|ceezion, including any price adjustments occasioned chm,aby, or to cancel all or any portion of the Contract, at the sole discretion of the City and at no further expense to the City with thirty (30) days advanced notice. {) Respondent warrants that the prices, terms and conditions quoted in the Proposal shall be firm for a period of one hundred eighty (|BU) calendar days from the date of the Proposal opening unless otherwise stated iv the Proposal Form. Incomplete, unresponsive, irresponsible, vague, mrambiguous responses to the Solicitation shall be cause for rejection, as determined by the City, h) Safety Standards: The Respondent warrants that the product(s) to be supplied to the []tY conform i^ all respects tn the standards set forth in the Occupational Safety and Health Act (OSHA) and its amendments. Proposals must he accompanied by Materials Data Safety Sheet (M.S.D.S) when applicable. 19. Liability, Licenses &Permits: The successful Respondent shall assume the full duty, obligation, and expense cf obtaining all necessary |icensas, permks, and inspections required by this Solicitation and as required by im*. The Respondent shall be liable for any damages or loss to the City occasioned by the negligence of the Respondent (or its agent or employees) or any d for or through the Respondent. Respondents shall furnish a certified copy of all licenses, Certificates of Competency or other licensing requirement necessary to practice their profession and applicable to the work to be performed as required by Florida Statutes. the Florida Building Cbde, Miami-Dade County Code or City of South Miami Code. These documents shall be furnished to the City as part of the Proposal. Failure to have obtained the required licenses and certifications or to furnish these documents shall be grounds for rejecting the Proposal and forfeiture of the Proposal/Bid Bond, i{ required for this Project. 2U, Respondent 'shall comply with the City's insurance requirements amset forth in the attached EXHIBIT 2^prior cn issuance ofany Cmntmacds)orAward(s) Ka recommendation for award ofthe contract, oran award oƒ the contract is made before compliance with this provsion, the failure co fully and satisfactorily comply with the City's bonding, ifrequired for this project, and insurance requirements as set forth herein shall authorize the City to implement a rescission of the Proposal Award or rescission of the 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 City and covenants not uo sue the City 6y virtue mfsuch rescission. Thomas F. Pepe 7 21. Copyrights and /or Patent Rights: Respondent warrants that as to the manufacturing, producing or selling of goods intended to be shipped or ordered 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 Solicitation shall not be responsive unless the Respondent signs the form of contract that is a part of the Solicitation package. The Respondent to this Solicitation acknowledges that by submitting a response or a proposal, Respondent agrees to the terms of the form contract and to the terms of the general conditions to the contract, both of which are part of this Solicitation package. The Respondent agrees that Respondent's signature on the Bid Form and /or the form of contract that is a part of the Solicitation package and /or response to this Solicitation, 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, at the City's sole and absolute discretion, the City may treat the Respondent's signature on any of those documents as the Respondent's signature on the contract, after the appropriate information has been inserted, as well as for any and all purposes, including the enforcement of all of the terms and conditions of the contract. 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 of the Respondent, financial position, experience, staffing, equipment, materials, references, and past history of service to the City and /or with other units of state, and /or local governments in Florida, or comparable private entities, will be taken into consideration in the Award of the Contract, 24. Drug Free Workplace: Failure to provide proof of compliance with Florida Statute Section 287.087, as amended, when requested shall be cause for rejection of the Proposal as determined by the City. 25. Public Entity Crimes: A person or affiliate who was placed on the Convicted Vendors List following a conviction for a public entity crime may not submit a response on a contract to provide any services to a public entity, may not submit Solicitation on leases of real property to a public entity,, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for a period of 36 months from the date of being placed on the Convicted Vendors List. 26. Contingent Fees Prohibited: The proposing firm must warrant that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract with the City, and that it 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 or other consideration contingent upon or resulting from the award or making of a contract with the City. 27. Hold Harmless: All Respondents shall hold the City, its officials and employees harmless and covenant not to sue the City, its officials and employees in reference to its decisions to reject, award, or not award a contract, as applicable, unless the claim is based solely on allegations of fraud and /or collusion. The submission of a proposal shall act as an agreement by the Respondent that the Proposal /Bid Bond, if required for this project, shall not be released until and unless the Respondent waives any and all claims that the Respondent may have against the City that arise out of this Solicitation process or until a judgment is entered in the Respondent's favor in any suit filed which concerns this proposal process. In any such suit, the prevailing party shall recover its attorney's fees, court costs as well as expenses associated with the litigation. In the event that fees, court costs and expenses associated with the litigation are awarded to the City, the Proposal /Bid Bond, if required for this project, shall be applied to the payment of those costs and any balance shall be paid by the Respondent. 28. Cancellation: Failure on the part of the Respondent to comply 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% of the total amount of the base Proposal on the Proposal /Bid Bond Form included herein. A company or personal check shall not be deemed a valid Proposal Security. 30. Performance and Payment Bond: The City of South Miami may require the successful Respondent to furnish a Performance Bond and Payment Bond, each in the amount of 100% of the total Proposal Price, including Alternates if any, naming the City of South Miami, and the entity that may be providing a source of funding for the Work, as the obligee, as security for the faithful performance of the Contract and for the payment of all persons or entities performing labor, services and /or furnishing materials in connection herewith. In addition, if the Respondent's employees will be working in secure or sensitive areas of the City, the City may require OEM M that the Respondent provides employee bonding, naming the City uf South Miami as the obligee on the bond. The bonds shall be with a surety company authorized todnbusiness in the State of Florida. ]&|~ Each Performance Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to City the completion and performance of the Work covered in the Contract Documents. 30.2. Each Performance Bond shall continue in effect for five years after final completion and acceptance of the Work with the liability equal to one hundred percent (100%) of the Contract Sum. 303' Each Payment bond shall guarantee the full payment ofall supp|iers, material man, )aborero, or subcontractor employed pursuant omthis Project. 30`4. Each Bond shall be with a Surety company whose qualifications meet the requirements of insurance companies as set forth in the insurance requirements of this solicitation. 38.5. Pursuant to the requirements of Section I55.05. Florida Statutes, Respondent shall ensure that the Bond(s) above shall be recorded in the public records ofMiami'Dade County and provide CITY with evidence of such recording. 30,6. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds fn accordance with the United States Department of Treasury Circular S7O. current revisions. 31. Proposal Guarantee: Notwithstanding the fact that the Respondent, in submitting a proposa|, agrees to the terms contained in the form of contract that is part of this Solicitation package. the successful Respondent, within ten (|D) calendar days of Notice ca Award by the City, shall deliver, to the City, the executed Contract and other Contract Documents that provide for the Respondent's signature, and deliver to the City the required ixsunmos documentation as well as a Performance and Payment Bond if these bonds are required. The Respondent who has the Contract awarded to it and who fails to execute the Contract and furnish the required Bonds and Insurance Documents within the specified time shaU, at the City's option, forfeit the Proposal/Bid Bond/Security that accompanied the propooa|, and the Proposal/Bid Bond/Security shall be retained as liquidated damages by the City. It is agreed that if the City accepts payment from the Proposal/Bid Bond, that this 'sum 1oa fair estimate of the amount of damages the City will sustain in case the Respondent fails to sign the Contract Documents or 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 of contract if the Respondent td|y to perform in accordance with the Contract Documents. Pro |/06 Bond/Security deposited inthe form of a cashier's check drawn ona local bank in good standing shall besubject to the same requirements auaProposal/Bid Bond. 32. Pre-proposal Conference Site Visits: If a Mandatory Pre-proposal conference is scheduled for this project, all Respondents shall attend the conference and tour all areas referenced in the Solicitation Documents. It shall be grounds for rejecting u Proposal from o Respondent who 6i6 not attend the mandatory pre-proposal conference. No pleas of ignorance by the Respondent of conditions that exist, or that may hereinafter exist, asa Solicitation result mf failure uumake the necessary examinations or investigations, or failure cocomplete any part of the Solicitation Package, will be accepted as basis for varying the requirements of the Contract with the City of South Miami or the compensation of the Respondent. The Respondent, following receipt of a survey of the property, if applicable, is bound by knowledge that can be seen or surmised from the survey and will not be entitled to any change order due to any such condition. If the survey is provided 6e6xna the proposal is submitted, the contract price shall include the Work necessitated by those conditions. If the survey is provided subsequent om the submission of the pnoposa|, 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 uoreject the proposal and award the contract tm the second most responsive, responsible bidder with the lowest price or to reject all bids. 33. Time ofCompletion: The time is of the essence with regard to the completion of the Work to be performed under the Contract to be awarded. Delays and extensions oftime may be allowed only in accordance with the provisions stated in the appropriate section of the Contract Documents, including the Proposal Form. No change orders shall be allowed for delays caused by the City, other than for extensions oftime to complete the Work. 34. Submittal Requirements: All Proposals shall comply with the requirements set forth herein and shall include a fully completed Bid Form found mnEXHIBIT 3 which isa part of this Solicitation Package. 35. Cancellation of Bid Solicitation: The City reserves the right to canpel, in whole or part, any request for proposal when icisin the best interest ofthe City. 36. Respondent shall not discriminate with regard to its hiring of employees or subcontractors or in its purchase of materials or in any way in the performance of its contract, if one is awarded, based on race, color, religion, national origin, sex, age, sexual orientation, disability, or familial status. Thomas F. Pepe |2/|0/m15 37. All respondents, at the time ofbid opening, must have fulfilled all prior obligations and commitments o»the City in order nohave their bid considered, including all financial obligations. Prior ^o the o[ any bid proposal or quotation, the City's Finance Department shall certify that there are no outstanding fines, monies, fees, taxes, Urns or other charges owed to the City by the Respondent, any of the Respondent's principal, partners, members or stockholders (collectively referred coas "Respondent Debtors"). Abi6. proposal or quotation will not be accepted until all outstanding debts of all Respondent Debtors owed to the city are paid in full. No bidder who is in default of any prior contract with the City may have their bid considered until the default i, cured co the satisfaction oythe City Manager. 38. Bid Protest Procedure. See attached EXHIBIT 9\ 39. Evaluation Criteria: |f this project )suobe evaluated byan Evaluation Committee, the evaluation criteria is attached aaN/A. Et %ESPONDENT QUALIFICATION STATEMENT Multiple Locations for Road Resurfacing Projects RFP #PW2016-08 The response to this questionnaire shall be utilized as part of the CITY'S overall Proposal Evaluation and RESPONDENT selection. I. Number of similar projects completed, a) In the past 5 years In the past 5 years On Schedule b) In the past 10 years In the past 10 years On Schedule 2. List the last three (3) completed similar projects. 3 Project Name: 5R "7 =rnprbven-en+5 Owner Name: • 0 - 15-h/ i C+ 51 Owner Address: Owner Telephone: Original Contract Completion Time (Days): / 90 of Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: b) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price Thomas F. Pepe 1 211 0120 1 5 12 -2-0 / `4 (V13 0 /Zo i �L /I q (oo j S5-3. CID /, q(1-01 50 3. Current workload 4. The following information shall be attached to the proposal. a) RESPONDENT's home office organization chart. 5:5c 0 MrWj--,,, A 1-1 b) RESPON DENT's proposed project organizational chart. �56!�%t TICI-CPO C:i c) Resumes of proposed key project personnel, including on-site Superintendent. 5 C-,-- a 5. List and describe any: a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations, Thomas F. Pepe 12/1012015 W m 6 N 1p z n 6 y q m q N a W d � C m Lfl � � N fi C. N N ift h N N '- � w r n E O V W E. a v m o � m s 0 0 0 0 0 0 0 0 0 0 0 N m a v m n m r o+ of m z¢ Z Ou O V : z O r a° u0i °v d. h gx r °- Z0 z® z ® Ci q � a W Q N •N-1 a n tm6: N to N N N z. O G F- m ao go t3 z t o m q O. z G v N v ° 3 E _ X Z Z u 6 c o q. mw. - i c o m ` m �a z W m 0 a � w O c c C. t5 W = c a N a z a 3 o < 3 w q N o G a. } p u 10 ,;, „� n 0 ? z 3= 35 9 3 e o a c i A ja o i a s z= iE 'E n `° E B7 u `° `a Cc. u u d u u' K r. c r B ® O W V 9 E O a N � C Resume of Elliot Eichel Education July 2O0Oto December 2DD4 Florida International University; Miami, Florida Bachelor of Science in Construction Management " Program of study comprised of construction related courses such as Estimating, Construction Surveying, ConstructhxnSbework Construction Safety, and Structural Design Work experience I004-2005 Williams Paving Co., Inc. Medley, Florida Assistant Project Manager • Project Scheduler • Estimating 2005-2013 Williams Paving Co., Inc. Medley, Florida Project Manager ° Coordinate and supervise the construction process from start tofinish, implementing muy knowledge |m budgeting, scheduling, and experience. 2013-2015 Williams Paving [o, Inc. Medley, Florida Senior Project Manager " Supervise Project Managers. 2Q1G-Current Williams Paving Lo, Inc. Medley, Florida Vice Preside nV\Opemtions " Oversees all work out in the field. Accreclitations and licenses ATSSA Intermediate Certified 5300 S.W. 148 Avenue o South West Ranches, Fl. 33330 o (954) 434-0358 PROJECT MANAGER Construction project manager having 11 years of experience ensuring that each construction project occurs according to schedule and within budgetary guidelines without sacrificing quality, Backed by a proven history of on-time, on-budget and high-quality project completions to the satisfaction of the clients. —FDOr Projects Site SafetylOSHA Compliance — SubcontractorlCrew Supervision —^,"°,n |—Change Order Management |—Microsoft Word and Excel WILLIAMS PAVINK5 CO., IUC. (Medlev. FL) — Construction Project Manager, 2/2003 to Present Responsible for the overall project planning, daily scheduling, project accounting, and contract compliance within standards and specifications. Project Highlights - Infrastructure improvement Projects (2003 to Present) 0 Budgets up to 18.5M City of Miami. $2,9001929.00 in experience to date City pf Hallandale Beach: $46r,867.o8inexperience to date City ny South Miami: $411J0VO.AOio experience todate City of Miami: $2,542,0VU.13Miv experience bndate City mfDma(: $721,881`000 in experience to date City of Pompano Beach (AirPark):$344,361,OOO^OOin experience tndate City afSweetwater: $69,,3l9.80in experience tndate City mf Lauderdale Lakes: $745/670.VO|n experience tndate City of Miami: $4749'U62.0Vin experience to date City of Hialeah: $710,086J00in experience todate City of Lakes Worth: $189,315.VOin experience todate City uf Coral Gables: $523/45Q.OD in experience todate City n[ Cooper City :$195,QO&`D0in experience todate City of Miami :$4,5s5,OOO.U0im experience bmdate Currently managing 2 Miami Dade County projects with a combined contact value of over 10.5 million MIAMI SPRINGS SR. HIGH (MIAMI SPRINGS FL) MI8MI[ADE COMMUNITY COLLEGE ' Associate Degree Arch. -(Miani,FL) 2009 —PRESENT WILLIAMS PAVING COMPANY, INC. SUPERINTENDENT Supervision of all phase of aproject from site work to paving. Experience with all heavy equipment, from dozers to asphalt pavers. 2003 —2009 WILLIAMS PAVING COMPANY, INC. FOREMAN Supervised construction, water-sewer drainage and concrete construction. Supervised a crew. 1993 —2003 WILLIAMS PAVING COMPANY, INC. LABORER General Construction duties. 1988-1993 TRIPLE A PLASTERING ASSISTANT LABORER General Construction duties. 1986-1987 WILLIAMS PAVING COMPANY, INC. LABORER General Construction duties. b) Any arbitration or civil or criminal proceedings, or 1� 011C Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (5) years 6. Government References: Type of Project- B t) &I d LAJ CD Y- I IL ':TM 0 ro 1/61 eYl 1 s Thomas F. Pepe 12110/2015 14 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIEF&9, Multiple Locations for Road Resurfacing Projects RFP -0i Thomas F. Pepe 12110/20 15 15 • COUNTY OFmNMI-DADE ) Ju Sc being first duly sworn, deposes and states that: (|) He/She/Theyis/mre the (Owner, Partner, Officer, Representative or Agent) of attached Proposal; (2) He/She/Theyis/are fully informed concerning the preparation and contents of the attached Proposal and of all pertinent circumstances concerning such |; (]) Such Proposal is genuine and is not acollusive or sham Proposal; (4) Neither the said Respondent nor any of its officem, partners, o*ners, aQents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, wich any other Respondent, Grm, or person to submit collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or uz refrain from Bidding or proposing in connection with such Work; or have fn any manner, directly or indirectly, sought by agreement or cd|usiun, or communicadon, or conference with any Respondent, hrm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other Respondent, oroo fix any nyerhea6, profit, or cost elements of the Proposal Price or the Proposal Price cf any other K,mpondem oroo secure through any collusion, connivance, or unlawful agreement any advantage against (Racipiend, or any person interested in the proposed Work; (5) The price or prices quoted in the attached proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Respondent or any other of its agents, representatives, owners, employees o,parties vf interest, including this affiunt. Signed, sealed and delivered |n the presence ot Witness Date On this the c>13 day of 20 before me, the undersigned Notary Public of the State __9f Flori pUrsonally appeare�,(Name(s) of individual(s) who appeared before notary) oe-) Lie i , co to Ic'6 tv / J-) and whose name(s) is/are Subscribed to the within instrument, and `ke/she/�hey acknowledge that he/she/they executed it. Thomas FPepe 10. (Name of Notary Public: Print, Stamp or type as commissioned.) Thomas F. Pepe 12/10/2015 17 Did take an oath, or Did Not take an oath. Pursuant the provisions of Paragraph 33, Florida StateStatutes — "A person or afffl kate who has been placed onthe convicted vendor list following a conviction for a public entity crime may not submit a Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or proposal for a Contract with a public entity for the construction of repair of a public building or public work, may not submit bids or proposals on leases or real property tou public endq/^ may not be awarded to perform Work asp RESPONDENT, Sub-contractor, supplier, Sub-consultant, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section Z87.O|7. Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. Respondents must disclose with their Proposals, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or its agencies. LO] 19 01 F-A W-'AVJ 111KNOW1 OR LOX-11 |. This sworn statement b submitted co [prini name of the public entity) [print individual's name and title] for UOtLLICItY15 Pdt1Ir)4 CC- [print name ofentity submittingYworn statement) l | understand that a"public entity crime" as defined in Paragraph 387.i33(1)(g), Florida Statutes means uvipEation o{ any state or federal law by person with respect to and directly related to the transaction o[business with any public or with an agency mr political subdivision of any other state or of the United States, including, but not limited to , any bid, proposal or contract for goods or services to be provided to any public entity or an agency or political subdivision of any ocher state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. | understand that "convicted" or "conviction" as defined in Paragraph 287.133 ( ) (b), Florida Statutes, means afinding of guilt oraconviction ofapublic entity crime, with or without an /adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nu|ucontemclere 4. | understand that un^affi|iate'as defined in Paragraph Z07|33(1)(a), Florida Statutes, means: (a) A predecessor or successor ofa person convicted o[a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted ofa public entity crime. The term ''affiUate° includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in Thomas p.Pepe E the management of an affiliate. The ownership by one person of shares constituting ucontrolling interest i mo or a pooling of equipment or income o when for fair oov^oc value under an annu length agreement, `nm/ be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted ofa public entity crime io Florida during the preceding 38 months shall be considered anaffiliate. | understand that a "person" as defined in Paragraph 287]]3 (1) (e), Florida Statutes, means any natural person or entity organized under the |u*o of any state or of the United States with the legal power to enter into a binding contract and which bids or proposal or applies to bid or proposal on contracts for the provision of goods or services let by a public enthY, or which otherwise transacts or applies to transact business with e public entity. The cenn "person" includes those officers, d\recomrs, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6 Based pn information and belief, the statement which | have marked below b true in relation to the :ZNeither the entity submitting this sworn statement, nor any of its officers, directors, executives, ubmitting this [Indicate which statement opoUeu] partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July The entity submitting this sworn statement, or one ormore of its officers, directors, executives, shareholders, Florida, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Division ofAdministrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach u copy of the final orderJ Sworn uz and subscribed before methis day of Personally known (Type of identification) 19 (Printed, typed or stamped commis'sioned name of notary public) ,�p'f P,% Notary Public State of Florida ivera my My Commission EE 218201 F. _ Pre Ile 01 p_Xpires. 