Loading...
Res No 062-20-15502RESOLUTION NO.: 062-20-15502 A Resolution authorizing the City Manager to negotiate and enter into a contract with Perrin International Services, Inc., for the construction of a roundabout at the intersection of SW 69th Street and SW 63rd Avenue and the narrowing of the roadway width at the intersection of SW 69th Street and SW 63rd Court. WHEREAS, the City Mayor and Commission wish to provide traffic calming to the Cocoplum area, specifically provide a roundabout at the intersection of SW 69th Street and SW 63rd Avenue and to narrow the roadway width at the intersection of SW 69th Street and SW 63rd Court; and WHEREAS, the City Commission budgeted for this project in the Capital Improvement Program 5-Year Plan; and WHEREAS, the City issued a work order to a professional engineering firm selected during the CCNA process to design and developed construction drawings; and WHEREAS, the design and construction documents were developed and approved by City Staff and Miami - Dade County Department of Transportation and Public Works; and WHEREAS, the construction documents were advertised on February 27, 2020 and on March 31, 2020, the City received a total of nine (9) proposals in response to a solicitation; and WHEREAS, pursuant to a competitive selection process, it was determined that Perrin International Services, Inc., submitted a proposal in the amount of $156,868.50 that was the most cost effective; and WHEREAS, the City desires to provide a contingency of $2,000 over the proposal amount to address for unknown factors that may arise during the work; and WHEREAS, the Mayor and City Commission desire to authorize the City Manager to negotiate and enter into a contract with Perrin International Services, Inc., for the construction of a roundabout at the intersection of SW 69th Street and SW 63rd Avenue and the narrowing of the roadway width at the intersection of SW 69th Street and SW 63rd Court for a total amount not to exceed $158,868.50 which includes a $2,000 contingency. WHEREAS, the expense for this project shall be charged $8,868.50 to the to the Capital Improvement Program Fund account number 301-1790-519-6450, which has a balance of $383,177.08 prior to this request and $150,000.00 to the People Transportation Tax Fund account number 124-1730-541-6490, which has a balance of $852,333.17 prior to this request. NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. The foregoing recitals are hereby ratified and confirmed as being true and they are incorporated into this resolution by reference as if set forth in full herein. Section 2. The City Manager is authorized to negotiate the price, terms and conditions and to execute a contract with Perrin International Services, Inc., for the construction of a roundabout at the intersection of SW 69th Street and SW 63rd Avenue and the narrowing of the roadway width at the intersection of SW 69th Street and SW 63rd Court for a total amount not to exceed $156,868.50. The City Manager is authorized to expend up to $2,000 to address any condition that the contractor, using reasonable diligence, could not have foreseen when formulating Page 1 of 2 Resolution No. 062-20-15502 its bid. A copy of the approved form of contract is attached to the solicitation. The expenditure shall be charged $8,868.50 to the to the Capital Improvement Program Fund account number 301-1790-519-6450, which has a balance of $383,177.08 prior to this request and $150,000.00 to the People Transportation Tax Fund account number 124-1730-541-6490, which has a balance of $852,333.17 prior to this request. Section 3. Corrections. Conforming language or technical scrivener -type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 4: Severability. If any section, clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution. Section 5: Effective Date: This resolution shall become effective immediately upon adoption. PASSED AND ADOPTED this 16"' day of June, 2020. ATTEST: APPROVED: TA CITY dERK MAYOR READ AND APPROVED AS TO FORM, LANGUAGE, LEGALITY AND EXECUTION THEREOF �W, CITY ATTORNEY COMMISSION VOTE: 5-0 Mayor Philips: Yea Vice Mayor Welsh: Yea Commissioner Harris: Yea Commissioner Liebman: Yea Commissioner Gil: Yea Page 2 of 2 Agenda Item No:5. City Commission Agenda Item Report Meeting Date: June 16, 2020 Submitted by: Aurelio Carmenates Submitting Department: Public Works & Engineering Rem Type: Resolution Agenda Section: Subject: A Resolution authorizing the City Manager to negotiate and enter into a contract with Perrin International Services, Inc., for the construction of a roundabout at the intersection of SW 69th Street and SW 63rd Avenue and the narrowing of the roadway width at the intersection of SW 69th Street and SW 63rd Court. 3/5 (City Manager -Public Works & Engineering) Suggested Action: Attachments: Memo_for_Const_Award_for_Road_Reduct_Circle (3).docx Reso Const Road Reductand CircleCArev.docx FINAL RFP ROAD DIETAND ROUNDABOUT PROJECT 2.27.20-1CArev.pdf PERRIN RFP-PW2020-06 Perrin.pdf RFP PW2020-06 Bid Opening Report.pdf South Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER -OFFICE MEMORANDUM To: The Honorable Mayor & Members of the City Commission FROM: Shari Karnali, City Manager DATE: June 16, 2020 SUBJECT: A Resolution authorizing the City Manager to negotiate and enter into a contract with Perrin International Services, Inc., for the construction of a roundabout at the intersection of SW 691 Street and SW 63rd Avenue and the narrowing of the roadway width at the intersection of SW 69th Street and SW 63Id Court. BACKGROUND: The City desires to provide a roundabout at the intersection of SW 69th Street and SW 63rd Avenue and to narrow the roadway width at the intersection of SW 69th Street and SW 63rd Court. This project will provide traffic calming and assist with speeding vehicles and cut through traffic in Cocoplum neighborhood. The City issued a work order to a professional engineering firm selected during the CCNA process to design and developed construction drawings. The design and construction documents were approved by City Staff and Miami -Dade County Department of Transportation and Public Works. The construction documents were advertised on February 27, 2020. The City received on March 31, 2020, a total of nine (9) proposals in response to a solicitation. Pursuant to review, it was determined that Perrin International Services, Inc., is the most responsive and responsible bidder forthis proposal. Below are the top three proposals received: Contractor Bid Price Perrin International Services Inc. $156,868.50 ATC Engineering Inc. $183,318.75 Florida Engineering & Development Corp. $197,384.72 A contingency amount of $2,000 will be included over the proposal amount of $156,868.50 to address for unknown factors that may arise during the work. AMOUNT: Amount not to exceed $158,868.50 which includes $2,000 for contingency FUND & AccouNT: The expenditure shall be charged $8,868.50 to the to the Capital Improvement Program Fund account number 301-1790-519-6450, which has a balance of $383,177.08 prior to this request and $150,000.00 to the People Transportation Tax Fund account number 124-1730-541-6490, which has a balance of $852,333.17 prior to this request. ATTACHMENTS: Resolution RFP PW2020-06 Construction Documents with Exhibits Perrin International Services Inc., Proposal South Miami Fill( ITN OF MASA%t I IA9%G CITY OF SOUTH MIAMI SW 69TH STREET & SW 63ao COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 SUBMITTAL DUE DATE: March 31, 2020 at 10 AM Solicitation Cover Letter The City of South Miami, Florida (hereinafter referred to as "CSM") through its chief executive 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 Bid) to "City" shall be a reference to the City Manager, or the manager's designee, for the City of South Miami unless otherwise specifically defined or unless the context in which the word is used requires it to mean the City of South Miami. The City is hereby requesting sealed proposals in response to this RFP #PR2020-06 "SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT." 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 I, Attachments A, B, & C) and Respondents Cost and Technical Proposal, or the plans and/or specifications, if any, 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 4:00 p.m. or by accessing the following webpage: http:f/www.southmiami0.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 of one (1) original unbound proposal, three (3) additional copies; three-ring binders are not permitted, and one (1) 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, 6130 Sunset Drive, South Miami, Florida 33143. The entire Proposal Package shall be enclosed in a sealed envelope or container and shall have the following Envelope Information clearly printed or written on the exterior of the envelope or container in which the sealed proposal is delivered: SW 69TH STREET & SW 638o COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT," RFP #PR2020-06 the name of the Respondent person or entity responding to the Solicitation. Special envelopes such as those provided by UPS or Federal Express will not be opened 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 delivery, no later than 10:00 A.M. local time (the "Closing Date") on March 31, 2020. A public opening will take place at 10:00 am. on the same date in the City Commission Chambers located at City Hall, 6130 Sunset Drive, South Miami 33143. Any Proposal received after 10:00 a.m. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the person submitting the proposal and in favor of the Clerk's receipt stamp. Hand delivery must be made Monday through Friday from 9 A.M. to S P.M., unless a different time is provided above for the Closing Date, to the office of City Clerk. A Non -Mandatory Pre -Proposal Meeting will be conducted at City Hall in the Commission Chambers located at 6130 Sunset Drive, South Miami, FL 33143 on March 18, 2020 at 2:00 PM 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 in this Solicitation Package. I of 89 The City reserves the right to award the Project to the person with the lowest, most responsive, responsible Proposal, as determined by the City, subject to the right of the City, or the City Commission, to reject any and all proposals, and the right of the City to waive any irregularity in the Proposals or Solicitation procedure and subject also to the right of the City to award the Project, and execute a contract with 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. Nkenga Payne, CMC City Clerk City of South Miami 0 2of89 SCOPE OF SERVICES and SCHEDULE OF VALUES SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69T" STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 The Scope of Services and the Schedule of Values, if any, are set forth in the attached EXHIBIT I, ATTCHMENTS A, B & C. END OF SECTION 7 3 of 89 SCHEDULE OF EVENTS SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69T" STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 No Event Date* Time* (EST) I Advertisement/ Distribution of Solicitation & Cone of Silence begins 2/27/2020 2:00 PM 2 Non-Mandato Pre-RFP Meeting 3/ 18/2020 2:00 PM 3 Deadline to Submit Questions 3/24/2020 10:00 AM 4 Deadline to City Responses to Questions 3/27/2020 10:00 AM 5 Deadline to Submit RFP Response 3/31/2020 10:00 AM 6 Projected Announcement of selected Contractor/Cone of Silence ends 4/7/2020 7:00 PM END OF SECTION 4 of 89 INSTRUCTIONS for RESPONDENT SW 69TH STREET & SW 63ao COURT INTERSECTION IMPROVEMENT & SW 69" STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 IT IS THE RESPONSIBILITY OF THE RESPONDENT TO THE SOLICITATION TO ENSURE THAT THE RESPONSE TO THE SOLICITATION (HEREINAFTER ALSO REFERRED TO AS THE "PROPOSAL" THROUGHOUT THE CONTRACT DOCUMENTS) REACHES THE CITY CLERK ON OR BEFORE THE CLOSING HOUR AND DATE STATED ON THE SOLICITATION FORM. I. 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 to be in the best interests of the City. 2. 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 City of South Miami. The City reserves the right, before recommending any award, 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 shall clearly indicate, as applicable, all areas in which the services proposed do not fully comply with the requirements of this Solicitation. The decision as to whether an item fully complies with the stated requirements rests solely with the City of South Miami. 4. Designated Contact The awarded firm 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 of Conditions. The proposing firm, by virtue of submitting a response, agrees that City's 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 at 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 to Solicitation b) Attachments/Exhibits to the Solicitation c) Solicitation d) Attachment/Exhibits to Supplementary Conditions e) Supplementary Conditions to Contract, if any f) Attachment/Exhibits to Contract g) Contract h) General Conditions to Contract, if any i) Respondent's Proposal 6. Response Withdrawal. After Proposals are opened, corrections or modifications to Proposals are not permitted, but the City may allow 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: a) The proposing firm acted in good faith in submitting the response; b) The error was not the result of gross negligence or willful inattention on the part of the firm; c) 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 City to support the explanation and to show that the error was not the result of gross negligence or willful inattention nor made in bad faith. 7. 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. If there is a conflict between the Cover Letter and these instructions, or any other provision of this Solicitation, the Cover Letter shall govern and take precedence over the conflicting provision(s) in the Solicitation. S. Any questions concerning the Solicitation or any required need for clarification must be made in writing, by 10 9 AM, March 24, 2020 to the attention of Steven P. Kulick, Chief Procurement Officer at skulick(&,southmiamifl.gov or via facsimile at (305) 669-2636. 9. The issuance of a written addendum is the only o c# l method whereby interpretation and/or clarification of information can be given. Interpretations or clarifi go s, considered necessary by the City in response to such questions, shall be issued by a written addendum to the Solicitation Package (also known as "Solicitation Specifications" or "Solicitation") by U.S. mail, e-mail or other delivery method convenient to the City and the City will notify all prospective firms via the City's website. It is the responsibility of the Respondent to keep apprised of the publishing of addenda on the City's website. 