07/1912016 Whenever two or more Bids m Proposals which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid or Proposal received from a business that certifies that ic has implemented a drug-free workplace program shall 6e given preference in the award process. Established procedures for processing tie Bids or Proposals shall be followed ifnone uf the tied vendors have a drug-free workplace program. |n order *n have a drug-free workplace program, a business shall: () Publish a statement notifying employees that the unlawful manufacture, dischbu6 dispensing, possession, or use ofa controlled substance is prohibited in the workplace and specifying the actions thashaU6e taken against employees for violations of such prohibition. 4 Inform employees about the dangers ufdrug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy oJ the statement specified 1n Subsection (|). 4) In the statement specified in Subsection (1), notify the employees, that, as a condition of working oJ the commodities or contractual services that are under Bid, heemployee shall abide bythe terms of the statement and shall notify the employee of any conviction of, or plea cf guilty or noloomten6en:to, any violation oT Chapter 8V3orof any controlled substance law of the United States or any state, for aviolation occurring in the workplace no later than five (5) business days after such conviction. S) Impose a sanction on, orrequire the satisfactory participation inu drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. RESPONDENT's Signature: Print Name: 00 TO THE CITY OF SOUTH MIAMI Die - We, 01WOM-5 P40,0,5 & ,',—,(Name of CONTRACTOR), hereby acknowledge and agree that as CONTRACTOR for the Multiple Locations for Road Resurfacing Projects as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami and N/A (Consultant, if any) against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (Sub-contractor's names): to comply with such act or regulation. Thomas F. Pepe 12/10/2015 K Witness The person, or entity, who is responding to the City's solicitation, hereinafter referred to as "Respondent", must certify that the Respondent's name Does Not appear on the State of Florida, Department of Management Services, "CONVICTED, SUSPENDED, DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR LISTINGS". If the Respondent's name Does appear on one or all the "Listings" summarized below, Respondents must "Check if Applies" next to the applicable "Listing." The "Listings" can be accessed through the following link to the Florida Department of Management Services website: http://www.dms.myflorida.com/business operations/state purchasing/vendor information/convicted cusp ended discriminatory complaints vendor lists DECLARATION UNDER PENALTY OF PERJURY 1, bpilje* 5 (hereinafter referred to as the "Declarant") state, under penalty of perjury, that the following statements are true and correct: — (1) 1 represent the Respondent whose name is �J 0-se e od� rA it e- z- (2) I have the following relationship with the Respondent PYeS i ClCr-) --f- , (Owner (if Respondent is a sole proprietor), President (if Respondent is a corporation) Partner (if Respondent is a partnership), General Partner (if Respondent is a Limited Partnership) or Managing Mernber> (if Respondent is a Limited Liability Company). (3) 1 have reviewed the Florida Department of Management Services website at the following URL address: http://www.dms.myflorida.com/business — 0 perations/state—pu rchasi ng/vendor—i nformatio n/convicted—su spend ed_d i scriminatory_,complaints — — vendor lists (4) 1 have entered an "x" or a check mark beside each listing/category set forth below if the Respondent's name appears in the list found on the Florida Department of Management Services website for that category or listing, If I did not enter a mark beside a listing/category, it means that I am attesting to the fact that the Respondent's name does not appear on the listing for that category in the Florida Department of Management Services website as of the date of this affidavit. Check if Applicable Convicted Vendor List Suspended Vendor List Discriminatory Vendor List Federal Excluded Parties List Vendor Complaint List FURTHER DECLARANT SAYETH NOT. _3mnte'511141� - (Print name Of Dedar t By. (Signature of Declarant) ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF MIAMI -DADS 22 RELATED PARTY TRANSACTION VERIFICATION FORM ("Firm") have Name of Representative CompanylVendorlEntity read the City of South Miami 's Code ofEthics, Secdon 8A-|of the City's Code of Ordinances and jhereby certify, under penalty of perjury that to the best of my knowledge, information and belief. (|) neither | nor the Firm have any conflict nf interest (as defined in section 8A'|) with regard cu the contract or business that 1, and/or the Firm, am(are) about to perform for, or to transact with, the City, and (2) neither | nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm, has any relative(s), as defined in section 8A- 1, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public body created by the City Commission, i.e., a board or committee of the City, [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (2) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of employees or those who have a financial interest in the Firm.]; and (3) neither | nor the Firm, nor anyone who has a8nandal interest greater than 5%in the Firm, nor any member of those s' immediate N has transacted mrentered into any contract(s) with the City or has a financial interest, direct or indirect, in any business being transacted with the city, or with any person or agency acting for the city, other than as follows: — (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (3) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of those who have a financial interest in the Firm.]; and (4) no elected and/or appointed offidx| or employee of the City of South Miomi, or any of their immediate 6xh|y members (i.e., spouse, parents, children, brothers and sisters) has a financial interest, directly or indirectly, in the contract between you and/or your Firm and the City other than the following individuals whose interest is set forth following their names: -----^ (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). The names of all City employees and that of all elected and/or appointed city officials or board members, who own, directly or indirectly, an interest of five percent (5%)or more cf the total assets cf capital stock in the firm are aofollows: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (4) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the financial interest in the Firm of city employees, appointed officials or the immediate family members of elected and/or appointed official or employee.] (5)! and the Firm further agree not to use urattempt to use any knowledge, property m^ resource which may come tqus through our position of trust, or through our performance o/ our duties under the terms oJthe contract with the City, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that we may not d|admmeorusein6ormadon.notmxd|ab|etomembersofthegenero[pvb|ic.forpurpe/sono|Qainor benefit or for the personal gainor6eneMtofanyotherpeoonorbusinessendty,outddeofthenormd&ainor benefit anticipated through the performance cJ the contract. (6)| and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or any person or agency acting for the City, and that we have not appeared in representation of any third party before any board, commission or agency of the City within the past two years other than au Thomas p.Pepe 23 (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, oo the additional sheet and the additional sheet must be signed under ooth). X:\Purchasing\Vendor Registration\[ 2.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx (7) Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e., as a spouse, son, daughter, parent, brother or sister) is related by blood or marriage to: (i) any member of the City Commission; 00 any city emp|oyee;or(iii)unymeonberof any board or agency of the City other than asfbUovvs: ---- (if necessary, use a separate sheet oo supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must 6e signed under math) . [while the ethics code still applies, i[ the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (7) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship by blood or marriage of employees, officers, or directors of the Firm, or of any of their immediate family to any appointed or elected officials of the City, or to their immediate family members]. (8) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interest greater than 5% in that Other Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) nor any of my immediate family members (hereinafter referred to as "Related Parties") has responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial interest greater than S%in the Firm, or any member af those persons' immediate family (ie. spouse, parents, chi|dcen.brothersandsisoeru)huvea|smresponded.ct6er6hant6e6uUowing: --~ (if necessary, use a separate sheet »o supply additional information that will not fit on this line; however, you must make reference, onthe above line, to the additional sheet and the additional sheet must be signed under h [while the ethics code still applies, if the person executing this form is doing so .mn behalf of a firm whose stock ix publicly traded, the statement in this section (8) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation into the Other Firm, or the Firm he/she represents, as to their officers, directors or anyone having a financial interest in those Firms or any pf their any member of those persons' immediate jamily] (9)| and the Firm agree that *e are obligated tosupplement this Verification Form and inform the City ofany change incircumstances th/tw/ou|dchan&enurnnsvvemtothisdacument. Specifically, after the opening ofany responses to aso|idtadon. | and the Firm have an obligation to supplement this Verification Form with the name of all Related Parties who have also responded to the same solicitation and to disclose the relationship of those parties to me and the Firm. (|0A violation of the City's Ethics Code, the giving ofany false information or the failure to supplement this Verification Form, may subject me or the Firm to immediate termination of any agreement with the City, and the imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject coaction by the Miami-Dade County Commission on Ethics. Under penalty of perjury, | declare that | have made u diligent effort cu investigate the matters no' which I am attesting hereinabowe and that the statements made 6 the ofmyknowledge, information and belief. Svp'"`"' ` Print Nzf�/e& Title,//�C P 0,447) Q V 2 Thomas F. Pepe 24 (a) Designation. This section shall be designated and known ao the "City of South Miami Conflict of Interest and Code ofEthics Ordinance." This section shall be applicable to all city personnel as defined below, and shall also constitute a standard of ethical conduct and behavior for all autonomous personnel, quasi-judicial personnel, advisory personnel and departmental personnel. The provisions of this section shall be applied in a cumulative manner. By way of example, and not as a limitation, subsections (c) and (d) may be applied to the same contract or transaction. Definitions. For the purposes ofthis section the following definitions shall beeffective: (1) The term "commission members" shall refer to the mayor and the members of the city commission. (2) The term "autonomous personnel" shall refer to the members of autonomous authorities, boards and agencies, such as the city community redevelopment agency and the health facilities authority. (3) The term "quasi-judicial personnel" shall refer to the members of the planning board, the environmental review and preservation board, the code enforcement board and such other individuals, boards and agencies of the city uo perform quasi-judicial functions. (4) The term "advisory personnel" shall refer tu the members of those city advisory boards and agencies whose sole or primary responsibility isto recommend legislation or give advice tn the city commission. (5) The term "departmental personnel" shall refer to the city clerk, the city manager, department heads, the city attorney, and all assistants tv the city clerk, city manager and city attorney, however titled. (6) The term "employees" shall refer to all other personnel employed by the city. (7) The term "compensation" shall refer to any money, gift, favor, thing of value or financial benefit conferred, or *o6e conferred, in return for services rendered orooberendered. &U The term "controlling financial inte mt"ahal|re6^rtoownecmh|p.dinecdyorindirecdy.oftenpercentornnore of the outstanding | l stock in any corporation oradireccorin6inectinterestnftenpercentornooreina5rm. partnership, or other business entity at the time of transacting business with the city. (9) The term "immediate family" shall refer to the spouse, parents, children, brothers and sisters of the person involved. (10) The term "transact any business" shall refer to the purchase or sale by the city of specific goods or services for consideration and to submitting a bid, a proposal in response to a Solicitation, a statement of qualifications in response to a request by the city, or entering into contract negotiations for the provision oo any goods or services, whichever first occurs. (c) Prohibition on transacting business with the city. mo ' person included inthe terms defined in paragraphs (h)(|) through ) and in paragraph (W(9) shall enter into any contract or transact any business in which that person or a member of the immediate family has a financial interest, direct or indirect with the city ur any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. Willful violation of this subsection shall constitute malfeasance in office and shall affect forfeiture of office or position. Nothing .in this subsection shall prohibit or make illegal: (1) The payment of taxes, special assessments or fees for services provided by the city government; (2) The purchase oJbonds, anticipation notes '^r other securities that may 6e issued 6y the city through underwriters .or directly from time tptime. Waiver of prohibition. The requirements of this subsection may be waived for a particular transaction only by four affirmative votes cf the city commission after public hearing upon finding that:^ (1) An open-to-all sealed competitive proposal has been submitted by a city person as defined in paragraphs (b)(2), (3) and (4): (2) The proposal has been submitted the scope mJ the practice of architecture, professional engineering, vr registered land surveying, defined 6y the laws o/ the state and pursuant to the provisions of the Consultants' Competitive Negotiation Act, and when the proposal has been submitted byo city person defined in paragraphs (b)(2).(3) and (4) (3) The property or services to be involved in the proposed transaction are unique and the city cannot avail itself of such property or services without entering a transaction which would violate this subsection but for waiver of its requirements; and (4) That the proposed transaction will bein the best interest cf the city. This subsection shall be applicable only to prospective transactions, and the city commission may in no case ratify a transaction entered inviolation pf this subsection. Provisions cumulative. This subsection shall be taken to be cumulative and shall not be construed to amend or repeal any other law pertaining uo the same subject matter. (d) Further prohibition om transacting business with the city. M No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business through a firm; corporation, partnership or business entity in which that person or any member of the immediate family has a controlling financial interest, direct or indirect, with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. The remaining provisions of subsection (c) will also be applicable to this subsection as though incorporated by recitation. 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 commission if that person has any of the following relationships with any of the persons or entities which would be or might be directly or indirectly affected by any action of the city commission: (1) Officer, director, partner, of counsel, consultant, employee, fiduciary or beneficiary; or (2) Stockholder, bondholder, debtor, or creditor, if in any instance the transaction or matter would affect the person defined in paragraph (b)(:1) in a manner distinct from the manner in which it would affect the public generally. Any person included in the term defined in paragraph (b)(1) who has any of the specified relationships or who would or might, directly or indirectly, realize a profit by the action of the city commission shall not vote on or participate in any way in the matter. (E) Gifts. (1) Definition. The term "gift" shall refer to the transfer of anything of economic value, whether in the form of money, service, loan, travel, entertainment, hospitality, item or promise, or in any other form, without adequate and lawful consideration. (2) Exceptions. The provisions of paragraph (e)(1) shall not apply to: a. Political contributions specifically authorized by state law; b. Gifts from relatives or members of one's household, unless the person is a conduit on behalf of a third party to the delivery of a gift that is prohibited under paragraph (3); c. Awards for professional or civic achievement; d. Material such as books, reports, periodicals or pamphlets which are solely informational or of an advertising nature. (3) Prohibitions. A person described in paragraphs (b)(l) through (6) shall neither solicit nor demand any gift. It is also unlawful for any person or entity to offer, give or agree to give to any person included in the terms defined in paragraphs (b)(1) through (b), or for any person included in the terms defined in paragraphs (b)(1) through (6) to accept or agree to accept from another person or entity, any gift for or because of: a. An official public action taken, or to be taken, or which could be taken, or an omission or failure to take a public action; b. A legal duty performed or to be performed, or which could be performed, or an omission or failure to perform a legal duty; c. A legal duty violated or to be violated, or which could be violated by any person included in the term defined in paragraph (b)(1); or d. Attendance or absence from a public meeting at which official action is to be taken. (4) Disclosure. Any person included in the term defined in paragraphs (b)(1) through (b) shall disclose any gift, or series of gifts from anyone person or entity, having a value in excess of $25.00. The disclosure shall be made by filing a copy of the disclosure form required by chapter 112, Florida Statutes, for "local officers" with the city clerk simultaneously with the filing of the form with the clerk of the county and with the Florida Secretary of State. (f) Compulsory disclosure by employees of firms doing business with the city. Should any person included in the terms defined in paragraphs (b)(1) through (6) be employed by a corporation, firm, partnership or business entity in which that person or the immediate family does not have a controlling financial interest; and should the corporation, firm, partnership or business entity have substantial business commitments to or from the city or any city agency, or be subject to direct regulation by the city or a city agency, then the person shall file a sworn statement disclosing such employment and interest with the clerk of the city. (g) Exploitation of official position prohibited. No person included in the terms defined in paragraphs (b)(1) through (6) shall corruptly use or attempt to use an official position to secure special privileges or exemptions for that person or others. (h) Prohibition on use of confidential information. No person included in the terms defined in paragraphs (b)(I) through (6) shall accept employment or engage in any business or professional activity which one might reasonably expect would require or induce one to disclose confidential information acquired by reason of an official position, nor shall that person in fact ever disclose confidential information garnered or gained through an official position with the city, nor shall that person ever use such information, directly or indirectly, for personal gain or benefit. Thomas F. Pepe 12/1012015 rm (i) Conflicting employment prohibited. No person included in the terms defined in paragraphs |) through (6) shall accept other employment which would impair independence of judgment in the performance of any public duties. (j) Prohibition oo outside employment. (1) No person included in the terms defined in paragraphs (b)(6) shall receive any compensation for services as an officer or employee pf the city from any source other than the city, except as may be permitted osfollows: a. Generally prohibited No full-time city employee shall accept outside employment, either incidental, occasional or otherwise, where city time, equipment or material is to be used or where such employment or any part thereof is tobe performed on city time. b. When permitted A full-time city employee may accept incidental or occasional outside employment so long as such employment is not contrary, detrimental or adverse to the interest of the city or any of its departments and the 'approval required io subparagraph cisobtained. c. Approval of department head required. Any outside employment by any full-time city employee must first be approved in writing by the employee's department head who shall maintain a complete record of such employment. d. Penalty. Any person convicted of violating any provision of this subsection shall be punished as provided in section |-|| of the Code of Miami-Dade County and, io addition shall be subject to dismissal by the appointing authority. The city may also assess against m violator 'a fine not co exceed $SOOIm and the costs cfinvestigation incurred by the city. (2) All full-time city employees engaged in any outside employment for any person, firm, corporation or entity other than the city, or any of its agencies or instrumentalities, shall file, under oath, an annual report indicating the source cf the outside employment, the mo of the work being done and any amount of money orother consideration received 6y the employee from the outside employment. City employee reports shall be filed with the city clerk. The reports shall be available aoa reasonable time and place for inspection by the public. The city manager may require monthly reports from individual employees or groups cf employees for good cause. (k) Prohibited investments. Wo person included in the terms defined in paragraphs OW(!) through (6)ora member pf the immediate family shall have personal investments in any enterprise which will create a substantial conflict between private interests and the public interest. (1) Certain appearances and payment prohibited (|)No person included in the terms defined in paragraphs (b)(|), 8) and (6) shall appear before any city board or agency and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, rulin& decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall the person receive any compensation or gift, directly or indirectly, for services rendered to a third person, who has applied for or is seeking some benefit from the city or a city agency, in connection with the particular benefit sought by the third person. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a party who seeks legal relief from the city or a city agency through the suit in question. (2)Na person included in the terms defined inparagraphs (]) and (4) shall appear before the city commission or age un which the person serves, either directly or through an associate, and make u presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall such person receive any compensation or gift, directly or indirectly, for services rendered to a third party who has applied for or is seeking some benefit from the city commission or agency on which the person serves in connection with the particular benefit sought by the third party, Nor shall the person 'appear in any court nr before any administrative tribunal us counselor legal advisor to a third party who seeks legal relief from the city commission or agency on which such person serves through the suit inquestion. (m) Actions prohibited when financial interests involved. No person included inthe terms defined in paragraphs (b) (1) through (6) shall participate in any official action directly or indirectly affecting a business in which that person mr any member oJ the immediate family has a financial interest. A financial interest is defined in this subsection to include, but not be limited to, any direct or indirect interest iv any investment, equity, mrdeht. (m) Acquiring financial interests. No person included in the terms defined in paragraphs (b)(1) through (6) shall acquire a financial interest in a project, business entity or property at a time when the person believes or has reason to believe that the financial interest may be directly affected by official actions or by official actions by the city or city agency of which the person io.an official, officer oremployee. (0) Recommending professional services. Thomas F. Pepe M No person included in the terms 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 of its agencies, provided that a recommendation may properly 6e made when required tobe made by the duties vf office and in advance at a public meeting attended by other city officials, officers or employees. (p) Continuing application after city service. (1) No person included in the terms defined in paragraphs (b)(1), (S) and (6) shall, for a period of two years after his or her city service or employment has ceased, lobby any city official [as defined in paragraphs (b)(|) through (G)) in connection with any judicial or other proceeding, application, Solicitation, RFQ, bid, request for ruling or other determination, contract, claim, controversy, charge, accusation, arrest or other particular subject matter in which the city or one cfits agencies isaparty or has any interest whatever, whether direct or indirect. Nothing contained in this subsection shall prohibit any individual from submitting a routine administrative request or application to a city department or agency during the two-year period after his or her service has ceased. (2) The provisions of the subsection shall not apply to persons who become employed by governmental entities, SU|(d(]) non-profit entities or educational institutions orentities, and who lobby on behalf cf those entities in their official capacities. (3) The provisions of this subsection shall apply to all persons described in paragraph (p)(1) whose city service or employment ceased after the effective 'date of the ordinance from which this section derives. (4)No person described in paragraph (p)(|)vvhmseci iFe or employment ceased within two years prior u» the effective date mf this ordinance shall for a period uf two years after his or her service or employment enter into a lobbying contract to lobby any city official in connection with any subject described in paragraph (p)(1) in which the city pr one of its agencies isa party or has direct and substantial interest; d in which h h participated directly or indirectly through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "directly" where he or she was substantially involved in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "indirectly" where he or she knowingly participated in any way in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. All persons covered by this paragraph shall execute an affidavit on a form approved by the city attorney prior to lobbying any city official attesting that the requirements of this subsection do not preclude the person from lobbying city officials. (5) Any person who violates this subsection shall be subject to the penalties provided in section 8A-2(p). (q) City attorney to render opinions on request Whenever any person included in the terms defined in paragraphs (b)(1) through (6) and paragraph (b)(9) is in doubt as to the proper interpretation or application of this conflict of interest and code of ethics ordinance, or whenever any person who renders services to the city is in doubt as to the applicability of the ordinance that person, may submit to the city attorney a full written statement of the facts and questions. The city attorney shall then render an opinion to such person and shall publish these opinions without use of the name of the person advised unless the person permits the use of a name. 0& No. 6-99/680,V2,3-2-99 Editor's note- Ord. No. 6'99^|68O§|. adopted 3-2,9g repealed §§8A-| and 8A-2in their entirety and replaced them with new 8A-| and 8A_2,Former | and 8A-2 pertained to declaration of policy and definitions, respectively, and Thomas F. Pep at] PRESENTATION TEAM This affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid the need tm register members of your presentation team aslobbyists. Pursuant Lo City Ordinance 28-l4- 2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentodon before a City certification, evaluation, selection, technical review or similar committee, shall list nnan affidavit provided by the City staff, all individuals who may make a presentation. The affidavit shall be filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager. For the purpose of this subsection only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees, No person shall appear before any committee on behalf of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. Pursuant to '92.525(2), Florida Statutes the undersign mekes the following declaration under penalty of perjury: Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents, Please note; No person shall appear before any committee on behalf of anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he NAME Rodki- ,� VC 2-- TITLE For the purpose of this Affidavit of Representation only, the listed members mfthe presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. The Affidavit of Representation shall be filed with the City Clerk's office at the time the committee's proposal is submitted to the City as part of the procurement process. Print Name and Title Print name mf entity beih'grepresented Thomas F. Pep ffl NOTICE OF AWARD e- a _NMM*A0 N The City has considered the Proposal submitted by your firm for the Multiple Locations for Road Resurfacing Projects n response to its advertisement for Request for Proposal and Instructions to Respondents. You are hereby notified that your Proposal has been accepted for the Multiple Locations for Road Resurfacing Projects in the lump sum amount of $ , broken down as follows: Alternate #1: Alternate #2: Alternate #3: You are required by the Instructions to Respondents to execute the Contract Documents at the time of submittal of proposal and to furnish any required Performance Bond, Payment Bond, and insurance documents (see Proposal Submittal Checklist Form) within ten (10) day from the date of this notice to you. Notwithstanding the fact that you have agreed, by responding to the Solicitation, to the terms of the contract attached to the Solicitation package, if you fail to execute said Contract and to furnish said bonds, the required insurance documentation within ten (10) calendar days from the date of this notice, the CITY shall have the right and be entitled, in its sole and absolute discretion, to disqualify the Proposal, revoke the award and retain the Proposal/Bid Bond/Security. Please be advised that if the contract price exceeds $5,000.00 or if it is a multi-year contract requiring payment out of more than one year's appropriation, the award and the contract must be approved by the City Commission before it is binding on the City. W Steven Alexander City Manager Dated this _ day of _,20 Receipt of the above Notice of Award is hereby acknowledged by On this the _ day of 20 HA TITLE: You are required to return an acknowledged copy of this Notice of Award to the City Manager. Thomas F. Pepe 1 211 0/20 1 5 99 IZE0111rel PUBLIC CONSTRUCTION CONTRACT Multiple Locations for Road Resurfacing Projects RFP #PW2016-08 TO: DATE: PROJECT DESCRIPTION: Multiple Locations for Road Resurfacing Projects in accordance with Plans and specifications, if any, as may be prepared in whole or in part by CONSULTANT, referenced in the Supplementary Conditions and Contract Documents. You are hereby notified to commence Work in accordance with the Contract dated , on or before . You are to complete the work within 190 calendar days. The date of completion of all Work is therefore 20 City of South Miami BY: (print name) City Manager, or designee Receipt of the above Notice to Proceed is hereby acknowledged by on this — day of 20 TITLE: Thomas F. Pepe 12/10/2015 RY RFP #PW2016-08 ANLZ��� Scope of work involves performing road resurfacing work on selected streets within the City of South Miami and shall comply with applicable standards, including but not limited to the FDOT and the Miami Dade County Public Works standards. Work covered under this contract shall also include and is not limited to maintenance of traffic, off-duty Police officer, mng, clearing & grubbing, asphalt placement, and striping. Scope of work involves performing I" milling and I" resurfacing with Type S-111 asphaltic concrete at the locations described below. All striping shall be thermoplastic paint. Temporary paint shall be included within the thermoplastic paint item. If the limerock base is impacted within the milling process, the base will need to be reworked and compacted to comply with Miami Dade County Public Works standards and specifications. Work activity is limited to the hours from 7:00 a.m. through 6:00 p.m., on weekdays from Monday through Friday. .Location # 1: SW 61 AVE (SW 40 & SW 44 ST) 0 Includes approximately 2,040 SY to be milled and resurfaced 0 A 24 inch white stop bar marking at both stop signs on SW 61 Avenue, intersecting with SW 42 ST 0 50 linear feet of double yellow 6 inch solid stripe on both sides (I OOLF total) Location #2: SW 58 ST (SW 62 PL to SW 62 AVE) • Includes approximately 1,100 SY to be milled and resurfaced • A 24 inch white stop bar marking at the stop sign on SW 58 ST, intersecting with SW 62 Ave 0 SO linear feet of double yellow 6 inch solid stripe Thomas F. Pepe 12/10/201S 32 Talues utilized for the purpose of this RFP are approximate. Contractor is responsible to field and quantities as per defined by • locatiot. 1w i i i i Thomas F. Pepe 12/10/2015 r _ THE * -••• SAL NON-RESPONS KKI ��Mfflwml IN A AM iN un- MBMKZM t = e Plans not applicable. Please refer to location sketch for reference, EXHIBIT 1, Scope of Services, Attachment B. The current estimate to complete construction of the project is 60 calendar days substantial completion. Thermoplastic paint shall be installed 30 calendar days after substantial completion. 90 total calendar days to final completion from issuance of Notice to Proceed. 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. The standard manufacturer's warranty information must be provided in writing for all equipment being proposed, including installation by an authorized dealer. NOTE: A Performance and Payment Bond is required for the full amount of the project. Thomas F. Pepe 12/101201S znfl�� 34 Total Pric llmkm= Pavi ng Type S III i 6" White Thermoplastic Paint Yellow Thermoplastic Paint _6" 12" White Thermoplastic Paint 24" White Thermoplastic Paint Police Officers ��Mfflwml IN A AM iN un- MBMKZM t = e Plans not applicable. Please refer to location sketch for reference, EXHIBIT 1, Scope of Services, Attachment B. The current estimate to complete construction of the project is 60 calendar days substantial completion. Thermoplastic paint shall be installed 30 calendar days after substantial completion. 90 total calendar days to final completion from issuance of Notice to Proceed. 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. The standard manufacturer's warranty information must be provided in writing for all equipment being proposed, including installation by an authorized dealer. NOTE: A Performance and Payment Bond is required for the full amount of the project. Thomas F. Pepe 12/101201S znfl�� 34 SCOPE OF SERVICES Attachment B RFP i' I: IMP i fi III IN Thomas F. Pepe 1 21 1 0120 1 5 35 EXHIBIT 2 Insurance & Indemnification Requirements |D| Insurance A. Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as "FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and maintain at its own expense during the life of the [ontract, insurance of the types and in the minimum amounts stated below as will protect the FIRM, from claims which may arise out of or result from the contract or the performance of the contract with the City of South Miami, whether such claim is against the FIRM or any sub'connarzucorby anyone directly or indirectly employed 6y any of them orby anyone for whose acts any of them may beliable. B. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization shall be at the CITY's sole and absolute discretion. The FIRM shall purchase inuorance from and shall maintain the insurance with a company orcompanies lawfully authorized co sell insurance in the State uf Florida, on forms approved by the State of Florida, au will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether such operations b by the FIRM or bya Subcontractor orby anyone directly or indirectly employed by any of them, orby anyone for whose acts any of them may 6e liable: (u) claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease, or death of the F|RM's employees; (c) claims for damages because of bodily injury, sickness or disease, or death of any t6 than the BRM'oemployees (d) claims for damages insured hy usual personal injury liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting there from; AD claims for damages because .of bodily injury, death of a person or property, damage arisicl.g out of ownership, maintenance. or use of a motor vehicle; (g) claims for bodily injury or property damage arising out of completed operations; and (h) claims involving contractual liability insurance applicable to the RRM'sobligations under the Contract. 1.02 FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration asisotherwise specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below: 1.03 Workers' Compensation Insurance at the statutory amount as to all employees comp with the "Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as presently written or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' Liability az the statutory coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. 1.04 Commercial Comprehensive General LiabiliV 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 |niury: $ J.0UQ,0OO; ^Medical Insurance: $5,000 per person; • Property Damage: $SQO/)OU each |'OS insurance shall be written mnu Florida approved form with the same coverage as the primary insurance policy but im the amount cf$|.U8O/3O8 per claim and $2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, asfiled by the Insurance Services Office, and must include: (a) Premises and Operation Thomas 1F.Pepe 41 (b) Independent Contractors (d Products and/or Completed Operations Hazard (d) Explosion, Collapse and Underground Hazard [overage (e) Broad Form Property Damage (f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. (g) Personal Injury Coverage with Employee and Cuncmcmx| Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. 1.06 Business AutooipbLile Liability with minimum limits of One Million Dollars ($i/0O.00nJ3D) plus =n additional One Million Dollar ($ 1/)OAI0ODN umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by with the state oy Florida, and must include: (a) Owned Vehicles. 0W Hired and Non'OwnedYehides (c) Employers' Nun-Ownership 1.07 The FIRM agrees that if any part of the Work under the Contract issublet, the subcontract shall contain the same insurance provision as set forth in section S. I above and 5.4 below and substituting the word Subcontractor 'for the word FIRM and substituting the word FIRM for CITY where applicable. |88 Fire and Extended Coverai!e Insurance (Builders' Risk). IF APPLICABLE: A. In the event that this contract involves the construction of a structure, the CONTRACTOR shall maintain, with an Insurance Company or Insurance Companies acceptable to the CITY, "Broad" form/All Risk Insurance on buildings and structures, including Vandalism & Malicious Mischief coverage, while in the course of construction, including foundations, additions, attachments and all permanent fixtures belonging tn and constituting a part oF said buildings orstructures. The policy m policies shall also cover machinery, if the cost of machinery is included in the Contract, or1fthemacNneryis|ocatedinabui|dinQ that is being renovated by reason of this contract. The amount of insurance must, at all times, be at least equal to the replacement and actual cash value of the insured property. The policy shall be in the name of the CITY and the CONTRACTOR, as their interest may appear, and shall also cover the interests ofall Subcontractors performing Work. B. All of the Drovisions set forth in Section 5.4 herein, below shall apply to this coverage unless it would be clearly not applicable. 1.09 Miscellaneous: A. If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period of this contract, the FIRM shall beresponsible for securing other acceptable insurance prior to such cancellation, change, or expiration nooato provide continuous coverage as specified in this section and souscomaintain coverage during the life cf this Contract. B. All deductibles must be declared by the FIRM and must be approved by the CITY At the option of the CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a form satisfactory uz the CITY covering the same. C. The policies shall contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy nr policies are primary over any other collectible insurance that CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross liability" clause without obligation for premium payment qfthe CITY as well as contractual liability provision covering the Contractors duty umindemnify the City os provided jn this Agreement. D. Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT certificates of such insurance, acceptable to the CITY, as well as the insurance binder, if one is issued, the insurance policy, including the declaration page and all applicable endorsements and provide the name, address and telephone number mf the insurance agent or broker through whom the policy was obtained. The insurer shall be rated A.VOor better per A.M. Best's Key Rating Guide, latest edition and authorized toissue insurance in the State of Florida. All insurance policies must be w,uao on forms approved by the Stave of Florida and they must remain in full force and effect for the duration of the contract period with the CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a "certified copy" the Policy (as defined in Article I of this document) which shall include the declaration page and all required Thomas F. Pepe �� endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the following endorsements: (|) a policy provision or an endorsement with substantially similar provisions as follows: "The City of South Miami isanadditional insured' The insurer shall pay all sums that the City of South Miami becomes legally obligated cp pay us damages becavyeof'bodi|y1njury^.property 6ammge'.or "personal and advertising 'and ir will provide om the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage 8''; (2) a policy provision or an endorsement with substantially similar provisions as follows: "This policy shall not be cancelled (including cancellation for non-payment ofprenVum), terminated ar materially modified without first giving the City of South Miami ten (|O)days advanced written notice of the intent to materially modify the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the City by certified mail, with proof of delivery to the [ity.^ E If the FIRM is providing professional services, such m would be provided byan architect, engineer, attorney, mraccountant, to name a few, then in such event and in addition ro the above requirements, the FIRM shall also provide Professional Liability Insurance ona Florida approved form in the amount of $ 1.00O.DOO with deductible per claim )f any, not oo exceed 5%cf the limit uf liability providing for all sums which the FIRM shall become legally obligated to pay as damages for claims arising out ofthe services or work performed 6y the FIRM its agents, representatives, Sub Contractors or assigns, or6y any person employed or retained by him in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the FIRM may purchase Specific Project Professional Liability |nuurxnce, in the amount and under the terms specified above, which is also acceptable. No insurance shall be issued by a surplus lines carrier unless authorized 1n writing by the city mt the city's sole, absolute and unfettered discretion. Indemnification Requirement A. The Contractor accepts and voluntarily incurs all risks pfany injuries, damages, or harm which might arise during the work or event that is '�m the negligence or other fault of the Contractor or anyone acting through ornn behalf of the Contractor. B. The Contractor shall indemnify, defend, save and hold CITY, its officers, affi|iateu.employees, successors and assigns, harmless from any and all damages, claims, liability, losses, claims, demands, suits, fines, judgments pr cost and expennes, 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 *call appellate levels, which may be suffered by, or accrued against, charged mour recoverable from the City of South Miami, its officers, affi|imea.employees, successors and assigns, by reason o/ any causes of actions ur claim ofany 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 out oJa 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 oron behalf p[ any c6 them, arising out of this eemeot, 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 loss of dh 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, or act of the Contractor, its Sub-Contractor or any of their agents, representatives, employees, or assigns, and/or arising out of, or incident to, this Agreement, or incident to or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. D. The Contractor agrees and recognizes that neither the CITY nor its officers, affi|iatec, employees, successors and assigns shall beheld liable pr responsible for any claims, including the costs .and expenses uf defending such claims which may result from or arise out of actions mr omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees, o, assigns, oranyone acting through or on behalf ofthe them, and arising out ofmr concerning the work or event that iu occurring theOTy's property. in reviewing, approving orrejecting any submissions or acts cf the Contractor, CITY 1nno way assumes rnmnas F. Pep 43 or shares responsibility or liability for the acts or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees, orassigns, or anyone acting through or on 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 (1 ), 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. Thua, 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 o( the contract. Thomas pPepe 44 Steven Alexander City Manager City of South Miami 6130 Sunset Drive South Miami, FIL 33143 |, If this Proposal is accepted, the undersigned Respondent agrees to enter into a Contract with the City uf South Miami in the form included in this Solicitation and to perform and furnish all work as specified or indicated in this Solicitation, including as set forth in Exhibit I (Scope of Services) for the Proposed Price as set forth below, within the Contract Time and in accordance with the other terms and conditions of the Solicitation Package. 