10. Verbal interpretations or clarifications shall be without legal effect No plea by a Respondent of ignorance or the need for additional information shall exempt a Respondent from submitting the Proposal on the required date and time as set forth in the public notice. 11. Cone of Silence: You are hereby advised that this Request for Proposals is subject to the "Cone of Silence," in accordance with Section 8A-7, of the City's Code of Ordinance. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on verbal communication with the City's professional staff, including the City Manager and his staff and members of the City Commission. The Cone of Silence ordinance, Section 8A-7, has been duplicated at the end of these instructions. 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. 13. Lobbying. "Lobbyist" means all persons (including officers and managers of a legal entity), firms, or legal entities such as a corporation, partnership or limited liability company, employed or retained by a principal (including an officer of the principal or an employee of the principal whose duties include marketing, or soliciting business, for the principal) who seeks to encourage the passage, defeat, or modifications of (1) ordinance, resolution, action or decision of the City Commission; (2) any action, decision, recommendation of the City Manager or any City board or committee; or (3) any action, decision or recommendation of City personnel during the time period of the entire decision -making process on such action, decision or recommendation which foreseeably will be heard or reviewed by the City Commission, or a City board or committee. 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 or any employee 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 of obtaining additional or clarifying information or as otherwise provided for in the City's Cone of Silence. Any presentation before a selection committee is considered to be lobbying; however, the presentation team may avoid formal registration by complying with section 8A-5 (c) (9), of the City's Code of Ordinances. A presentation team affidavit is provided with this solicitation that may be used to comply with presentations, if applicable. Anyone who submits a proposal, whether solicited or unsolicited, on behalf of his or her principal or his or her employer is considered to be a lobbyist and must register. An officer or manager of a legal entity who is submitting a proposal, whether solicited or unsolicited, is considered to be a lobbyist See section 8A-5 of the City's Code of Ordinances for further information and contact the City Clerk to register as a lobbyist 14. Reservation of Right. The City anticipates awarding one contract for services as a result of this Solicitation and the successful firm will be requested to enter into negotiations to produce a contract for the Project The City, however, reserves the right, in its sole discretion, to do any of the following. a) to reject any and all submitted Responses and to further define or limit the scope of the award. b) to waive minor irregularities in the responses or in the procedure required by the Solicitation documents. c) to request additional information from firms as deemed necessary. d) to make an award without discussion or after limited negotiations. It is, therefore, important that all the parts of the Request for Proposal be completed in all respects. e) to negotiate modifications to the Proposal that it deems acceptable. f) to terminate negotiations in the event the City deems progress towards a contract to be insufficient and to proceed to 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 to such modifications and to be bound by such modified documents. 10 h) to cancel, in whole or part, any invitation for Proposals when it is in the best interest of the City. i) to award the Project to the person with the lowest, most responsive, responsible Proposal, as determined by the City. 6 of 89 j) to award the Project, and execute a contract with a Respondent or Respondents, other than to one who provided the lowest Proposal Price. k) if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a separate Respondent 15. Contingent Fees Prohibited. The proposing firm, by submitting a proposal, warrants 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. 16. Public Entity Crimes. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 17. Respondents shall use the Proposal Form(s) furnished by the City. All erasures and corrections must have the initials of the Respondent's 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 "NA'. The proposal shall be delivered on or 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 to the City, as part of its Proposal, the following documents: a) The Invitation for Proposal and Instructions to Respondents. b) A copy of all issued addenda. c) The completed Proposal Form fully executed. d) Proposal/Bid Bond, (Bond or cashiers check), if required, attached to the Proposal Form. e) Certificates of Competency as well as all applicable State, County and City Licenses held by Respondent f) Certificate of Insurance and/or Letter of Insurability. 18. Goods: If goods are to be provided pursuant to this Solicitation the following applies: a) Brand Names: If a brand name, make, manufacturers trade name, or vendor catalog number is mentioned in this Solicitation, whether or not followed by the words "approved equal", 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 identification, samples and/or specifications for such item(s). The City shall be the sole judge concerning the merits of items proposed as equals. b) Pricing: Prices should be stated in units of quantity specified in the Proposal Form. In case of a discrepancy, the City reserves the right to make the final determination at the lowest net cost to the City. 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 price(s), the unit price(s) shall prevail and the extended price(s) shall be adjusted to coincide. Respondents are responsible for checking their calculations. Failure to do so shall be at the Respondent's risk, and errors shall not release the Respondent from his/her or its responsibility as 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 by it within ten (10) calendar days of the Proposal opening unless schedule indicates a different time. If samples are requested subsequent to the Proposal opening, they shall be delivered within ten (10) calendar days of the request. The City shall not be responsible for the return of samples. e) Respondent warrants by signature on the Proposal Form that prices quoted therein are in conformity with the latest Federal Price Guidelines. f) 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 of the successful Respondent to notify the City at once, indicating in its letter the specific regulation which required an alteration. The City of South Miami reserves the right to accept any such alteration, including any price adjustments occasioned 11 thereby, 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. g) Respondent warrants that the prices, terms and conditions quoted in the Proposal shall be firm for a period of one hundred eighty (180) calenaa9fHys from the date of the Proposal opening unless otherwise stated in the Proposal Form. Incomplete, unresponsive, irresponsible, vague, or ambiguous 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 City conform in all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) and its amendments. Proposals must be accompanied by a 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 of obtaining all necessary licenses, permits, and inspections required by this Solicitation and as required by law. 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 person acting 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 Code, 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, if required for this Project 20. Respondent shall comply with the City's insurance requirements as set forth in the attached EXHIBIT 2, prior to issuance of any Contract(s) or Award(s) If a recommendation for award of the contract, or an award of the contract is made before compliance with this provision, the failure to fully and satisfactorily comply with the City's bonding, if required 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 to sue the City by virtue of such rescission. 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, the 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. 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 26. 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 12 contract 27. 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 persoMfc%ck shall not be deemed a valid Proposal Security. 28. 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 that the Respondent provides employee bonding, naming the City of South Miami as the obligee on the bond. The bonds shall be with a surety company authorized to do business in the State of Florida. 28.1. 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. 28.2. 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. 28.3. Each Payment bond shall guarantee the full payment of all suppliers, material man, laborers, or subcontractor employed pursuant to this Project. 28.4. 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. 28.5. Pursuant to the requirements of Section 255.05, Florida Statutes, Respondent shall ensure that the Bond(s) referenced above shall be recorded in the public records of Miami -Dade County and provide CITY with evidence of such recording. 28.6. 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. 29. Proposal Guarantee: Notwithstanding the fact that the Respondent, in submitting a proposal, agrees to the terms contained in the form of contract that is part of this Solicitation package, the successful Respondent, within ten (10) calendar days of Notice of 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 insurance 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 shall, at the City's option, forfeit the Proposal/Bid Bond/Security that accompanied the Proposal, and the Proposal/Bid Bond/Security shall be retained as liquidated damages by the City. It is agreed that if the City accepts payment from the Proposal/Bid Bond, that this sum is a 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 fails to perform in accordance with the Contract Documents. Proposal/Bid Bond/Security deposited in the form of a cashier's check drawn on a local bank in good standing shall be subject to the same requirements as a Proposal/Bid Bond. 30. 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 a Proposal from a Respondent who did not attend the mandatory pre -proposal conference. No pleas of ignorance by the Respondent of conditions that exist, or that may hereinafter exist, as a Solicitation result of failure to make the necessary examinations or investigations, or failure to complete 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 before the proposal is submitted, the contract price shall include the Work necessitated by those conditions. If the survey is provided subsequent to the submission of the proposal, the Respondent shall have five calendar days to notify the City of any additional costs required by such conditions and the City shall have the right to reject the proposal and award the contract to the second most responsive, responsible bidder with the lowest price or to reject all bids. 31. Time of Completion: 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 of time 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 of time to complete the Work. 32. Submittal Requirements: All Proposals shall comply with the requirements set forth herein and shall include a fully completed Respondents Bid Form found on EXHIBIT 3 and a Respondent's Cost and Technical, if any Proposal, which is a part of this Solicitation Package. 13 33. Cancellation of Bid Solicitation: The City reserves the right to cancel, in whole or part, any request for proposal when it is in the best interest of the City. 9 of 89 34. 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. 35. All respondents, at the time of bid opening, must have fulfilled all prior obligations and commitments to the City in order to have their bid considered, including all financial obligations. Prior to the acceptance of any bid proposal or quotation, the City's Finance Department shall certify that there are no outstanding fines, monies, fees, taxes, liens or other charges owed to the City by the Respondent, any of the Respondent's principal, partners, members or stockholders (collectively referred to as "Respondent Debtors"). A bid, 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 is cured to the satisfaction of the City Manager. 36. Bid Protest Procedure. See attached EXHIBIT 9. 37. Evaluation Criteria: If this project is to be evaluated by an Evaluation Committee, the evaluation criteria is attached as NIA. 38. Availability of Contract - Any Governmental or quasi -governmental entity, in this or in any other state, or any federal governmental agency, may avail itself of this solicitation and the contract that is awarded pursuant to this solicitation and purchase any and all goods/services specified herein from the successful bidder(s)/proposer(s) at the contract price(s) established herein, when any federal, state, and/or local laws, rules, and regulations allows the piggybacking off said contract and provided that the successful bidder(s)/proposer(s) is/are in agreement. Each Governmental or quasi -governmental entity which uses this formal solicitation and resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidders)/proposer(s). 39. Non -Appropriation of Funds. In the event that no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under any contract awarded pursuant to this solicitation, then the City, upon written notice to Successful Bidder or their assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense. No guarantee, warranty or representation is made that any particular project(s) will be awarded to any Respondent(s). 