2. Respondent accepts all of the terms and conditions of the Solicitation and Instructions to Respondents, including without limitation those dealing with the disposition of Proposal/Bid Bond, |frequired. This Proposal will remain subject to acceptance for 188 calendar days after the day ofthe Proposal Opening. The Respondent, 6y signing and submitting this proposal, agrees to all ofthe terms and conditions ofthe form uf contract that 1na part uf the Solicitation package with appropriate changes to conform cuthe information contained in this Bid Form. Respondent agrees tn sign and submit the Bonds, ifrequired by this Solicitation, required insurance documents, and other documents required by the So|idtation, including the Contract if not already submitted, within ten ((0) calendar days after the date of the City's Notice ofAward. 3. |o submitting this Proposal, Respondent represents that: u. Respondent has examined copies of all the Solicitation Documents and of the following Addenda, if any (receipt of all which is hereby acknow|edgedj k Respondent has familiarized himself with the nature and extent of the Contract Documents, the proposed work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress performance .nr furnishing o[ the Work. c. Subsurface conditions: |f applicable om this Solicitation, the Respondent represents that: i Respondent has studied carefully all reports and drawings, if applicable, of subsurface conditions and drawings of physical conditions. U. Respondent has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies in addition to or to supplement those referred to in this paragraph which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance, or the furnishing o( the Work ot the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. The Respondent hereby acknowledges that no additional examinations, investigations, explorations, tests, reports or similar information or data are, pr will, be required 6y Respondent for any reason in connection with the Proposal. The failure of the Respondent to request a pre-bid marking of the 'construction site by any or all utility companies shall create an irrefutable presumption that the Respondent's bid, or proposal pr|oe, has taken into consideration all possible underground conditions and Respondent, if awarded the contract, shall not be entitled to a change order for any such condition discovered thereafter. iii. Respondent has correlated the results of all such mbservadons, exarninaz\onm, investigations, explorations, tests, reports and studies with the terms and conditions m/ the 'Contract Documents. Thomas pPepe 45 iv. Respondent has reviewed and checked all information and data shown ur indicated in the Solicitation Package mrin the Contract Documents with respect to existing Underground Facilities orconditions acor contiguous to the site and assumes responsibility for the accurate location of all Underground Facilities and conditions that may affect the Work. No additional exam|nations, invesdgadons, explorations, tests, reports or similar information or data in respect to any Underground Facilities or conditions are, or will hc, required by Respondent in order no perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents unless the Proposal specifically states that the contract price is subject to adjustment for future discovery of underground facilities and/or conditions that affect the cost of the Work and unless the respondent makes u written request to the City for additional information prior tosubmitting the bid or proposal ns required in subsection iiabove, d` Respondent has given the City written notice of all c^oOicts, errors or discrepancies that it has discovered in the Contract Documents and, if any conflicts, errors or discrepancies have been found and notice given, the Respondent represents, by submitting its proposal to the City, that the Respondent has received sufficient notice of the resolution thereof from the Cicy, that such resolution is acceptable to Respondent and that the Respondent waives any claim regarding the conflicts, errors or discrepancies. e. This Proposal bXenu1neundnutmudeincheiocerextoforonbeho!fofanyvndisdosedperuon.firmor corporation and is not submitted pursuant to any agreement or rules of any group, ausociation, organization. or corporation; Respondent has not directly or indirectly induced or solicited any other Respondent to submit a false or sham Proposal; Respondent has not nn|idred or induced any person, firm or corporation to refrain from responding; and Respondent has not sought by collusion or otherwise to obtain for itself any advantage over any other Respondent or over the CITY. 4. Respondent understands and agrees that the Contract Price b the amount that it needs to furnish and install all of the Work complete and in place. The Schedule mf Values, K required, is provided for the purpose of Proposal Evaluation and when initiated by the CITY, it shall form the basis for calculating the pricing of change orders. The Contract Price shall not be adjusted inany way soasoo result ioa deviation from the Schedule of Values, except to the extent that the CITY changes the Scope of the Work after the Contract Date. As such, the Respondent shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place, Project for the Proposal Price: K this Solicitation requires the completion cfd Cost and Technical Proposal, as may 6m sot forth in in an exhibit to this 3o|ichncion, such proposal must be attached to this Bid Form and will take the place of the Lump Sum Price, otherwise, the Contract Price for the completed work is as follows: 5. The ENTIRE WORK shall be completed, in full, within 90 calendar dUs from the commencement date set forth in the NOTICE TD PROCEED. Failure cocomplete the entire work during the described time period shall result in the assessment of liquidated damages as may be set forth in the Contract. 6. Insert the following information for future communication with you concerning this �� �� Co R�PONDENT [�V/i ��\//��t�J - - �_-" .`- , Thomas pPepe M Address: Telephone: Facsimile Contact Person V� n� l The terms used in this Proposal which are defined in the Contract shall have the same meaning as is assigned m them in the Contract Documents, unless specifically defined in this Solicitation Package. & Kucost & technical proposal i required 6y the Solicitation, Respondent hereby of the facts and responses to the questions posed in the cost & technical proposal, if such an exhibit ismade apart of the Solicitation, are true and correct and are hereby adopted as part of this Bid Form, and are made a part of this proposal, by reference. By submitting this proposal, |.on behalf of the business that i represent, hereby agree to the terms ofthe form of contract contained in the Solicitation package and ]agree tobe bound 6ythose terms, with any appropriate blank boxes, if any, checked and any blank lines filled in with the appropriate information contained in the Solicitation Documents and this Proposd, or such information that the City and | have agreed upon in the course of contract negotiations and which have been confirmed by the City in writing, including e-mail confirmation, if any. | hereby certify under penalty of perjury that | am the lawful representative of the business entity referenced in this 0|d Fqrm, that have authority to bid for that entity and that all of the information and representations contained herein are true and correct to the best ofmy information and belief. Thomas F. Pep 47 THIS CONTRACT was made and entered into on this day nf _,20 by and between (hereafter referred uzas "Contractor"), and the City of South Miami (hereafter referred to as "Owner"), through its City Manager (hereafter referred to as "City"). VY[[NESETH: That, the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: |. The Contractor shall furnish all labor, mmshn|s, equipment, machnery, too|s, apparatus, transportation and any ocher items necessary to perform all of the work shown on and described in the Contract Documents and shall do everything required by this Contract and the other Contract Documents hereinafter referred coas the Work. l. The Contract Documents shall include this Contract, General Conditions to the Contract, if any, the drawinXp, p|ons, specifications and project manual, if any, any supplementary or special condiduns, other documents referring to this contract and signed by the parties, the solicitation documents ("hereinafter referred to as "Bid [>mcannemu'� and any documents ou which those documents refer which are used by the Owner as well as any attachments or exhibits that are made a part of any of the documents described herein. 3. The Contractor shall commence the Work oobe performed un6erth)s[ontraccona6ateu=6espedGed in a Notice to Proceed and ahuU complete all Work hereunder within the length of time set forth in the Contract Documents. 4. The Owner hereby agrees to pay to the Contractor for the faithful performance ofthis Contract, subject to additions and deductions as provided in the Contract Documents and any properly approved, written change orders, in lawful money of the United, States, the amount Of (Spell o*^, Amount_ here) __DoUars ($.nO__), Lump Sum ("Contract Price"). S. The expenses of performing Work after regular working hours, and on Sunday and legal holidays sksH he included in the Contract Price. The [iq/ may demand, at any point in cime, that any part, or a||. of the Work be performed after regular working hours. In such event, the Respondent shall have no right to additional compensation for such work. However, nothing contained herein shall authorize work pndays and during hours that are otherwise prohibited by ordinance unless specifically authorized orinstructed in writing by the City. 6 If the Work is expected to require more than one month, the Owner shall make monthly partial payments to the Contractor on the basis of a duly certified and approved schedule of values for the Work performed during each calendar month by the Contractor, less the retainage (all as provided for in the Contract Documents), which is to be withheld by the Owner until completion and acceptance of the complete project in accordance with this Contract and the other Contract Documents and until such Work has been accepted by the City. T Upon submission by the Contractor of evidence satisfactory to the Owner that all labor, material, and other costs incurred by the Contractor in connection with the construction of the Work have been paid in fu||, and after compliance with the terms for 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 6y this Contract and the acceptance of such Work hy the Owner. 8. The Work dn^|| be completed in 90 calendar days. In the event that the Contractor shall tsU to complete the Work within the time limit stipulated in the Contract Documents, or the extended time limit agreed upmn, 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 plus any monies 6 by the Dxvnar to the Consultant, if any, for additional engineering and inspection services, if any, associated with such de|uy. Thomas F. Pepe 48 9. It is further mutually agreed between the parties hereto that U x Payment and/or Performance Bond ("Bond^)io required and if, oz any time after the execution of this Contract and the Bond for its faithful performance and payment, the City shall deem the Surety or Sureties upon such bond(s) to be unsatisfactory, or it for any reason such bond ceases to be adequate to cover the performance of the Work or payment cmsubcontractors and suppliers, the Contractor shall, ut its expense within five (5) business days after the receipt of notice from the City ,o to do, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties osshall be satisfactory the City. In such event, no further payment to the Contractor shall be deemed to be due under this Contract until such new or additional security for the faithful performance of the Work ivfurnished in the manner and in the form satisfactory co the City. 10. No additional Work or extras shall be done unless the same is duly authorized in vvddog, and in advance of the work, by appropriate action by the City and in accordance with the Contract Documents. 11. 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 of the City [ommission, the" the Effective Date is the date uf the 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 the other counterpart, be deemed an original Contract. Signature: Print Signatory's Name: Title of Signatory: 'Signature:. Mara Menendez Steven Alexander City Clerk City Manager Read and Approved as to Form, Language, Legality, and Execution Thereof. Signature: City Attorney Thomas F. Pepe 49 CONSTRUCTION CONTRACT GENERAL CONDITIONS Whenever used in these General Conditions urin the other ContnactDocuments.thefd|owingrermssha|huve the meaning indicated These definitions shall always apply when the section of the Contract specifically refers to this Article for the purpose of interpreting a word or group of words in that section of the Contract Document. However, when the section of the Contract, where the word to be defined is used, does not specifically refers to this Article to define the word or group of words, the definitions contained in this Article shall not apply unless the word or group of words, in the context of it or their use in the Contract Document in question, is/are ambiguous and open for interpretation. In addition, these definitions shall also not apply to interpret terms in a specific provision ofa Contract Document if that specific provision contains a definition of these terms: Addenda: Written or graphic documents issued prior to the Bid Opening which modify or interpret the Contract Documents, Drawings and Specifications, by addition, deletions, clarifications or correction. ApplicatigD for Payment: A form approved by the CONSULTANT, if any, or the City Manager which is to be used by the CONTRACTOR in requesting progress payments. Bid: The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices and other terms for the Work tobeperformed. Bidder: Any person, firm or corporation submitting a response to the Owner's solicitation for proposals orbids for Work. Bid Documents: The solicitation for bids or proposals and all documents that make up the solicitation including the instructions, form of documents and affidavits. Bonds: Bid bond, performance and payment bonds and other instruments of security, furnished bythe CONTRACTOR and its surety }n accordance with the Contract Documents and in accordance with the laws of the State ofRor'6a. Change Order: A written order to the CONTRACTOR signed by the City 'Manager authorizing an addition, deletion nr revision iv the Work, urun adjustment in the Contract Price vr the Contract Time issued after execution of the Contract. Work Order Proposals: Written proposals from the CONTRACTOR in response to orders or request for work based on the Scope of the Work provided by the City to the CONTRACTOR. The proposal includes line item pricing, where there are multiple locations, and the timeframe for completing the work. CITY: The City Manager for the City of South Miami. 6130 Sunset Orive, South PUmni, FL 33143. unless the context wherein the word is used should more appropriately mean the City of South M|unH. Construction Observer: An authorized representative of the CONSULTANT, if any, or otherwise a representative of the City si d to observe 'the Work performed and materials furnished by the CONTRACT()R. The CONTRACTOR shall be notified in writing cf the identity of this representative. Contract Documents: The Contract Documents shall include the Contract between the Owner and the Contractor, other documents listed in the Contract and modifications issued after execution of the Contract as well as all Bid Documents including but not limited to the solicitation for Bid, CONTRACTOR'S Bid, the Bonds, Insurance endorsements, Insurance Certificates and policies, the Notice of Award, the Notice to Proceed, the General Conditions, Special Conditions, if any, any Supplementary Conditions, the Technical Specifications, Drawings, including any incorporated specifications, addenda to the drawings issued prior to execution of the Contract, Change Orders, Construction Change Directives and any written order for a minor change in the Work, and written modifications oo any of the Contract Documents. Contract Price: The total moneys payable to the CONTRACTOR pursuant to the terms of the Contract Documents. Contract Time: The number of. calendar days stated in the Contract 'for the completion of the Work. ContractiDg Officer. The individual who is authorized to sign the contract documents on behalf of the OWNER. The person, firm or corporation with whom the OWNER has executed the Contract. The person identified as the CONSULTANT in the Supplementary Conditions or, if none, then OTY's designated representative as identified in the Supplementary Conditions. Thomas p,Pepe 50 Cay./\ period pf twenty-four hours measured 6n the beginning of the day ac|2:8]a�. and ic shall brpresumed uubea calendar day unless specifically designated usa business day. Days: The number of twenty-four (24) hour periods following the event to which the word "days" refers commencing at |I:O| a.m.az the start of the next day. Therefore, in computing any period of time prescribed or allowed by the Contract Documents, the day of the act, event ordefault from which the designated period oftime begins oo run shall not 6eincluded. The last day o{ the period xo computed shall be included unless itb a Saturday, Sunday or legal holiday, in which event the period shall run until the end of the next business day that is not oSaturday, Sunday or legal holiday. Defective Work: Work that is unsatisfactory, faulty, or deficient in that it does not conform to the 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 to the CONSULTANT'S recommendation of final payment (unless responsibility for the protection thereof has been delegated umthe{)xvned; substitutions that are not properly approved and authorized, any deficiency in the Work, materials and equipment; materials and equipment furnished under the Contract that are not good quality and new unless otherwise required or permitted by the Contract Documents. Drawings: The drawings which show the character and Scope of the Work to be performed and which have been prepared or approved by the CONSULTANT, or if none, then by an architect or engineer hired by the City and are referred ooin the Contract Documents. Field Order: A written order issued by the CONSULTANT which clarifies or interprets the Contract Documents in accordance with Paragraph 9.3 or orders minor changes in the Work in accordance with paragraph 10.2. Modification: (o)A written amendment of the Contract Documents signed byboth parties, (W a Change Order signed by both parties, ( a written clarification or interpretation if issued 6ythe CONSULTANT )naccordance with paragraph 9.3 or (d) a written order for minor change or alteration in the Work issued by the CONSULTANT pursuant noParagraph 10.2. A modification may only be issued after execution of the Contract, it must be in writing and signed by the party against whom the modification is sought to be enforced. Non-conforming Work means work that does not conform to the Contract Documents and includes work that is unsatisfactory, faulty, or deficient orthat does not meet the requirements of any applicable inspection, reference standard, test, mr that does not meet any approval required by, o, referred to in, the Contract Documents, or work that has been damaged prior to CONSULTANT's recommendation of final payment (unless responsibility for the protection thereof has been assumed in writing byOTY). Notice of Award: The written notice by CITY to the apparent successful Bidder stating that upon compliance with the conditions precedent to be fulfilled by it within the time specified, CITY will execute and deliver the Contract to him. Notice to Proceed: A written notice given by CITY to CONTRACTOR (with copy to CONSULTANT) fixing the date on which the Contract Time shall commence to run and on which CONTRACTOR shall start to perform its obligations under the Contract Documents. Person: An individual or legal entity. f±soiect: The entire construction operation being performed as delineated in the Contract Documents. Policy: The term "policy" as used in the Contract Documents shall mean the insurance binder, if it is issued, the declaration page of the policy and the body of the policy, including all endorsements. &FP: Request for Proposal. Scope of Services. This phrase refers to the scope of the services or work to be performed and it has the same meaning as Scope of the Work unless the context in which the phase is used clearly means otherwise. Shop Drawings: All drawings, diagrams, illustrations, brochures, schedules and other data which are prepared 6y the CONTRACTOR, a Subcontractor, manufacturer, supplier, or distributor, and which illustrate the equipment, material nr some portion of the work and as required by the Contract Documents. Samples. Physical examples which illustrate materials, equipment or workmanship and establish standards by which the Work will bejudged. Specifications: Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied no the Work. Subcontractor: An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance o{a part ,of the Work ot the construction site. Substantial Completion: The date, as certified by the CONSULTANT, when the construction of the Project or a certified part thereof is sufficiently completed, in accordance with the Contract Documents, so that the Project, or a substantial part, can be utilized for the purposes for which it was intended without restriction or limitation to any degree, other than for h e repair of minor "punch list" items; or if there be no such certification, the date when final payment is due in accordance with paragraph 149. However, }nno event shall the project orportion thereof, be deemed to be substantially completed until a certificate of occupancy or certificate of use is lawfully Thomas F. Pepe RE issued by the applicable govemmental agency. A certificate of Substantial Completion, issued by the CONSULTANT, shall be null and void if it is based on false, misleading or inaccurate information, from any source, or when it would not have been issue but for the consideration of Work that is thereafter found to be defective to a degree greater than that which would normally to be considered by the City to be minor "punch list" work. Supplier: Any person or organization who supplies materials or equipment for the Work, including the fabrication of ao item, but who does not perform labor orthe site of the Work. Surety: The individual or entity who is an obligor on a Bond and who is bound with the CONTRACTOR for the full and faithful performance of the Contract and for the payment of all labor, services and materials used onthe project. Work: Any and all obligations, duties and responsibilities necessary for the successful performance and completion of the Contract. Notice: The term "Notice" as used herein shall mean and include all written notices, demands, instructions, c|ohns, approvals unddisopprova|s required to obtain compliance with Contract requirements. Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or to an authorized representative of such indwdud, firm, or corporation, orif delivered rour sent 6y registered mail tp the last known business address. Unless otherwise stated in vvr)dog, any notice to or demand upon the OWNER under this Contract shall be delivered to the City Manager and the CONSULTANT. Award: I| The CITY reserves the right toreject any and all Bids, mt its sole discretion. Bids shall beawarded by the CITY to the lowest responsive and responsible Bidder. No Notice of Award shall be given until the CITY has concluded its investigation, as it deems necessary, to establish, to the satisfaction of the CITY, which Bidder is the most responsive and responsible of all the Bidders to complete the Work within the time prescribed and in accordance with the Contract Documents. The CITY reserves the right to reject the Bid of any Bidder who is not believed to be, in the sole discretion and satisfaction of the City, to be sufficiently responsible, qualified and financial able to perform the work. In analyzing a Bid, the CITY may also rake into consideration alternate and "nit prices, if requested by the Bid forms. If the Contract is awarded, the CITY shall issue the Notice of Award 'and give the successful Bidder u Contract for execution within ninety (gO) day after opening of Bids. Execution of Contract: 2`2 At least four counterparts of the Contract, the Performance and Payment Bond, the Certificates of Insurance, the Binder of Insurance if issued, the Insurance Declaration Page if not included in the Policy of Insurance, the Policy of Insurance required by the Contract Documents, the written notice of designated supervisor or superintendent aa provided in Section &.