40. Most Favored Public Entity. Respondent represents that the prices charged to City in the proposal do not exceed existing prices to other customers for the same or substantially similar items or services for comparable quantities under similar terms, conditions, wages, benefits, insurance coverage and any other material cost factors. If respondent's prices decline, or should respondent, at any time during the term of a contract entered into with City, provide the same goods or services with the same comparable quantities under similar terms, conditions, wages, benefits, insurance coverage and any other material cost factors, Respondent shall immediately extend the same prices to City. 41. Confidential and Proprietary Information. Respondents may assert that some trade secrets, financial records, and proprietary or other confidential information in their unsolicited proposal are confidential information that they claim to be exempt from disclosure under applicable Florida public records laws. Such information may be included in the unsolicited proposal, but submitted in a separate, sealed binder, designated on the cover as CONFIDENTIAL MATERIALS. A Respondent submitting materials claimed to be confidential shall include a cover letter listing all material designated as confidential and clearly mark each page of any material believed to be a trade secret or other confidential information/document in all capital letters and bold font as CONFIDENTIAL MATERIALS. If a document is not totally confidential but contains non -confidential and confidential information, the Respondent shall provide a redacted copy of the document and an unredacted copy. In addition, the Respondent shall. prepare a list of all the documents claimed to be confidential or containing confidential information and on the next line under the description of each document the Respondent shall cite the statutory provision that provides the basis for the Respondent's claim that the document or a portion of the document is confidential and below the citation the Respondent shall copy and paste the applicable statutory provision (this listing requirement shall hereinafter be referred to as "properly list" or "properly listed" confidential document). The failure to properly list a confidential document or the failure to redact a confidential document that is only partially confidential shall result in the waiver of any claim that the document is confidential or that the unredacted document contains confidential information. If any person or entity requests that the City produce or disclose any of said purported confidential information or documents, the City will advise the Respondent and afford the Respondent an opportunity to protect its assertion that said confidential information is exempt from production. If Respondent fails to timely authorize the production of the information or document and/or fails to timely seek a protective order, and/or is unsuccessful in obtaining a protective order, the City will produce the requested information or document. The City shall not actively contest any request to disclose such alleged confidential information or document and the City cannot guarantee 14 that the alleged confidential document or information may not be disclosed should it ultimately be determined not to be confidential under applicable Florida public records laws. The Respondent shall indemnify the City for any damages and costs the City may incur due to the Respondent's claim that its document or information is confidential. The City can only agree to advise d AckgYpondent of such request and give the Respondent an opportunity, at Respondent's sole and exclusive cost, to defend the request for disclosure of the confidential information or document in a Court of competent jurisdiction or other applicable forum. 42. Definitions. The following definitions shall govern the interpretation of this RFP: "Certify", including all of its tenses, such as "certifies", "certifying" and "certified", shall mean the act of swearing or affirming under penalty of perjury that the facts that are being "certified" are true and correct and it shall be accomplished either by swearing (or affirming) to the truth of the statement before a notary public, or by a declaration, under penalty of perjury, as to the truth of the statement pursuant to Florida Statutes, Section 92.525. 43. Tie Bids. In the event of tie bids, Respondents shall be directed to submit sealed Best and Final Offers and deliver to the Office of the City Clerk located at South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. The "Best. and Final Offers" shall be enclosed in a sealed envelope or container and shall have the following Information clearly printed or written on the exterior of the envelope or container in which the sealed proposal is delivered: "Best and Final Offers". On the second line of the envelope insert the Project Name and Solicitation Number. On the third line of the envelope insert the name of the person or entity who is going to be legally bound to perform the contractual obligations if awarded the contract. 44. Tie Selection. In the event of a tie by an Evaluation Selection Committee after they have scored each submittal, the meeting facilitator of the Selection Committee meeting, usually the City's Procurement Manager, will tabulate the Selection Committee's scores and advise the Committee there is a tie score; without advising the Committee the scores or the Respondents involved. The meeting facilitator will direct the Selection Committee to re -score the Respondents submittals and, shall continue the re -scoring until the tie is broken, and a clear winner for the award recommendation has been determined. If the tie is not broken after three attempts to break the tie, all responses will be rejected, and the item will be re -advertised. 45. Rescind the Award. The City reserves the right to rescind the award recommendation, even after the award recommendation has been conditionally approved by the City Commission but before execution of the Contract by the City Manager and, by responding to this RFP, Respondent agrees to waive any contractual rights or equitable claims that Respondent may have accrued following the initial award recommendation by the City Manager under these conditions. END OF SECTION 15 I I of 89 CONE OF SILENCE ORDINANCE, SECTION 8A-7 SW 69TM STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69TM STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 Chapter 8A of the City of South Miami Code of Ordinances is hereby amended in pertinent part to add a new section 8A-7 which is to read as follows: Sec. 8A-7. Cone of Silence: (A) Definitions. (1) "Cone of silence", as used herein, means a prohibition of any communication regarding competitive solicitations such as a request for proposal ("RFP"), request for qualification ("RFQ"), request for information ("RFI") or request for bid ("RFB"), between: (a) A potential vendor, service provider, proposer or bidder (hereinafter referred to as the "Potential Bidder"), or agent, representative, lobbyist or consultant for the Potential Bidder, (hereinafter referred to as the "Bidder's Representative") and (i) Members of the City Commission or (ii) City's professional staff or (iii) Any member of the City's selection, evaluation or negotiation committee. (b) Members of the City Commission shall not communicate with professional staff or members of the selection, evaluation and negotiation committees at any point in the competitive process except as provided in paragraph D (3) below. (2) "City's professional staff' means City Department Heads and their staff and the City Manager and Deputy City Manager and their staff including consultants involved in the solicitation, evaluation and negotiation process. (B) Restriction; notice. A cone of silence shall be imposed upon each competitive solicitation, commencing with the date that the advertisement of said solicitation is published and the requirements of this section shall be included in the solicitation. At the time of imposition of the cone of silence, the City Manager or Manager's designee shall: (a) provide for public notice of the cone of silence by posting a notice at City Hall; (b) issue a written notice thereof to the affected Departments; (c) file a copy of such notice with the City Clerk; and (d) serve a copy thereof on each City Commissioner. (C) Termination of Cone of Silence. The Cone of Silence shall terminate at the beginning of the City Commission meeting at which the City Manager makes his or her written recommendation to the City Commission or at the time that the solicitation process is terminated by the City Manager. However, if the City Commission refers the Manager's recommendation back to the Manager or staff for further review, the cone of silence shall be reimposed until the beginning of the City Commission meeting at which the City Manager makes a subsequent written recommendation. (D) Exceptions to applicability. The provisions of this section shall not apply to: (1) Communications at a duly noticed pre -bid conferences or at any duly noticed public Selection or Negotiation Committee meeting or duly noticed public City Commission meeting at which the City Manager has placed the subject of the solicitation on the Agenda; (2) Communication regarding the solicitation at recorded contract negotiations, recorded oral presentation or recorded oral question and answer session and recorded contract 16 negotiation strategy sessions in compliance with the exemption in Florida Statutes Section 286.0113; (3) Briefings made by the City Manages or his designee to the City Commissioners during a meeting following the completion of die Velection or Negotiation Committee meetings; (4) Written communication at any time with any City professional staff (not including selection, evaluation or negotiation committee members), unless specifically prohibited by the applicable competitive solicitation documents. This section shall not be construed to prevent written communication between City professional staff and any City selection, evaluation or negotiation committee. A copy of any written communication made during the cone of silence shall be contemporaneously filed with the City Clerk by the Potential Bidder or Bidder's Representative. The City Clerk shall make copies available to any person upon request; (S) Communication that is strictly limited to matters of those processes or procedures that are contained in the corresponding solicitation document and which communication is between any person and the City's Purchasing Agent or the City employee who is designated as being responsible for administering the procurement process for such solicitation; (6) Communications with the City Attorney and his or her staff (7) Communications during any duly noticed site visits to determine the competency and responsibleness of bidders regarding a particular bid during the time period between the opening of bids and the time the City Manager makes a written recommendation; (8) Any emergency procurement of goods or services pursuant to City Code; (9) Responses to a request made by the City's Purchasing Agent, or the City employee who is designated as being responsible for administering the procurement process for such solicitation, for clarification or additional information; (10) Communications prior to bid opening between City's professional staff and Potential Bidders and/or Bidder's Representatives to enable City staff to seek and obtain industry comment or perform market research, provided all communications related thereto between a Potential Bidders and/or Bidder's Representatives and any member of the City's professional staff including, but not limited to the City Manager and his or her staff, are in writing or are made at a duly noticed public meeting. (F) Penalties. Violation of this section by a particular bidder or proposer, or their representative, shall render any award to said bidder or proposer voidable by the City Commission and/or City Manager. Any person who violates a provision of this section may be prohibited from serving on a City selection or evaluation committee. In addition to any other penalty provided herein, violation of any provision of this section by a City employee may subject said employee to disciplinary action at the discretion of the City Manager. END OF SECTION 17 13 of 89 PROPOSAL SUBMITTAL CHECKLIST FORM SW 69m STREET & SW 63ao COURT INTERSECTION IMPROVEMENT & SW 69� STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-XX This checklist indicates the forms and documents required to be submitted for this solicitation and to be 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 in an addendum to this Solicitation. The response shall include the following items: Proposal Package shall consist of one (1) original unbound proposal, X three (3) additional copies, three-ring binders are not permitted, and one (1) digital (or comparable medium including Flash Drive, DVD or CD) copy X Indemnification and Insurance Documents EXHIBIT 2 X Respondents Bid Form. EXHIBIT 3 X Signed Contract Documents (AII — including General Conditions and Supplementary Conditions if attached) EXHIBIT 4, S & 6 X Performance and Payment Bonds (As a Condition Award. Not required with SubmittaL) EXHIBIT 7 & 8 X Respondents Qualification Statement X List of Proposed Subcontractors and Principal Suppliers X Non -Collusion Affidavit X Public Entity Crimes and Conflicts of Interest X Drug Free Workplace X Acknowledgement of Conformance with OSHA Standards X Affidavit Concerning Federal & State Vendor Listings X Related Parry Transaction Verification Form X Presentation Team Declaration/Affidavit of Representation Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. END OF SECTION 14 of 89 RESPONDENT QUALIFICATION STATEMENT SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69T" STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 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 five (5) completed similar projects. a) 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: 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 c) Project Name: Owner Name: Owner Address: 15 of 89 19 Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: d) 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: e) 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: 20 3. Current workload 16 of 89 4. The following information shall be attached to the proposal. a) RESPONDENTS home office organization chart. b) RESPONDENT's proposed project organizational chart. c) Resumes of proposed key project personnel, including on -site Superintendent. 