| of the General Conditions and such other Documents as required by the Contract Documents shall be executed and delivered by CONTRACTOR to the CITY within ten (|U) calendar days of receipt cf the Notice ofAward. A Contract Document that requires the signature of a party may be executed in counterparts separately by each of the parties and, in such event, each counterpart separately executed shall, without proof or accounting for the ocher counterpart 6e deemed on original Contract Document. Forfeiture of Bid SecuritvIPerformance and Payment Bond. if any are reauired by the aDDlicable RFP: 2.3 Within ten notified of the Award, shall furnish aPerformance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached. 2.3.1 Each Bond shall bein the amount cf one hundred percent (|00%)cf the Contract Price guaranteeing to OWNER the completion and performance cf the Work covered in such Contract ao well as full payment of all suppliers, material man.|aburen.or3ubcontracoremp|oye6pumuaot to this Project. Each Bond shall be with aSurety company whose qualifications meet the requirements ofSections 2.3.4, 2^3.5, and 2.3.6. 2.3.2 Each Bond shall continue in effect for five years after final completion and acceptance of the Work with the liability equal to one hundred percent (|88%)of the Contract Sum. 2.3.3 Pursuant to the requirements of Section 255.05(l), Florida Statutes, CONTRACTOR shall ensure that the Bond(s) referenced above shall be recorded inthe public records ofMiami-Dade County and provide CITY with evidence of such recording. Thomas F. Pep M 2.3.4 Each Bond must be executed by surety company authorized to do business in the State of Florida as a surety, having a resident agent in the State of Florida and having been in business with a record cf successful continuous operation for a least five (5) 23.5 The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, current revisions. 2.36 The CITY shall only be required to accept a surety bond from a company with a rating A. VII or better. 2.3.7 Failure of the successful Bidder uzexecute and deliver the Contract, and deliver the required bonds and Insurance documents shall be cause for the CITY to annul the Notice of Award and declare the Bid and any security therefore forfeited. Contractor's Pre-Start Representation: 2.4 CONTRACTOR represents that it has familiarized itself with, and assumes full responsibility for having familiarized itself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions and federal, state and local laws, ordinance rules and regulations that may 1n any manner affect performance of the Work, and represents that it has correlated its study and observations with the requirements of the Contract Documents. CONTRACTOR also represents that it has studied all surveys and investigations, reports of subsurface and latent physical conditions referred to in the specifications and made such additional surveys and investigations xsit deems necessary for the performance ofdhe Work reflected in the Contract Documents and that he has correlated the results of all such data with the requirements ofthe Contract Documents. Commencement of Contract Time: 2.5 The Contract Time shall commence to run on the date stated in the Notice *mProceed. Starting the Project: 2.6 CONTRACTOR shall start co perform its obligations under the Contract Documents on the date the Contract Time commences to run. No Work shall be done at the site (as defined inArticle the date on which the Contract Time commences to run, except with the written consent of the CITY, Before Starting CgnstC_uct�orr 2L7 Before undertaking each part oy the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements and conditions. |t shall otonce report i writing co CONSULTANT any conflict, error, or discrepancy which ic may 'discover. Neither the OWNER nor the CONSULTANT shall 6e liable for any harm, damage orloss suffered by CONTRACTOR as a result of' its failure to discover any conflict, error, ur discrepancy in the Drawings or Specifications nor shall the CONTRACTOR 'be entitled uzany compensation for any harm, damage or loss suffered by the CONTRACTOR due to any conflict, error, or discrepancy in the Contract Documents. Schedule of Completion: ID Within Five (5) business days after delivery of the Notice to Proceed by CITY mCONTRACTOR, CONTRACTOR shall submit to CONSULTANT for approval, an estimated construction schedule indicating the starting and completion dates of the various stages of the Work, and a preliminary schedule of Shop Drawing submissions. The CONSULTANT shall approve this schedule or require revisions thereto within seven (7)calendar days uf its submittal. |f there is more than one CONTRACTOR involved in the Project, the responsibility for coordinating the Work of all CONTRACTORS shall be provided in the Special Conditions. 2.9 Within five (5) business days after delivery of the executed Contract by CITY to CONTRACTOR, but before starting the Work acthe site, a pre-construction 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 a working understanding between the parties as to the Project. Present at the conference will be the CITY'S representative, CONSULTANT, Resident Project Representatives, CONTRACTOR and its Superintendent. Qualifications of Subcontractors, Material men and SURDIiers: Thomas pPepe 53 2.0 Within five (5) business days after bid opening, the apparent lowest responsive and responsible Bidder shall submit to the CITY and the CONSULTANT for acceptance a list of the names of Subcontractors and such other persons and organizations (including those who are nofurnish principal he sufmausriWs or equipment) proposed for those portions mf the Work amtp which the identity of Subcontractors and other persons and organizations must be submitted as specified in the Contract Documents. Within thirty (30) calendar days after receiving the list, the CONSULTANT will notify the CONTRACTOR in writing if either the CITY or the CONSULTANT has reasonable objection to any Subcontractor, peraon, or organization on such Uuc. The failure of the CITY or the CONSULTANT to make objection to any Subcontractor, person, =r organization on the list within thirty (3D) calendar days of the receipt shall constitute an acceptance of such Subcontractor, person nrorganization. Acceptance of any such Subcontractor, person or organization shall not constitute a waiver of any right of the CITY or the CONSULTANT to reject defective Work, material or equipment, or any Work, material or equipment not in conformance with the requirements of the Contract Documents. 2.11 If, prior to the Notice of Award, the CITY or the CONSULTANT has reasonable objection to any Subcontractor, person or organization listed, the apparent low Bidder may, prior to Notice of Award, submit av acceptable substitute without an increase 1n its bid price. 2.12 The apparent silence of the Contract Documents as to any detail, or the apparent omission from them of a detailed description concerning any Work umbe done and materials cob* furnished, shall be regarded as meaning that only best 'practices are ro prevail and only materials and workmanship oJ the best quality are cube used in the performance of the Work. 3] |cb the intent vfthe Specifications and Drawings tm describe a complete Project tobe constructed 0n accordance with the Contract Documents. The Contract Documents comprise the entire Contract between the OWNER and the CONTRACTOR. They may be altered only byn modification ao defined 1n Article |. 3.2 The Contract Documents are complementary; what is called for by one is as binding as if called for by all the documents. |f CONTRACTOR finds a conflict, error or discrepancy in the Contract Documents, it shall, before proceeding with the Work affected thereby, immediately call it to the CONSULTANT's attention in writing. The various Contract Documents are complementary; in case of conflict, error or discrepancy, the more stringent interpretation and requirement that shall provide the maximum benefit uu the Owner shall apply 3.3 The words "furnish" and "furnish and install", "install", and "provide" or words with similar meaning shall he interpreted, unlessothenwisespedMcally staze6comeon'YurndivndinstaUcomoleceinp6ceand ready for senioe'. 3.4 Miscellaneous items and accessories which are not specifically mentioned, but which are essential to produce a complete and properly operating installation, or usable structure, providing the indicated functions, shall be furnished and installed without change in the Contract Price. Such miscellaneous items and accessories shall be of the same quality standards, including material, style, finish, strength, class, weight and other applicable characteristics, as specified for the major component of which the miscellaneous item or accessory isan essential part, and shall be approved by the CONSULTANT before installation. The above requirement is not intended to include major components not covered by or inferable from the Drawings and Specifications. 3.5 The Work of all trades under this Contract shall be coordinated by the CONTRACTOR in such a manner as obtain the best workmanship possible for the entire Project, and all components mf the Work ' shall be installed or erected in accordance with the best practices mf the particular trade. 3.8 The CONTRACTOR shall 6e responsible for making the construction of habitable structures under this Contract min proof, and for making equipment and ud|iq/ installations properly perform the specified function. K the CONTRACTOR is prevented fro complying with this provision due to the Drawings nr Specifications, the CONTRACTOR shall immediately notify the CONSULTANT in writing of such limitations before proceeding with construction in the area where the problem exists. 3.7 Manufacturer's literature, when referenced, shall be dated and numbered and is intended to establish the minimum requirements acceptable. Whenever reference is given »o codes, or standard specifications mr other data published by regulating agencies or accepted organizations, including but not limited to National Electrical Code, applicable State Building Code, Florida Building Code, Federal Specifications, ASTM Specifications, various institute specifications, and the like, it shall be understood that such reference is to the latest edition including addenda in effect on the date of the Bid. Thomas F. Pepe 54 3.8 Brand names where used in the technical specifications, are intended to denote the standard or quality required for the particular material or product. The term "equal" or "equivalent", when used in connection with brand names, shall be interpreted to mean a material or product that is similar and equal in type, quality, size, capacity, composition, finish, color and other applicable characteristics to the material or product specified by trade name, and that is suitable for the same use capable of performing the same function, in the opinion of the CONSULTANT, as the material or product so specified. Proposed equivalent items must be approved by CONSULTANT before they are purchased or incorporated in the Work. (When a brand name, catalog number, model number, or other identification, is used 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 by the CONSULTANT as set forth in Section 9.3 below. l|| The CONTRACTOR shall have advised the CONSULTANT, prior to performing any work involving a conflict in the Contract Documents and the CONSULTANT shall make the final decision as to which of the documents shall take precedence. |n the event that there is a conflict between or among the Contract Documents, only the latest version shall apply and the latest version of the 'Contract Documents. The CONSULTANT shall use the following list uf Contract Documents auaguide. These documents are set forth below in the order of their precedence so that all the documents listed above a given document should have precedence over all the documents listed below it. (o) Change Orders (W Amendments/addenda toContract Supplementary Conditions, ifany ( Contract with all Exhibits thereto (e) General Conditions (8 Written or figured dimensions Scaled dimensions (h) Drawings ofa larger scale (|) Drawings ofa smaller scale 0 Drawings and Specifications are to6econsidered complementary voeach other ARTICLE 4 — AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS - Availability-.af Lands. 4.1 The OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be done, rights'pf-wuy for access thereto, and such other lands which are designed for the use cfthe CONTRACTOR. Easements for permanent structures orpermanent changes 1nexisting facilities will be obtained and paid for by the OVYNER, unless otherwise specified in the Contract Documents. Ocher access to such lands or rights-of-way for the CONTRACTOR'S convenience shall be the responsibility of the CONTRACTOR. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of material and equipment. 4.2 The CITY will, upon request, furnish to the Bidders, copies of all available boundary surveys and subsurface tests ztnocost. Subsurface Conditions: 43 The CONTRACTOR acknowledges that ha has investigated prior to bidding and satisfied himself asm the conditions affecting the Work, including but not limited ro those bearing upon transportation, disposal, handling and storage of materials, availability oflabor, water, electric power, roads and uncertainties of weather, river stages, tides, water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work. The CONTRACTOR further acknowledges that he has satisfied himself asuo the character, quality and quantity ofsurface and subsurface materials or obstacles cu6e encountered insofar as this information is reasonably ascertainable from an inspection of the site, including all exploratory work done by the OWNER/ CONSULTANT on the site or any contiguous site, as well as from information presented by the Drawings and Specifications made part of this Contract, or any other information made available to it prior to receipt of bids. Any failure by the CONTRACTOR co acquaint itself with the available information shall not relieve it from responsibility for estimating properly the difficulty or cost of successfully performing Work. The OWNER assumes no responsibility for any Thomas F.Pepe 55 conclusions or interpretations made by the CONTRACTOR on the basis of the information made available by the OWNER/ CONSULTANT. Differing Site Conditions: 4.4 The CONTRACTOR shall within forty-eight (48) hours of its discovery, and before such conditions are disturbed, notify the CITY inwriting, of: 4.4.1 Subsurface or latent phyuica conditions ac the site differing materially from those indicated ln the Contract Documents, and 44.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally inherent in Work of the character provided for in this Contract. The CITY shall promptly investigate the conditions, and ifitfinds that such conditions do materially differ to the extent as to cause an increase or decrease in the CONTRACTOR'S cost of, or the time required 6ur, performance of any par, of the Work under this [ontmct, an equitable adjustment shall be made and the Contract modified in writing accordingly. 4.5 No claim of the CONTRACTOR under this clause shall be allowed unless the CONTRACTOR has given the notice required in 4.4 above; provided, however, the time prescribed therefore may be extended by the CITY, but only if done in writing signed by the City Manager or the CONSULTANT. ARTICLE 5 — INSURANCE Contractor shall comply with the insurance requirements set forth inthe Supplementary Conditions vu the Contract. Supervision and Superintendence: W The CONTRACTOR ,hoU supervise and direct the Work. b shall he solely responsible for the means, methods, techniques, sequences and procedures ofconstruction. The CONTRACTOR shall employ and maintain a qualified supervisor or superintendent (hereinafter referred toas'Soperviuor ut the Work site who shall be designated in writing by the CONTRACTOR, before the CONTRACTOR commences the Work and within the time required by the Contract, as the CONTRACTOR'S representative at the site. The Supervisor or so designated shall have full authority to act on behalf of the CONTRACTOR and all communications given cn the Supervisor shall beam binding usif given #»the CONTRACTOR. The Supervisor(s) shall be present at each site at all times as required to perform adequate supervision and coordination of the Work. (Copies of written communications given zo the Supervisor shall be mailed to the ICONTRACTOR'S home offica). 6.1.1 The CONTRACTOR shall keep one record copy of all Specifications, Drawings, Addenda, Modifications and Shop Drawings at the site at all times and in good order and annotated to show all changes made during the construction process. These shall be available to the CONSULTANT and any CITY Representative at all reasonable times. A set of "As-Built" drawings, as well as the original Specifications, Drawings, Addenda, Modifications and Shop Drawings with annotations, shall be made available oo the City at all times and it shall be delivered uo the CITY upon completion 'mf the Project. Labor, Materials and Equipment: 62 The CONTRACTOR shall provide competent, suitably qualified personnel to lay out the Work and perform construction as required by the Contract Documents. It shall at all times maintain good discipline and order at the site. 6.3 The CONTRACTOR shall furnish all materials, i nt,|abor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, local telephone, water and sanitary facilities and all other facilities and incidentals necessary for the execution, testing, initial operation and completion of the Work. 6.4 All materials and equipment shall ba new, except as otherwise provided |n the Contract 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 to the site in their original packages or containers with seals unbroken and labels intact. kb All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturer, fabricator, or processors, except om otherwise provided in the Contract Documents, Work, Materials, Equipment. Products and Substitutions: Thomas F. Pepe 56 66 Materials, equipment and products incorporated in the Work must be approved for use before being purchased by the CONTRACTOR. The CONTRACTOR shall submit oo the CONSULTANT a list of proposed materials, equipment nr products, together with such samples aa may be necessary for them oo 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 this list has been received and approved by the CONSULTANT. 6.6,1 Whenever a material, article or piece of equipment is identified on the Drawings or Specifications by reference to brand name or catalog number, it shall be understood that this is referenced for the purpose of defining the performance mrochersa|)encrequirementsandt6etotherpruduczoof equal capacities, quality and function shall be considered. The CONTRACTOR may recommend the substitution of a material, article, or piece of equipment of equal substance and function for those referred to in the Contract Documents by reference to brand name or catalog number, and if, in the opinion pfthe CONSULTANT, such material, article, or piece of equipment |sofequal substance and function to that specified, the CONSULTANT may approve its substitution and use by the CONTRACTOR. Incidental changes ur extra component parts required ooaccommodate the substitute will be made by the CONTRACTOR without a change in the Contract Price orthe Contract Time. 6.6.2 No substitute shall be ordered ur installed without the written approval of the CONSULTANT who shall be the judge ofquality. 6.6.3 Delay caused byobtaining approvals for substitute materials shall not be considered iusd0ab|e grounds for on extension of construction time. 6.6.4 Should any Work or materials, equipment or products not conform to requirements of the Drawings and Specifications or become damaged during the progress of the Work, such Work or materials shall be removed and replaced, together with any Work disarranged by such alterations, co any time before completion and acceptance ofthe Project. All such Work shall 6e done atthe expense of the CONTRACTOR. 6.63 No materials or supplies for the Work shall be purchased by the CONTRACTOR or any Subcontractor subject ~o any chattel mortgage under a conditional sale .ur other agreement by which an interest * retained by the Seller. The CONTRACTOR warrants that they have good title oo all materials and supplies used by them }n the Work, 6.6.6 Non-conforming Work: The City mf South Miami may withhold acceptance of, nr reject items _ which are found upon examination, not o,meet the specification requirements or conform tothe plans and drawings. Upon written notification of rejection, items shall be removed or uninstalled within five (5) business days by the CONTRACTOR at his own expense and redelivered and/or reinstalled mt his expense. Rejected goods left longer than thirty (30) calendar days shall 6e regarded as abandoned and the CITY shall have the right to dispose of them as its own property and the CONTRACTOR thereby waives any claim »othe good oruz compensation of any kind for said goods. Rejection for non-conformance or failure to meet delivery schedules may result in the CONTRACTOR being found i default. 8.6,7 |v case mf default by the CONTRACTOR, the City of South Miami may procure the articles pr services from other sources and hold the CONTRACTOR responsible for any excess costs occasioned or incurred thereby. 6.68 The CITY reserves the right, in the event the CONTRACTOR cannot provide an item(s) or service(s) in a timely manner osrequested, to obtain the good and/or services 'from other sources and deducting the cost from the Contract Price without violating the intent nf the Contract. Concerning Subcontractors: 6.7 The CONTRACTOR shall not employ any Subcontractor, against whom the CITY orthe CONSULTANT may have reasonable objection, nor will the CONTRACTOR be required to employ any Subcontractor who has been accepted by the CITY and the CONSULTANT, unless the CONSULTANT determines that there is good cause for doing so. 6.8 The CONTRACTOR shall be fully responsible for all acts and omissions of its Subcontractors and of persons and organizations directly or indirectly employed by it and of persons and organizations for whose acts any of them may 6e liable co the same extent that they are responsible for the 'acts and omissions u/ persons directly employed bythem. Nothing .io the Contract Documents shall create any contractual relationship between OWNER or CONSULTANT and any Subcontractor or other person or organization having a direct contract with CONTRACTOR, nor shall it create any obligation on the part of OWNER or CONSULTANT to pay or to see to payment of any subcontractor or other person or rxmnas F. Pepe ffil organization, except as may otherwise be required by law. CITY or CONSULTANT may furnish many Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to the CONTRACTOR on account of specified Work done in accordance with the schedule values. 69 The divisions and sections of the Specifications and the identifications of any Drawings shall not control the CONTRACTOR in dividing the Work among Subcontractors or delineating the Work performed by any specific trade. 6.18 The CONTRACTOR agrees oo bind specifically Subcontractor tu the 'applicable terms and conditions of the Contract Documents for the benefit of the OWNER. 6.11 All Work performed for the CONTRACTOR by a Subcontractor shall be pursuant to an appropriate agreement between the CONTRACTOR and the Subcontractor. 6.12 The CONTRACTOR shall be responsible for the coordination of the trades, Subcontractors material and men engaged upon their Work. 6.12.1 The CONTRACTOR shall cause appropriate provisions to be inserted in all subcontracts relative cn the Work uz bind Subcontractors to the CONTRACTOR by the terms uf these General Conditions and other Contract Documents insofar as applicable to the Work of Subcontractors, and give the CONTRACTOR the same power ns regards tp terminating any subcontract that the OWNER may exercise over the CONTRACTOR under any provisions of the Contract Documents. 6.122 The CITY or CONSULTANT will not undertake to settle any differences between the CONTRACTOR and their Subcontractors or between Subcontractors. 6.12.3 If in the opinion of the CONSULTANT, any Subcontractor on the Project proves to be incompetent ,or otherwise unsatisfactory, they shall be promptly replaced by the CONTRACTOR jf and when directed by the CONSULTANT inwriting. 6.12A Discrimination: No action shall be taken by the any subcontractor with regard to the fulfilment of the terms of the subcontract, including the hiring and retention of employees for the performance ofWork that would discriminate against any person on the basis of race, color, creed, religion, national origin, sex, age, sexual orientation, familial status or disability. This paragraph shall be made a part mfthe subcontractor's contract with the Contractor. Patent Fees and Royalties. 6.13 The CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use of any invention -, design, process or device which is the subject of patent rights or copyrights held by others. He shall indemnify and hold harmless the OWNER and the CONSULTANT and anyone directly or indirectly employed by either of them from against all claims, damages, losses and expenses (including attorney's fees) arising out of any infringement of such rights during or after the completion of the Work, and shall defend all such claims in connection with any alleged infringement of such rights. 614 The CONTRACTOR shall be responsible for determining the application of patent andfor royalty o,to any materials, appliances, articles or systems prior mzbidding. However, he shall not beresponsible for such determination on systems which do not involve purchase by them of materials, appliances and articles. Permits: 6.15 The CONTRACTOR shall secure and pay for all construction permits and licenses and shall pay for all governmental charges and inspection fees necessary for the prosecution pf the Work, which are applicable at the time of his Bid. When such charges are normally made by the CITY and when so stated in the Special Conditions, .there will 6eno charges to the CONTRACTOR. The CITY shall assist the CONTRACTOR, when necessary, in obtaining such permits 'and licenses. The CONTRACTOR shall also pay all public utility charges. Electrical Power and LightiM 6.16 Electrical power required during construction shall be provided by each prime CONTRACTOR as required by it. This service shall 6e installed byaqualified electrical Contractor approved bythe CONSULTANT. Lighting shall be provided by the CONTRACTOR in all spaces at all times where necessary for good and proper workmanship, for inspection or for afe mo temporary power shall be used off temporary lighting lines without specific approval nf the CONTRACTOR. Laws and Regulations: Thomas F. Pepe 58 617 The CONTRACTOR with all notices, laws, ordinances, rules and regulations applicable co the Work. |y the CONTRACTOR observes that the Specifications orDrawings are uc variance therewith, iz' shall 'give the CONSULTANT prompt written notice thereof, and any necessary changes shall be adjusted byun appropriate modification. |f the CONTRACTOR performs any Work knowing it to be contrary to such |m*s, nrdinances, rules and regulations, and without such notice to the [{}|4SULTANT, it shall bear all costs arising there from; however, it shall not be its primary responsibility ,p make certain that the Drawings and Specifications are in accordance with such laws, ordinances, rules and regulations. Discrimination: 6.17A No action shall be taken by the Contractor with regard to the fulfilment of the terms of the Contract, including the hiring and retention of employees for the performance of Work that would discriminate against any person on the basis of race, color, creed, religion, national origin, sex, age, sexual orientation, familial status or disability. Taxes: 618 Cost of all applicable sales, consumer use, and other taxesfor which the CONTRACTOR b liable under the Contract shall be included in the Contract Price stated 6y the CONTRACTOR. Safety and Protection: 6,19 The CONTRACTOR shall 6e responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. They shall take all necessary precautions for the safety of, and shall provide the necessary protection oo prevent damage, injury or loss to: 6.19.1 All employees and other persons, who may be affected thereby, 6.19.2 All the Work and all materials v,egu}pmentuzbeivcvrporacedthenyr,whetherin storage onor off the site, .and 6.19.3 Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course 'ofconstruction. 6.20 The CONTRACTOR shall designate u responsible member oftheir organization azthegitewhoaeduty shall be the prevention of accidents. This person shall be the CONTRACTOR'S Superintendent unless otherwise designated 1n writing by the CONTRACTOR oo the CITY. -Emergencies. 621 |n emergencies affecting the safety of persons or the Work or property at the site or adjacent thereto, the CONTRACTOR, without special instruction or authorization from the CONSULTANT or CITY, is obligated to act, at his discretion, to prevent threatened damage, injury or loss. He shall give the CONSULTANT prompt written notice of any significant changes in the Work or deviations from the Contract Documents caused thereby. |/ the CONTRACTOR believes that additional Work done hyhim inan emergency which arose from causes beyond his control entities him tuan increase |nthe Contract Price or an extension of the Contract Time, he may make a claim therefore as provided in Articles || and {2. Shop Drawings and SampLies: 622 After checking and verifying all field measurements, the CONTRACTOR shall submit to the CONSULTANT for review, inaccordance with the accepted schedule of shop drawing submissions, six es (or at the CONSULTANT option, one reproducible copy)mf all Shop Drawings, which shall have been h ked by and stamped with the approval of the CONTRACTOR. The Shop Drawings shall be numbered and identified ao the CONSULTANT may require. The data shown on the Shop Drawings shall be complete with respect to dimensions, design criteria, materials of construction and the like to enable the CONSULTANT to review the information without any unnecessary investigation. 6.33 The CONTRACTOR shall also submit to the CONSULTANT for review, with such promptness as to cause no delay in Work, all samples required by the Contract Documents. All samples shall have been checked by and stamped with the approval of the CONTRACTOR, identified clearly as to material, manufacturer, any pertinent catalog numbers and the use for which intended. 6.24 4t the time cfeach submission, the CONTRACTOR shall notify the CONSULTANT, inwriting, of any deviations between the Shop Drawings or samples and the requirements of the Contract Documents. 625 The CONSULTANT shall review with responsible promptness Shop Drawings and Samples, but his review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents. The review ofa separate item os such will not indicate rxmnas F. Pepe 59 review of the assembly in which the items functions. The CONTRACTOR shall make any corrections required by the CONSULTANT and shall return the required number o[ corrected copiesofShop Drawings and resubmit new samples until the review is satisfactory to the CONSULTANT. The CONTRACTOR shall notify the CONSULTANT, in writing, of any prior Shop Drawing or revisions to Shop Drawings that are in conflict with each submission or re-submission. The CONTRACTOR'S stamp of approval on any Shop Drawings or sample shall constitute representation to the CITY and the CONSULTANT that the CONTRACTOR has either determined and/or verified all quantities, dimension, field construction criteria, materials, catalog numbers and similar data or they assume full responsibility for doing so, and that they have reviewed or coordinated each Shop Drawing nr sample with the requirements of the Work and the Contract Documents. 6`26 Nn 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 order required by the CONSULTANT in writing, by the CONTRACTOR acthe site and shall 6eavailable 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 of the Contract Documents unless the CONTRACTOR has informed the [UN3ULTAWT, in writing, to each deviation at the time of submission and the CONSULTANT has given written approval to the specific deviation, nor shall any review by the CONSULTANT relieve the CONTRACTOR from responsibility for errors or omissions in the Shop Drawings or samples. 6.27A The CONTRACTOR shall be liable to the OWNER for any additional cost or delay that is caused byits failure to notify the CONSULTANT of any of said deviations or conflicts between Shop Drawings or due oo errors in the Shop Drawings orsamples. Cleaning W. 818 The CONTRACTOR shall clean up behind the Work as much as is reasonably possible as the Work progresses' Upon completion o| the Work, and before acceptance of final payment for the Project 6ythe OWNER, the CONTRACTOR shall remove all his surplus and discarded materials, excavated material and rubbish as well as all other material and equipment that does not form a part of the Work, from the property, roadvvays, uidem=|kw. parking areas, lawn and all adjacent property. |n addition, the CONTRACTOR shall clean his portion of Work involved in any building under this Contract, so that na further cleaning by the OWNER is necessary prior to its occupancy and he shall restore all property, both public and private, which has been disturbed or damaged during the prosecution of the Work so as to leave the whole 'Work and Work Site |nx neat and presentable condition. 6.29 If the CONTRACTOR does not clean the Work site, the CITY may clean the Work Site of the materials referred ooin paragraph 6.28 and charge the cost oz the CONTRACTOR. Public Convenience and5afety: 6.30 The CONTRACTOR shall, at all times, conduct the Work in such a manner as to insure the least practicable obstruction topublic travel. The convenience ofthe general public and mf the residents along and adjacent to the area of Work shall be provided for in a satisfactory manner, consistent with the operation and local conditions. "Street Closed" signs shall be placed immediately adjacent uz the Work, io uconspicuous position, az such locations am traffic demands. At any time that streets are required umbe closed, the CONTRACTOR shall notify law enforcement agencies and in particular, the City of South Miami Police Department, before the street is closed and again as soon as it is opened. Access to fire hydrants and other fire extinguishing equipment shall be provided and maintained at all times. Sanitary Provisions: 6.31 The CONTRACTOR shall provideon'sioe o0oe, and necessary toilet facilities, secluded from public observation, for use cf all personnel mn the Work Site, whether or not in his employ. They shall 6ekept in a clean and sanitary condition and shall comply with the requirements and regulations of the Public Authorities having jurisdiction. They shall commit no public nuisance. Temporary field office and sanitary facilities shall be removed upon completion of the Work and the premises shall be left clean. 6.32 Contractor shall comply with the indemnification requirements set forth inthe RFP and in EXHIBIT 2of the Supplementary Conditions (insurance and indemnification requirements). Thomas F.Pepe 60 6.33 In the event that any action or proceeding is brought against OWNER or CONSULTANT by reason of any such claim o,demand, CONTRACTOR, upon written notice from CITY shall defend such action or proceeding by counsel satisfactory uo CITY. The indemnification provided above shall obligate CONTRACTOR to defend nt its own expense orto provide for such defense, at CITY'S option, any and all claims of liability and all suits and actions of every name and description that may be brought against OWNER or CONSULTANT, excluding only those claims that allege that the injuries arose out of the sole negligence of OWNER orCONSULTANT. 6.34 The obligations of the CONTRACTOR under paragraph 6]3 shall not extend to the liability of the CONSULTANT, its agents or employees arising out of (a) the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications or(b) the giving Ff or the failure on give directions or instructions by the CONSULTANT, its agents or employees provided such act or omission io the primary cause of injury ordamage. 6.]4A All of the forgoing indemnification provisions shall survive the term o/ the Contract oo which these General Conditions are a part. Indemnification shall not exceed anamount equal to the total value ofall insurance coverage required by Section S. I of this document. Indemnification is limited to damages caused im whole mrin part by any act, omission, mr default oJthe Contractor, the Contractor's subcontractors, sub-subcontractors, materialmen, or agents of any tier or their respective employees to the extent caused by the negligence, recNessness` or intentional wrongful misconduct of the indemnifying party and persons employed or utilized by the indemnifying party in the performance of the construction contract. ReSDonsibility for Connection to Existing Work: BS It shall be the responsibility of the CONTRACTOR to connect its Work meach part of the existing Work, existing building w structure orWork previously installed as required by the Drawings and Specifications to provide a complete installation. 6.36 Excavations, grading, fill, storm drainage, paving and any other construction or installations in rights-of- ways of streets, high .pub|iccarrierUneo,ud||q/Unea.aitkeraerial,surfaceoryubyudace.etz_oha|| be done in accordance with requirements of the special conditions. The OWNER will be responsible for obtaining all permits necessary for the Work described in this paragraph 6.36. Upon completion of the Work, CONTRACTOR shall present to CONSULTANT certificates, in triplicate, from the proper authorities, stating that the Work has been done in accordance with their requirements. 8.36^1 The CITY will cooperate with the CONTRACTOR in obtaining action from any utilities orpublic authorities involved in the above requirements. ` 6.36.2 The CONSULTANT shall be responsible for obtaining elevations mf curbs and gutters, pavement, storm drainage structures, and other items which must be established bygovernmental departments as soon as grading operations are begun on the site and, in any case, sufficiently early in the construction period mm prevent any adverse effect on the Project. Cooperation with Governmental DeDart-mentsPublic Utilities, Etc.: 6.37 The CONTRACTOR shall be responsible for making all necessary arrangements with governmental departments, public utilities, public carriers, service companies and corporations (hereinafter referred to as "third pardes") owning or controlling roadways, railways, water, sewer, gas, electrical conduits, telephone, and telegraph faci|idessuch as pavements, tracks, piping, wires, cables, conduits, poles, guys, etc., including incidental structures connected therewith, that are encountered in the Work in order that such items are properly shored, supported and protected, that their location is identified and uoobtain authority from these third parties for relocation if the CONTRACTOR desires to relocate the item. The CONTRACTOR shall gJve all proper notices, shall comply with all requirements of such third parties in the performance o( his Work, shall permit entrance of such third parties on the Project in order that they may perform their necessary work, and shall pay all charges and fees made by such third parties for their work. 6]7.1 The CONTRACTOR'S attention is called to the fact that there may be delays mn the Project due to work to be done by governmental departments, public utilities, and others in repairing or moving poles, conduits, etc. The CONTRACTOR shall cooperate with the above parties ]nevery way possible, sothat the construction can be completed in the least possible time. 6.371 The CONTRACTOR shall have made itself familiar with all codes, laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or materials and equipment use in or upon the Work, or in any way affect the conduct of the Work, and vo plea of misunderstanding will be considered mn account ofdamage or delay caused by his ignorance thereof. rhomanPep M Use Premises: 6.38 CONTRACTOR shall confine its apparatus, storage of materials, andopemdons of its workmen tothe limits indicated by law, ordinances, permits and directions of CONSULTANT and CITY, and shall not unnecessarily encumber any part of the site or any areas off site. 6.38.1 CONTRACTOR shall not overload or permit any part o(any structure to he loaded with such weight as will endanger its safety, nor shall it subject any work costresses or pressures that will endanger it. 6.38.2 CONTRACTOR shall enforce the rules and regulation promulgated by the CONSULTANT and OWNER am well as their instructions with regard oo signs, advanisements,6,esnndsmmking. 6.38^3 CONTRACTOR shall arrange and cooperate with CITY in routing and parking of automobiles of its employees, subcontractors and other personnel, au well us that of the material delivery rrucus and other vehicles that come no the Project site. 638.4 The City will designate specific areas on the site for storage, parking, etc. and the job site shall be fenced to protect the job site and the general public. 6.38.5 The CONTRACTOR shall furnish, install and maintain adequate construction office facilities for all workers employed by it or by its Subcontractors. Temporary offices shall be provided and located where directed and approved by the CONSULTANT. All such facilities shall be furnished in strict accordance with existing governing regulations. Field offices shall include telephone Protection of Existing Property Improvements: 6.0 Any existing surface or subsurface improvements, such as pavements, curbs, sidewalks, pipes or utilities, footings, or structures (including portions chereof). trees and shrubbery, not indicated nn the Drawings or noted in the Specifications as being removed or altered shall be protected from damage during construction u[ the Project. Any such improvements dumage6auringcmnscrucdvnofthePuojectshaU be restored at the expense of the CONTRACTOR ton condition equal cuthat existing mo the time cJ award ofContract. T| The CITY may perform additional Work related mthe Project or may let other direct contracts therefor which shall contain General Conditions similar to these. The CONTRACTOR shall afford the other contractors who are parties to such direct contracts (or the OWNER, if itbpurforming the additional YVp,kiue|o. reasonable opportunity for the introduction and storage of materials and equipment and the execution of Work, and shall properly connect and coordinate its Work with theirs. 7.2 |f any part of the CONTRACTOR'S Work depends upon proper execution m, results of the Work ofany other contractor or the OWNER, the CONTRACTOR shall promptly report to the CONSULTANT |n writing any defects or deficiencies in such Work that render it unsuitable for the CONTRACTOR's Work. 7.3 The CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required oomake its several parts cometogetherproper|yandfittqneceiveorbereceive66ysuchpcherYVodk. The CONTRACTOR shall not endanger any Work of others by cutting, excavating or otherwise altering their Work and shall only cut or alter their Work with the written consent of the CONSULTANT and ofthe other contractor whose work will beaffected. 7/4 If the performance of additional Work by other contractors or the OWNER is not noted in the Contract Documents prior to the execution of the Contract, written notice thereof shall be to the CONTRACTOR prior to starting any such additional Work. If the CONTRACTOR believes that the performance of such additional Work by the OWNER or others will cause the CONTRACTOR additional expense mr entitles him coanextension of the Contract Time, he may make .a claim therefore as provided 'in Articles \| and |2. 7.5 Where practicable, the CONTRACTOR shall build around the work of other separate contractors or shall leave chases, slots and holes as required to receive and to conceal within the general construction Work the work uf such other separate contractors am directed by'them. Where such chases, slots, etc.. are impracticable, the Work shall require specific approval of the CONSULTANT. 7,6 Necessary chases, slots, and holes not built or left by the CONTRACTOR shall be cut by the separate contractor requiring such alterations after approval cf the CONTRACTOR. The CONTRACTOR shall do all patching and finishing of the work of other contractors where it is cut by them and such patching and finishing shall beuc the expense mfCONTRACTOR 62 77 Cooperation is required in the use of site facilities and in the detailed execution of the Work. Each contractor shall coordinate their operation with those of the other Contractors for the best interest of the Work in order m prevent delay inthe execution thereof. 7.8 Each of several contractors working on the Project Site shall keep themselves informed of the progress of the work of other contractors. Should lack of progress or defective workmanship on the part of other contractors interfere with the CONTRACTOR's operations, the CONTRACTOR shall notify the CONSULTANT immediately and in writing, Lack of such notice to the CONSULTANT shall be construed as acceptance by the CONTRACTOR of the status of the work of other contractors as being satisfactory for proper coordination ofCDWTRA[TDR`s uvvn Work. 79 The cost of extra Work resulting from lack of notice, untimely notice, failure to respond to notice, Defective Work or lack of coordination shall be the [ONTKA[TOR`a 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 neqoeored, to obtain the good and/or services from other sources and deducting the cost from the Contract Price without violating the intent of the Contract. ARTICLE 8 — CITY'S RESPONSIBILITIES. 8.1 The CITY will issue all communications uothe CONTRACTOR through the CONSULTANT. 82 In cases of termination of employment of the CONSULTANT, the CITY will appoint aCONSULTANT whose status under the Contract Documents shall be that cf the former CONSULTANT. 8.3 The CITY shall promptly furnish the data required of` them under the Contract Documents. 8.4 The CITY'S duties inrespect ta providing lands and easements are set forth 1n Paragraphs 4.| and 4.2. 8.5 The CITY shall have the right uo take possession of and use any completed or partially completed portions o[ the Work, notwithstanding the fact that the time for completing the entire Work orany portion thereof may not have expired; but such taking possession and use shall not be deemed an acceptance of any Work not completed in accordance with the Contract Documents. City's Representative: 9.| The CONSULTANT shall be the CITY'S representative during the construction period. The duties and responsibilities and the limitations of authority of the CONSULTANT as the CITY'S representative during construction are set forth in Articles | through |6ofthese General Conditions and shall not be extended without written consent of the CIT/and the CONSULTANT, - 9.|.| The C(]N5ULTANT's decision, io matters relating to aesthetics, shall be final, if within the terms of the Contract Documents. 