5. List and describe any: a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations, b) Any arbitration or civil or criminal proceedings, or Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (5) years 6. Government References: List other Government Agencies or Quasi -Government Agencies for which you have done business within the past five (5) years. Name of Agency: Address: Telephone No.: Contact Person: Type of Project: Name of Agency: Address: 21 Telephone No.: Contact Person: Type of Project: Name of Agency: Address: Telephone No.: Contact Person: Type of Project: 22 18 of 89 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69T" STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 Respondent shall list all proposed subcontractors, if subcontractors are allowed by the terms of this Solicitation to be used on this project if they are awarded the Contract. Classification of Work Subcontractor Name Address Telephone, Fax & Email This list shall be provided as a part of Respondents submittal to the City of South Miami and in response to this RFP. END OF SECTION 23 19of89 NON -COLLUSION AFFIDAVIT STATE OF FLORIDA COUNTY OF MIAMI-DADE being first duly sworn, deposes and states that: (1) He/She/They is/are the (Owner, Partner, Officer, Representative or Agent) of the Respondent that has submitted the attached Proposal; (2) He/She/They is/are fully informed concerning the preparation and contents of the attached Proposal and of all pertinent circumstances concerning such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said Respondent nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Bidding or proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Respondent, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other Respondent, or to fix any overhead, profit, or cost elements of the Proposal Price or the Proposal Price of any other Respondent, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), 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 or parties of interest, including this affiant Signed, sealed and delivered in the presence of By: Witness Signature Witness Print Name and Title Date ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF MIAMI-DADE On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before notary) and whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. 24 WITNESS my hand and official seal. Notary Public, State of Florida NOTARY PUBLIC: SEAL OF OFFICE: 20 of 89 (Name of Notary Public Print, Stamp or type as commissioned.) Personally known to me, or Personal identification: Type of Identification Produced Did take an oath, or Did Not take an oath. 25 21 of 89 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or proposal for 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 to a public entity, may not be awarded to perform Work as a 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 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list'. The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. Respondents must 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. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES. ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I. This sworn statement is submitted to by for [print name of the public entity] [print individual's name and title] [print name of entity submitting sworn statement] whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutesmeans a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or 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 other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1) (b), Florida Statutes. means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1) (a), Florida Statutes. means: (a) A predecessor or successor of a person convicted of 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 of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls 26 another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 22 of 89 5. 1 understand that a "person" as defined in Paragraph 287.133 (1) (e), Florida Statutes, means any natural person or entity organized under the laws 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 entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, 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 I, 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 of July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES. FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. [Signature] Sworn to and subscribed before me this day of , 20 Personally known OR Produced identification (Type of identification) Form PUR 7068 (Rev.06/ 11 /92) Notary Public — State of My commission expires (Printed, typed or stamped commissioned name of notary public) 27 23 of 89 DRUG FREE WORKPLACE Whenever two or more Bids or 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 it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids or Proposals shall be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: I) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that shall be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (1). 4) In the statement specified in Subsection (1), notify the employees, that, as a condition of working of the commodities or contractual services that are under Bid, he employee shall abide by the terms of the statement and shall notify the employee of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) business days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a 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: Date: W-1 24 of 89 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS TO THE CITY OF SOUTH MIAMI We, . (Name of CONTRACTOR), hereby acknowledge and agree that as CONTRACTOR for the SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT, RFP #PW2020-06 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 STANTEC (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. CONTRACTOR Witness BY: Name Title Q, 25 of 89 AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS 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 Respondents 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: htto•//www.dms.myflorida.com/business operations/state purchasing/vendor information/convicted susp ended discriminatory mmplaims vendor lists DECLARATION UNDER PENALTY OF PERJURY I, (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 (2) 1 have the following relationship with the Respondent (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 Member> (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_operations/state—purchasing/vendor_i nformation/convicted_suspended_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. By: (Print name of Declarant) (Signature of Declarant) ACKNOWLEDGEMENT STATE OF FLORIDA ) COUNTY OF MIAMI-DADE ) On this the day of 20_, before me, the undersigned authority, personally appeared who is personally know to me or who provided the following identification and who took an oath or affirmed that that he/she/they executed the foregoing Affidavit as the Declarant. WITNESS my hand and official seal. Notary Public State of Florida NOTARY PUBLIC: SEAL (Name of Notary Public: Print, Stamp or type as commissioned.) 