9,12 Except .as may 6e otherwise provided i^ this contract, all claims, counterclaims, 6)sputesandot6er matters |n question between the CITY and the CONSULTANT arising out ofo, relating omthis Contract or the breach thereof, shall be decided in a court of competent jurisdiction within the State ofFlorida. Visits to Site: 9.2 The CONSULTANT shall provide an inspector to make periodic visits to the site at each phase of construction to observe the progress and quality of the executed Work and co determine if the Work is proceeding in accordance with the Contract Documents. His efforts shall be directed toward providing assurance for the OWNER and all applicable regulatory agencies that construction is in compliance with the Construction Documents and applicable laws, rules and regulations. On the basis of these on site- observations as an experienced and qualified design professional, he shall keep the CITY informed of the progress of the Work and shall guard the OWNER against defects and deficiencies in the Work of CONTRACTOR. Clarifications and Interpretations: B The CONSULTANT shall issue, with reasonable promptness, such written clarifications or interpretations of the Contract Documents (in the form of Drawings determine necessary, which shall be consistent with, or reasonably inferable from, the overall intent of the Contract Documents. R the CONTRACTOR seeks an increase in the Contract Price or extension of Contract Time based ova written clarification and/or interpretation, it shall be required to submit a timely claim as provided in Articles I I and 12. Measurement of Quantities: Thomas F. Pepe 63 94 All Work completed under the Contract shall be measured by the CONSULTANT according to the United States Standard Measures. All linear surface measurements shall be made horizontally or vertically as required by the item measured. Rejecting Defective Work- 9.5 The CONSULTANT shall have authority todisapproveorn4ectvYorkthx is "Defective Work" as defined in Article 1. It shall also have authority to require special inspection or testing of the Work including Work fabricated unor off site, installed o, completed asprovided. |n the event that the CONSULTANT requires testing of completed Work, the cost of such inspections and/or testing shall be approved in writing by the CITY. All consequential cost of such inspections and testing, including but not limited ^o the cost o/ testing and inspection, the cost of repairing any of the Work, or the work mfothers, the cost to move furniture and equipment and/or the cost to provide alternative facilities until the repair work can be completed, shall paid by the CONTRACTOR if the Work is found to be Defective Work. Shop Drawings, Change Orders and Payments: 96 In connection with the CONSULTANT responsibility as to Shop Drawings and samples, see paragraphs 6.25 through 6.28, inclusive. 97 In connection with the CONSULTANT's responsibility for Change Orders see Articles 10. 11, and |Z 9^8 In connection with the CONSULTANT responsibilities with respect to the Application for Payment, etc., see Article |4. Decisions on DisaEreements: 9.|O The CONSULTANT shall be the initial interpreter of the Construction Documents. Limitations on Consultant's ReSDonsibilities: 01 The CONSULTANT will not be responsible for the construction means, methods, techniques, sequences incident or procedures, or the safety precautions and programs thereto. 9.12 The CONSULTANT will not be responsible for the acts or omissions of the CONTRACTOR, or any Subcontractors, or any of their agent, servants or employees, or any other person performing any of the Work under or through them. ARTICLE 10 -CHANGES IN THE WORK. |{i| Without invalidating the Contract, the CITY may, at any time or from time co time, order additions, deletions or revisions in or to the Work which shall only be authorized by a written Change Orders. Upon receipt of a Change Order, the CONTRACTOR shall proceed with the Work involved. All such Work shall be performed under the applicable conditions of the Contract Documents. If any authorized written Change Order causes an increase or decrease in the Contract Price or an extension or shortening of the Contract Time, an equitable adjustment will be made as provided in Article ||ur Article |lA written Change Order signed by the CITY and the CONTRACTOR indicates their agreement to the terms of the Change Urder. All Change Orders shall be certified by the CONSULTANT asuo the appropriateness ondva|ueofthechunge in the 'Work nswell a000 any change in the time to complete the Work under the circumstances. The failure oo include a time extension in the Change Order or in the request for a change order shall result 'inu waiver ofany extension of time due to the change in the work as reflected in the Change Order. |O.l The CONSULTANT may authorize minor changes or alterations in the Work not involving extra cost and not inconsistent with the overall intent of the Contract Documents without the need for a formal written Change Order provided the CONTRACTOR does not request uddicinnu|timeoraddidond compensation. These may be accomplished by a written Field Order. If the CONTRACTOR believes that any change or alteration authorized by the COm3ULTAMT's Field Order would entities the CONTRACTOR to an increase in the Contract Price or extension of Contract Time, it must submit a written notice of intent to demand a Change Order within twenty-four (24) hours of the issuance of the Field Order and submit a written proposal for Change Order within four (4) days thereafter, otherwise the CONTRACTOR shall be deemed to have waived such claim. 10.3 Additional Work performed by the CONTRACTOR without authprizacon of a written Change Order shall not entitle ictoan increase in the Contract Price oran extension of the Contract Time, except )o the case of an emergency as provided in paragraph 6.22 and except as provided in paragraph 10I 10.4 The CITY will execute appropriate Change Orders prepared by the CONSULTANT covering changes in the Work, cobe performed as provided \n paragraph 44^andY\orkperfbnne6inanemergencyao Thomas F. Pepe rV provided in paragraph 6.22 and any other claim of the CONTRACTOR for n change |n the Contract Time op the Contract Price which is approved by the CONSULTANT. 10.5 It is the CONTRACTOR'S responsibility to notify its Surety of any changes affecting the general Scope of the Work or change in the Contract Price or Contract Time and the amount of the applicable bonds shall be adjusted accordingly. The CONTRACTOR shall furnish proof of such an adjustment to the CITY before commencement of the Change Order Work. The Work shall be stopped 4nci1the CONTRACTOR provides such proof of adjustment in the Bond amount and any such delay shall be charged oo the CONTRACTOR. ARTICLE I I — CHANGE OF CONTRACT PRICE. (L| The Contract Price constitutes the total compensation payable to the CONTRACTOR for Performing the Work. All duties, responsibilities and obligations assigned to or undertaken by the CONTRACTOR shall be:t its expense without changing the Contract Price. 11.2 The CITY may, at any time, without written notice to the sureties, by written order designated or indicated to be u Change Drder, make any change in the VVoHx within the general scope of the Contract, including but not limited *o changes *rnrin: | |.l.| Specifications (including drawings and designs); | |2.2 Method or manner of performance of the Work. 11.2.3 CITY-furnished facilities, equipment, materials, services, or site; or [|.2.4 Acceleration in the performance uf the Work. ||.] Except as provided in this section, or sections referred to in this section, no order, statement, or conduct of the CITY shall be treated as a Change Order or entitle the CONTRACTOR to an equitable adjustment unless and until the change in the Work is specifically and expressly provided for in a written Change Order, or as otherwise provided in another section of the Contract Documents. 11.4 When a Change Order igissued by the CONSULTANT and signed by the CITY or issued by the CITY io writing, the CONTRACTOR shall perform the Work even if the CONTRACTOR does not agree with the dollar amount of the Change Order. If any Change Order causes an increase or decrease in the CONTRACTOR'S cost of, or the time required for, the performance of any part of the Work under this Contract, for which the CITY and the CONTRACTOR cannot reach timely agreement, an equitable adjustment based on the cost of the Work shall be made and the Contract modified accordingly. ||.S |f the CONTRACTOR intends to assert a claim for an equitable adjustment or contest the equitable adjustment made by the CONSULTANT, it shall, within ten (ION calendar rj--7s after receipt of a written Change Order, submit to the CITY and CONSULTANT a written notice including a statement setting forth the general nature and monetary extent of such claim for equitable adjustment, time extension requested and supporting data. In determining the cost ofthe Change Order, the costs shall be limited co those listed insection 11.7 and 11.8^ 11.6 No claim by the CONTRACTOR for an equitable adjustment hereunder shall be allowed if not submitted in accordance with this section or if asserted after Gnn| payment under this Contract. 11.7 The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one cf the following ways: 11.7.1 8y negotiated lump sum. 11.72 Dn the basis o6 the reasonable cost and savings that results from the change in the Work plus a mutually agreed upon fee tp the CONTRACTOR to cover overhead and profit not ovexceed 15%. If the CONTRACTOR disagrees with the CONSULTANTs determination of reasonable costs, the CONTRACT shall provide a list of all costs together with backup documentation 11.8 The term cost of the Work means the sum of all direct extra costs necessarily incurred and paid by the CONTRACTOR in the proper performance of the Change Order. Except us otherwise may 6eagreed to in writing by CITY, such costs shall be in amounts no higher than those prevailing in Miami-Dade County and shall include only the following items: 11.8.1 Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work described in the Change Order under schedules of job classifications agreed upon by CITY and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall 6e limited to: salaries and wages, plus the costs offringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' compensudon, health and retirement benefits, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Sunday or legal holidays shall 6e included in the above only if authorized by Thomas p.Pepe 29 CITY and provided it was not in any way, whether in whole or in part the result of the fault of the CONTRACTOR due to negligence of the CONTRACTOR or those acting by or through him or due in whole or in part to Defective Work of the CONTRACTOR. 11.8.2 Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage, and manufacturers' field services required in connection therewith. The CONTRACTOR shall notify the CITY of all cash discounts that are available and offer the CITY the opportunity to deposit funds with the CONTRACTOR for the payment for items that offer a discount. Cash discounts shall accrue to CONTRACTOR unless the CONTRACTOR fails to timely notify the CITY of the discounts or if the OWNER deposits funds with CONTRACTOR with which to make payments in which cases the cash discounts shall accrue to the OWNER. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.8.3 Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by CITY, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to him and shall deliver such bids to CITY who will then determine, with the advice of the CONSULTANT, which Bids will be accepted. No subcontract shall be a cost plus contract unless approved in writing by the CITY. If a Subcontract provides that the Subcontractor is to be paid on the basis of Cost of Work plus a fee, the cost of the Work shall be determined in accordance this section 11.8 and in such case the word "Subcontractor shall be substituted for the word "CONTRACTOR". 11.8.4 Rentals of all construction equipment and machinery, except hand tools, and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by CITY with the advice of CONSULTANT, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.8.5 Sales, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by any governmental authority. 11.8.6 Payments and fees for permits and licenses. Costs for permits and licenses must be shown as a separate item. 11.8.7 The cost of utilities, fuel. and sanitary facilities at the site. 11.8.8 Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.8.9 Cost of premiums for additional Bonds and insurance required solely because of changes in the Work, not to exceed two percent (21) of the increase in the Cost of the Work. 11.9 The term Cost of the Work shall NOT include any of the following; 11.9.1 Payroll costs and other compensation of CONTRACTOR'S officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in its principal or a branch office for general administration of the Work and not specifically included in the schedule referred to in Subparagraph 11.5. 11.9.2 Expenses of CONTRACTOR'S principal and branch offices other than its office at the site. 11.9.3 Any part of CONTRACTOR'S capital expenses, including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 11.9.4 Cost of premiums for all bonds and for all insurance policies whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except as otherwise provided in Subparagraph 1 1.8;9). 11.9.5 Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.9.6 Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraph 11.8. 1 1.10 The CONTRACTOR'S fee which shall be allowed to CONTRACTOR for its overhead and profit shall be determined as follows: I [.10.1 A mutually acceptable firm fixed price; or if none can be agreed upon. 1 1.10.2 A mutually acceptable fixed percentage (not to exceed 15 %). Thomas F. Pepe 12/1012015 66 |i.|( The amount of credit cobe allowed by CONTRACTOR cu OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in costs calculated in the same manner as provided in 11.8. When both additions and credits are involved in any one change, the net shall be computed to include overhead and profit, identified separately, for both additions and credit, provided however, the CONTRACTOR shall not be entitled to claim lost profits for any Work not performed. CONTRACT TIME. |I| Time is of the essence to this contract and the date of beginning and the time for completion of the Work are essential conditions of the Contract. Therefore, the Work shall be commenced on the date specified in the Notice to Proceed and completed within the time specified for completion of the work 122 The CONTRACTOR shall proceed with the Work at such rate of progress to ensure full completion within the Contract Time. It is expressly understood and agreed, by and between the CONTRACTOR and the OYYNB{, that the Contract Time for the completion of the Work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the Work. No extension of time shall be granted due conditions that the Contractor knew of or should have known of before bidding on the project or due to inclement weather, except as provided in section 12I |I] K the CONTRACTOR shall fail to complete the Work within the Contract Time, or extension of time granted by the CITY, then the CONTRACTOR shall pay nu the OWNER the amount of liquidated damages as specified in the Contract Documents for each calendar day after the scheduled date for completion as adjusted by written Change Orders that extended the completion date. 12L3.1 These amounts are not penalties but are liquidated damages incurred by the OWNER for its inability to obtain full use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount ufdamages that will ba sustained aau consequence of such delay, and both parties desiring to obviate any question or. dispute concerning the amount cf said damages and the cost and effect nf the failure of CONTRACTOR to complete the Contract ontime. The above-stated liquidated damages shall apply separately to each phase of the Project for which a time for completion is given. 12.32 CITY is authorized to deduct the liquidated damages from monies due to CONTRACTOR for the Work under this Contract. 124 The Contract Time may only be changed bya written Change Order. Any claim for an extension ivthe CONTRACT TIME shall be based on written notice delivered to the CITY and CONSULTANT within five (5) business days of the occurrence of the event giving rise to the claim and stating the general nature of the claim including supporting data. All claims for adjustment in the Contract Time shall be evaluated and recommended by the CONSULTANT, with final approval by the CITY'S representative. Any change in the Contract Time resulting from any such claim shall be incorporated in a written Change Order. 1I.5 All time limits stated in the Contract Documents are of the essence of the Contract. 126 No claim for delay shall be allowed because uf failure oofurnish Drawings before the expiration o[ fourteen (14) calendar days after demand has been made in writing to the CONSULTANT for such Drawings. Furthermore, there shall be no monetary compensation for such delay and the CONTRACTOR's sole remedy shall be an extension of time for the period of delay. 12.7 Extensions to the Contract Time for delays caused by the effects of inclement weather shall not be granted unless the weather was unusual for South Florida and could not have been anticipated, the abnormal weather is documented by records from the national weather service and the abnormal weather is documented to have had asu6standa| affected on the construction schedule. 12.8 No Damages for Delay: The CONTRACTOR agrees that he shall not have any claim for damages due to delay unless the delay exceeds 6 months, whether individually or cumulatively, and then the damages shall be limited to increased cost of materials that were unanticipated and that would not have been incurred but for the delay. Other than as set forth above, the only remedy for any delay shall be limited to an extension of time us provided for 1nSection |2'4 which shall be the sole and exclusive remedy for such resulting delay. Other than as set forth above, CONTRACTOR shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from OWNER for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to, costs nf acceleration or inefficiency, overhead or lost profits, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference orhindrance be reasonable or unreasonable, foreseeable or unforeseeable, pr avoidable or unavoidable. Thomas p.Pepe 67 119 The CONTRACTOR waives all claims that are not presented to the City in writing on or before the 21 st day following the date of the event upon which the claim isbased. 12.10 Dispute Resolution: K any dispute u question of fact arises under the Contract, other than termination for default or convenience, the CONTRACTOR and the city department responsible for the administration ofthe Contract shall make ^ good faith effort curesolve the dispute. If the 'dispute .cannot be resolved by agreement, then the department with the advice of the City Attorney and the CONSULTANT shall rule on the disputed issue and send a written copy of its decision to the CONTRACTOR. CONTRACTOR shall comply with such decision and shall not delay the project. ARTICLE 13 —GUARANTEE. 13] The CONTRACTOR shall guarantee and unconditionally warrant through either the or the CONTRACTOR direcdy, all materials and equipment furnished and Work performed for patent Defective Work for o period of one from the date of Final Acceptance as indicated in the CONSULTANT Letter of Recommendation of Acceptance, if issued, the Certificate of Occupancy, if issued, or the Certificate of Cornp|edon, if issued by the City, whichever is applicable and if more than one is applicx6|e, the one that is issued last, for patent Defective V\orh.. The same guarantee and unconditional warranty shall be extended for three (3) years from the date of Final Acceptance as indicated in the CONSULTANT Letter of Recommendation of Acceptance, if issued, the Certificate of Occupancy, if issued, or the Certificate of Completion, if issued by the City, whichever is applicable and if more than one is applicable, the one that is issued last, for latent Defective Work. The CITY will �give notice of observed defects with reasonable promptness. {n the event that the CONTRACTOR should fail to commence to correct such Defective Work within ten (10) calendar days after having received written notice of the defect, or should the CONTRACTOR commence the corrective work, but fail to prosecute the corrective work continuously and diligently and in accordance with the Contract Documents, applicable law, rules and regulations, the CITY may declare an event cfdefault, terminate the Contract in whole or in part and cause the Defective Work to be removed or corrected and to complete the Work at the [OWTRACTOR'o expense. and the CITY ohd| charge the CONTRACTOR the cost thereby incurred. The Performance Bond shall remain \n full force and effect through the guarantee period. 13.2 The specific warranty periods listed in the Contract Documents, if different from the period uf time listed in Section |].|. shall take precedence over Section 111. 1I3 CONTRACTOR shall act as agent, on4 limited basis for 'the CyAYNER,oc�he{]TY`aopdon. solely for � warranty Warranty/Guarantee and for the purpose of completing all forms for Warranty/Guarantee coverage under this Contract. 13/4 In case of default by the CONTRACTOR, the City of South Miami may procure the articles or services from other sources and hold the CONTRACTOR responsible for any excess costs occasioned mr incurred thereby. |lS The CITY may withhold acceptance of, or reject items which are found upon examination, not to meet the specification requirements. Upon written notification of rejection, items shall be removed within five (5) business days by the CONTRACTOR at his own expense and redelivered at his expense. Rejected goods left longer than thirty (30) calendar days shall beregarded as abandoned and the City shall have the right todispose of them as its own property and the CONTRACTOR thereby waives any claim cpthe good mroo compensation of any kind. Rejection for Non-Conforming Work ur failure to meet delivery schedules may result in the Contract being found indefault. Payments to Contractor 14.1 The Commonshal|notbeentitled to any money for work performed before the issuance of Notice to Proceed on the form described in the Contract Documents and the issuance by the City of a "Purchase order", or any other document, does not and shall not authorize the commencement of the Work. At least ten (|8) calendar days before each progress payment 6aUsdue(butnotmoreoftenthun once .the CONTRACTOR shall submit to the CONSULTANT a partial payment estimate filled out and signed by the CONTRACTOR covering the Work performed during the period covered by the partial payment estimate and supported by such data am the CONSULTANT may reasonably require. All progress payment applications after the first progress payment shall be accompanied by partial releases of lien executed by all persons, firms and corporations who have furnished labor, services or materials incorporated into the work during the period of time for which the previous progress payment was made, releasing such claims and lien rights, if any, o( those persons. Ifpayment is requested on the basis mf Thomas r.Pepe 68 materials and equipment not incorporated in the Work but delivered and suitably stored at or near site, the partial payment estimate shall also be accompanied bysuch supporting data, satisfactory to the CITY, which establishes the OWNER'S title to the material and equipment as well as certificates o/ insurance providing coverage for |00%of the value of said material and equipment covering the material and equipment from all casualties au well ms theft, vandalism, fire and flood. The CONTRACTOR `shall replace zt its expense any stored materials paid for which are either damaged or stolen before installation. The CONSULTANT will within ten (10) calendar days after receipt of each partial payment estimate, either certifying in writing its approval of payment and present the partial payment estimate to the OWNER, or return the partial payment estimate uathe CONTRACTOR, indicating in writing his reasons for refusing to approve payment. In the latter case, the CONTRACTOR may make the necessary corrections and resubmit the partial payment estimate. The OWNER, will within thirty (30 calendar days of presentation to it of any approved partial payment estimate, pay the CONTRACTOR a progress payment on the basis of the approved partial payment estimate. The OWNER shall retain ten (10%) percent of the amount of each payment until Final Completion and Acceptance of all Work covered by the Contract Documents. Any interest earned on the ret inagesha||aco"etoch=6ene0cufdhe0YYNER. 142 The CONTRACTOR, before itshall receive final payment shall deliver twthe CITY Contractor's Find Payment Affidavit as set forth in the Florida Construction Lien Statute as well as final releases of lien executed by all persons who have performed or furnished labor, services or materials, directly or indirectly, which was incorporated into the Work. |f any person refuses to provide such n release or provides a conditional release, the CITY shall have the right tm issue a)oint check made payable tothe CONTRACTOR and such person. Contractor's Warranty of Title 14.3 The CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by an Application for Payment whether the Work, material Project or not, shall have passed to the OWNER prior oo the making of the Application for Payment, free and clear of all liens, claims, security interest and encumbrances (hereafter in these General Conditions referred to as "Liens"); and that noWork, materials orequipment, covered by an Application for Payment, will have been acquired by the CONTRACTOR orby any other person performing the Work at the site or furnishing materials and equipment for the Project, under or pursuant uo an agreement under which an interest therein or encumbrance thereon is retained by the seller or otherwise imposed by the CONTRACTOR orsuch other person. _ ADDroval of Payment 14.4 The CONSUL]AJNTm approval of any payment requested in an Application for Payment shall constitute a representation by him to the CITY, based on the CONSULTANT's on site observations of the Work in progress as an experienced professional and on his review of the Application for Payment and supporting data, that the Work has progressed to the point indicated in the Application for Payment; that, to the best his knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents (subject toun evaluation of the Work asa functioning Project upon substantial completion ao defined inArticle |,uz the results cfany subsequent tests called for in the Contract Documents and any qualifications stated in his approval); and that the CONTRACTOR is entitled to payment of the amount approved. However, by approving, any such payment the CONSULTANT shall not thereby be deemed to have represented that he made exhaustive or continuous on-site observations to check the quality or the quantity of the Work, or that he has reviewed the means` methods, techniques, sequences and procedures of construction or that he had made any examination to ascertain how or for what purpose the CONTRACTOR has used the moneys id or to be paid to him on account nfthe Contract Price. or that title oo any Work, materials, orequipmenthumpassedcotbe{)WNERfreeanJ6emrofany|ienx` 14.5 The CONTRACTOR shall make the following certification on each request for payment: "I hereby certify that the labor and materials listed onthis request for payment have been used in the construction of this Work and that all materials included in this request for payment and not yet incorporated into the construction are now on the site or stored at an approved location, and payment received from the last request for payment has been used to make payments u, all his Subcontractors and suppliers, except for the amounts listed below beside the names of the persons 'who performed work or supplied materia|s^. In the event that the CONTRACTOR withholds payment from u Subcontractor orSupplier, the same amount of money shall 6e withheld from the payment until the issue 1s resolved by Thomas p Pepe � 69 written agreement between them and then a joint check shall be made payable to the person in question and the CONTRACTOR in accordance with the settlement agreement, otherwise the money shall be held by the OWNER until a judgment is entered in favor of the CONTRACTOR or the person, in which case the money shall be paid according with said jo encNpthing contained herein shall indicate an intent co benefit any third persons who are not signatories cm the Contract. 14.6 The CONSULTANT may refuse m approve the whole or any part of any payment if, in its opinion, |cis unable oo make such representations to the OWNER aa required this Section 14. |t may also refuse cu approve any payment, orit may void any prior payment application certification because of subsequently discovered evidence or the results of subsequent inspection or tests oo such extent ,o may 6enecessary in its opinion co protect the OWNER from loss because: 14.6.1 of Defective Work, or completed Work has been damaged requiring correction or replacement, 14`6'2 the Work for which payment is requested cannot beverified, 14.63 claims of Liens have been filed or received, or there is reasonable evidence indicating the probable filing or receipt thereof, |4'6,4 the Contract Price has been reduced because o(modifications, 14.8.5 the CITY has correct Defective Work or completed the Work in accordance with Article 13. 14.6.6 of unsatisfactory prosecution of the Work, including failure to clean up as required by paragraphs 829 and 6.30. 14.8.7 of persistent failure to cooperate with other contractors on the Project and persistent failure to carry out the Work in accordance with the Contract Documents, 146.8 cf liquidated damages payable by the CONTRACTOR, ur 14.69 nf any other violation of, nr failure vz comply with provisions of the Contract Documenco. 14.7 Prior to Final Acceptance the OWNER, with the approval of the CONSULTANT, may use any completed or substantially completed portions of the Work provided such use does not interfere with the [(]NTRACTOR'o completion of the Work. Such use shall not constitute an acceptance cf such 'portions of the Work. 14.8 The CITY shall have the right to enter the premises for the purpose of doing Work not covered by the Contract Documents. This provision shall not ha construed asrelieving the CONTRACTOR o{ the sole responsibility for the care and protection of the Work, or the restoration of any damaged Work except such as may becaused by agents or employees of the OWNER. 149 Upon completion and acceptance of the Work the CONSULTANT shall issue a 'Certificate attached tv the Final Application for Payment that the Work has been accepted by it d the conditions of the Contract Documents. The entire balance found cnbe due the CONTRACTOR, including the retained percentages, but except such sums ay may be lawfully retained 6ythe OWNER, shall be paid urthe CONTRACTOR within thirty (30) calendar days of completion and acceptance of the Work. 14.10 Upon The awarded CONTRACTOR will be strongly encouraged to regJster as an ePayables Vendor with the Owner. The Bank of America ePayables Solution is an automated card payment process that shifts accounts payable disbursements uu corporate purchasing 'cards, ePayabies. streamline the process of making payments to your organization going forward, the City will provide the CONTRACTOR with a credit card account number no keep on file. This card has unique security features, with $Vmfavailable funds until an invoice is approved for payment. After an invoice has received proper and complete approval, ao electronic remittance advice will besent via e-nai|.or fax, which notifies the CONTRACTOR that the funds have been transferred in to the account linked to the card for the amount listed on the invoice and/or remittance email. Please refer to the ePayables Questions & Answers Form contained in this KFP or contact the Ox/VNGR'a Finance department pt(3nS) a63~6343 with any questions. Acceptance of Final Payment as Release 14.11 The Acceptance by the CONTRACTOR ofFinal Payment shall be and shall operate asarelease to the OWNER and a waiver of all claims and all liability to the CONTRACTOR other than claims previously filed and unresolved. The waiver shall include all things done or furnished in connection with the Work and for every act and neglect of the OWNER and others relating tomrarising out nf this Work. Any however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Performance Bond and Payment Bonds. 14.12 The CONSULTANT may void any certification of Substantial Completion Final Completion ofthe Work as may te necessary in his opinion tnprotect the OWNER from loss i[he determines, because cf subsequently discovered evidence or the results of subsequent inspection or tests, that: Thomas F.Pepe ac 14.1I1 the Work is defective, or that the completed Work has been damaged due to the fault ofthe CONTRACTOR or any individual o, entity operating under orthrough it requiring correction or replacement to the extent that the project is no longer Substantially Completed, or in the case of Final Completion certification, is no longer Finally Competed. 14.1I.2 the Work necessary tobe completed furdhepurposeoJcartihing the work asbeing Substantially Completed or Finally Completed cannot beverified, 14.12.3 claims or Liens have been filed or received, or there is reasonable evidence indicating the probable filing 'or receipt thereof that, if valid and paid, would reduce the amount owing vo the CONTRACTOR BY 20% in the case of Substantial Completion and 5% in the case of Final Completion, 14-1I.4 there is Defective Work the value of which, if deducted from the contract price would reduce the amount owing to the CONTRACTOR 8Y2O%in the case of Substantial Completion and 5% in the case of Final Completion. 14.13 If the CONSULTANT de-certifies any portion of the Work that was certified ("Initial Certification") by the CONSULTANT, the CONTRACTOR shall repay uo the City cfSouth Miami any money paid asa result of said Initial Certification being issued which shall be paid only when the decertified work isre- certified. |S`| The CITY may, at any time and without cause, suspend the Work or any portion thereof for nperiod of not more than ninety 00calendar days by notice in writing omthe CONTRACTOR and the CONSULTANT, which shall fix the date on which Work shall be resumed. The CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension and if a claim is timely made and if it is allowed under the terms of Articles I I or Article 12. City May Terminate 152 R the CONTRACTOR is adjudged bankrupt or insolvent, orifhemakes a general assignment for the benefit of its creditors, orifo trustee or receiver is appointed for the CONTRACTOR or for any its property, or if he files a petition to take advantage of any debtor's act, or to reorganize under bankruptcy or similar laws, nrifh repeatedly fails oo supply sufficient skilled workmen or suitable materials or equipment, orifherep=ate6!y fails to make prompt payments to Subcontractors or for labor, materials mr equipment or he disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction, or if he disregards the authority of the CONSULTANT, or if he otherwise violates any provision of, the Contract Documents, then the CITY may, without prejudice oo any other right or remedy and after giving the CONTRACTOR and the Surety seven (7) calendar days written notice, terminate the services of the CONTRACTOR and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the CONTRACTOR, and finish the Work by whatever method it may deem expedient. In such case the CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs ofcompleting the Project, including compensation for additional professional services, such excess shall be paid to the CONTRACTOR. If such costs exceed such unpaid balance, the CONTRACTOR or the Surety on the Performance Bond shall pay the difference to the OWNER. Such costs incurred 6y the 'OWNER shall be determined bythe CONSULTANT and incorporated ina Change Order. If after termination of the CONTRACTOR under this Section, it|sdetermined by^court of competent jurisdiction for any reason that the CONTRACTOR was not io default, the rights and obligations of the OWNER and the CONTRACTOR shall be the same as if the termination had been issued pursuant to Section |S.5 15.3 Where the services have been su terminated by the CITY said termination shall not affect any rights of the OWNER against the CONTRACTOR then existing which may thereafter accrue. Any retention or payment of moneys 6y the OWNER due 'the CONTRACTOR shall not release the CONTRACTOR from liability. 15.4 Upon seven (7) calendar days written notice co the CONTRACTOR and the CONSULTANT, the CITY may, without cause and without prejudice to any other right or remedy, elect to terminate the Contract for the convenience of the OWNER. In such case, the CONTRACTOR shall be paid for all Work Thomas p.Pepe VA executed and accepted by the CITY as of the date of the termination, minus any deduction for damage or Defective Work. No payment shall bemade for profit for Work which has not been performed. |S.4A The CITY reserves the right in the event the CONTRACTOR cannot provide o"i»em(s)o,semice(s)ina timely manner as requested, to obtain the good and/or services from other sources and deducting the cost from the Contract Price without violating the intent of the Contract. Removal of Equipmen 15.5 In the case of termination of this Contract before completion for any cause whatever, the CONTRACTOR, if notified to do so by the CITY, shall promptly remove any part or all of its equipment and supplies from the property of the OWNER. Should the CONTRACTOR not remove such equipment and supplies, the CITY shall have the right to remove them at the expense of the CONTRACTOR and the CONTRACTOR agrees that the OWNER shall not be liable for loss or damage to such equipment qrsupplies. Equipment and supplies shall not be construed to include such items for which the CONTRACTOR has been paid in whole orinpart. Contractor MaX Stop Work or Terminate 15.6 If, through no act or fault of the CONTRACTOR, the Work is suspended for a period of more than ninety (90) calendar days by the CITY or by order of other public authority, or under an order of court or the CONSULTANT fails to act on any Application for Payment within thirty (30) calendar days after it is submitted, or the OWNER fails to pay the CONTRACTOR any sum approved by the CONSULTANT, within thirty 80calendar days of its approval, and presentation, then the CONTRACTOR may, upon twenty (20) calendar days written notice to the 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, the Contract shall not be considered terminated. In lieu of terminating the Contract, if the CONSULTANT has failed to act on an Application for Payment or the OWNER has failed to make any payment as afore said, the CONTRACTOR may upon ten (10) calendar days' notice to the CITY and the CONSULTANT stop the Work until it has been paid all amounts then due, Indemnification of IndeDendent Consultant. 15.7 The CONTRACTOR and the CITY hereby acknowledges that Kthe CONSULTANT is an independent contractor of the OWNER, the CONSULTANT may be reluctant to rule on any disputes concerning the .' Contract Documents or on the performance of the CONTRACTOR or the OWNER pursuant to the terms of the Contract Documents. Therefore, the OWNER, st the [ONSULTANT'o request, agrees oo provide the CONSULTANT with a written indemnification and hold harmless agreement to indemnify and hold the CONSULTANT harmless as to any decision in this regard before the CONSULTANT makes an interpretation, cle-certifies a payment application, clecertifies Substantial Completion, clecertifies Final Completion, certifies an event of default, or approves any action which requires the approval of the CONSULTANT. |'L| Whenever any provision of the Contract Documents requires the giving oY written notice it shall be deemed uo have been validly given if delivered i^ person co the individual nrcoa member nf the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last known business address. 182 The Contract �Documents shall remain the property uf the OWNER. The CONTRACTOR and the CONSULTANT shall have the right to keep one record set of the Contract Documents upon completion uf the Project. 16,3 The duties and obligations imposed by these General Conditions, Special Conditions and Supplementary Conditions, if any, and the rights and remedies available hereunder, and, in particular but without limitation, the warranties, guarantees and obligations imposed u nCONTRACTDKbycheContract Documents and the rights and remedies available uo the OWNER and CONSULTANT thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available by law, by special guarantee or by other provisions of the Contract Documents. 16.4 Should the OWNER or the CONTRACTOR suffer injury or damage to its person or property because of any error, omission, pr act uf the other orof any of their employees or agents ur others for whose acts they are legally liable, claim shall be made in writing to the other party within twenty-one (2 1) calendar days 'of the first observance mf such injury 'or dmmags Thomas pPepe it] 17.1 OWNER and CONTRACTOR knowingly, irrevocably voluntarily and intentionally waive any right either may have coa trial by jury in State orFederal Court proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the Contract Documents or the performance nf the Work thereunder. ARTICLE 18 - ATTORNEYS FEES 1URISDICTION / VENUE / GOVERNING LAW. 18.1 The Contract shall be construed in accordance with and governed by the law of the State of Florida. KB The submit the jurisdiction of any court of competent jurisdiction inFlorida regarding any claim or action arising out ofor relating co the Contract or Contract Documents. Venue of any action um enforce the Contract shall beiu Miami-Dade County, Florida. 18\3 Except as may be otherwise Provided in the Contract Documents, all claims, counterclaims, disputes and other matters in question between the OWNER and the CONTRACTOR arising out of or relating to this Contract vr the breach thereof, shall be decided in a court uf competent jurisdiction within the State of Florida. 19] The CITY shall have right to inspect and copy during regular business hours mt OWNER'S expense, the books and records and accounts of CONTRACTOR which relate in any way to the Project, and to any claim for additional compensation made by CONTRACTOR, and to conduct an audit of the financial and accounting records of CONTRACTOR which relate to the Project. CONTRACTOR shall retain and make available to CITY all such books and records and accounts, financial or otherwise, which relate to the Project and co any claim for a period of three (3) years following final completion ufthe Project. During the Project and the three (3) year period following final completion of the Project, CONTRACTOR shall provide CITY access toits books and records upon five (5) business day's written notice. 19.2 CONTRACTOR and all cf its subcontractors are required oo comply with the public records law (s.||9.070|) while providing services mn behalf cf the OWNER and the CONTRACTOR, under such conditions, shall incorporate this paragraph 1n all of its subcontracts for this Project. CONTRACTOR and its subcontractors are specifically required to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform-the service; (b) Provide the public with access to public records nn the same terms and conditions that the public agency would provide the records and ota cost 'that does not exceed the cost provided |n this chapter ormsotherwise provided by law, (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession p7 the contractor upon termination o[ the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided tu the public agency ina format that \s compatible with the information technology systems mf the public agency. 19.3 If CONTRACCTOR or its subcontractor does not comply with a public records request, the CITY shall have the right to enforce this contract provision by specific performance and the person who violates this provision shall be liable oo OWNER for its costs ofenforcing this provision, including attorney fees incurred in all proceedings, whether administrative n, civil court and 1n all appellate proceedings. ARTICLE 20 — SEVERABILITY. 20.1 U any provision of the Contract or the application thereof to any person or situation shall m any extent, be held invalid nr unenforceable, the remainder cf the Contract, and the application mf such provisions oo persons or situations other than those amzo` which izshall have been held invalid or unenforceable shall not be affected thereby, and shall continue ln full force and effect, and be enforced oo the fullest extent permitted 6ylaw. 2L| The CONTRACTOR ismmindependent CONTRACTOR under the Contract. Services provided bythe CONTRACTOR shall be by employees of the CONTRACTOR and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the OWNER. Personnel policies, tax Thomas pPepe 73 responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures, applicable m services rendered under the Contract shall be those of the CONTRACTOR. ARTICLE 22 —ASSIGNMENT. ll| The CONTRACTOR shall not transfer or assign any of its rights or duties, obligations and responsibilities arising under the terms, conditions and provisions ofthis Contract without prior written consent ofthe City Manager. The CITY will not unreasonably withhold and/or delay its consent to the assignment of the [ONTRA[TOR'a rights. The CITY may, n its sole and absolute discretion, refuse cu allow the CONTRACTOR to assign its duties, obligations and responsibilities. In any event, the CITY shall not consent uosuch assignment unless CONTRACTOR remains jointly and severally liable for any breach of the Agreement by the assignee, the assignee meets all of the OTY'` requirements to the OTY'ssole satisfaction and the assignee execvesaUo/theConcraccDocuments that were required tobeexecuted by the CONTRACTOR IN WITNESS WHEREOF, the parties hereto have executed the General Conditions to acknowledge their inclusion as part of the Contract Documents on this day of 20 1 ATTESTED: CONTRACTOR: Signatons___ Print Signatory's Name: __ Title of Signatory:___ Signature: Maria Menendez Steven Alexander City Clerk City Manager Read and Approved asto Form, Language, Legality, and Execution Thereof. City Attorney Thomas F. Pepe MI Supplementary Conditions A. Consultant: In accordance with ARTICLE I of the General Conditions CONSULTANT is defined as the person identified as the CONSULTANT in the Supplementary Conditions or if none, then CITY's designated representative aside^dGe6|ntheSvpp|emencmYCondiduna` The C{}NSULTANT`s.ifany, and the City's Designated Representative's name, address, telephone number and facsimile number are as 6rUuws Consultant: N/A B. Termination or Substitution ofConsultant: Nothing herein shall prevent the CITY from terminating the services of the CONSULTANT or from substituting another "person" to act as the CONSULTANT. C. Plans for Construction: The successful CONTRACTOR will be furnished sets of Contract Documents without charge. Any additional copies required will be furnished to the CONTRACTOR utx cost no the CONTRACTOR equal uu the reproduction cost. D. The Scope of Services, also referred to as the Work in the contract documents, is as set forth in the RFP and in the attached EXHIBIT | to the 0FP and iTthere is conflict the attached Exhibit shall take precedence' E Contractor shall comply with the insurance and indemnification requirements is set forth in the RFP and in the document set forth io the attached EXHIBIT 2 to the RFP and if there is u conflict the attached Exhibit shall take precedence, F. The Work shall be completed in 90 calendar days unless a shorter time is set forth in the Contract and in such event the Contract shall take precedent notwithstanding any provision in the General Conditions oo the Contract that may boro the contrary. IN WITNESS WHEREOF, the parties hereto have executed the Supplementary Conditions oo acknowledge their inclusion as part nf the Contract po this _ day cf 20 __, Signature: CONTRACTOR: Signature:___ Print Signatory's Name: __ Title of Signatory: Signature: Maria Menendez Steven Alexander City Clerk City Manager Read and Approved as to Form, Language, Legality, and Execution Thereof: Signature: City Attorney Thomas F. Pep VA