011 26 of 89 RELATED PARTY TRANSACTION VERIFICATION FORM I , individually and on behalf of ("Firm") have Nome of Representative ComponylVendor/Entity read the City of South Miami ("City")'s Code of Ethics, Section 8A- I of the City's Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my knowledge, information and belief (1) neither I nor the Firm have any conflict of interest (as defined in section 8A-1) with regard to the contract or business that I, and/or the Firm, am(are) about to perform for, or to transact with, the City, and (2) neither I 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- I, 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 I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) has transacted or entered 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 official or employee of the City of South Miami, or any of their immediate family 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 of the total assets of capital stock in the firm are 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 (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) 1 and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our position of trust, or through our performance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that we may not disclose or use information, not available to members of the general public, for our personal gain or benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or benefit anticipated through the performance of the contract. (6) 1 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 as 31 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 s the additional sheet must be signed under oath). X:1PurchasinglVendor Registration\ 12.28.12 RELATER 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; (ii) any city employee; or (iii) any member of any board or agency of 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 (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 5% in the Firm, or any member of those persons' immediate family (i.e. spouse, parents, children, brothers and sisters) have also responded, other than the following: (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 (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 of their any member of those persons' immediate family.] (9) 1 and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any change in circumstances that would change our answers to this document. Specifically, after the opening of any responses to a solicitation, I 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. (10) A violation of the City's Ethics Code, the giving of any 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 to action by the Miami -Dade County Commission on Ethics. Under penalty of perjury, I declare that I have made a diligent effort to investigate the matters to which I am attesting hereinabove and that the statements made hereinabove are true and correct to the best of my knowledge, information and belief. Signature: Print Name & Title: Date: 32 28 of 89 Sec. BA- 1. - Conflict of interest and code of ethics ordinance. (a) Designation. This section shall be designated and known as the "City of South Miami Conflict of Interest and Code of Ethics 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. (b) Definitions. For the purposes of this section the following definitions shall be effective: (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 as perform quasi-judicial functions. (4) The term "advisory personnel" shall refer to the members of those city advisory boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to 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 to the city clerk, city manager and city attorney, however tided. (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 to be conferred, in return for services rendered or to be rendered. (8) The term "controlling financial interest" shall refer to ownership, directly or indirectly, of ten percent or more of the outstanding capital stock in any corporation or a direct or indirect interest of ten percent or more in a firm, 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 on any goods or services, whichever first occurs. (c) Prohibition on transacting business with the city. 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 in which that person or a member of the immediate family has a 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. 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 of bonds, anticipation notes or other securities that may be issued by the city through underwriters or directly from time to time. Waiver of prohibition. The requirements of this subsection may be waived for a particular transaction only by four affirmative votes of 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 by a person or firm offering services within the scope of the practice of architecture, professional engineering, or registered land surveying, as defined by the laws of the state and pursuant to the provisions of the Consultants' Competitive Negotiation Act, and when the proposal has been submitted by a 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 be in the best interest of the city. This subsection shall be applicable only to prospective transactions, and the city commission may in no case ratify a transaction entered in violation of 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 to the same subject matter. (d) Further prohibition on transacting business with the city. 33 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 contr)$ I�ing financial interest, direct or indirect, with the city or any person or agency acting for the city, and any su �i c tract, 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)(1) 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 (6), 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) Disdosure. Any person included in the term defined in paragraphs (b)(1) through (6) 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 f 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 jficial 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 con frdential information. No person included in the terms defined in paragraphs (b)(1) 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. (i) Conflicting employment prohibited No person included in the terms defined in paragraphs (b)(1) through (6) shall accept other employment which would impair independence of judgment in the performance of any public duties. 0) Prohibition on outside employment. 34 (1) No person included in the terms defined in paragraphs (b)(6) shall receive any compensation for services as an officer or employee of the city from any source other than the city, except as may be permitted as follows: 30 of 89 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 to be 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 in subparagraph c. is obtained. 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 I -I I of the Code of Miami -Dade County and, in addition shall be subject to dismissal by the appointing authority. The city may also assess against a violator a fine not to exceed $500.00 and the costs of investigation 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 of the outside employment, the nature of the work being done and any amount of money or other consideration received by the employee from the outside employment. City employee reports shall be filed with the city clerk. The reports shall be available at a reasonable time and place for inspection by the public. The city manager may require monthly reports from individual employees or groups of employees for good cause. (k) Prohibited investments. No person included in the terms defined in paragraphs (b)(1) through (6) or a member of 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 (1) No person included in the terms defined in paragraphs (b)(1), (5) 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, ruling, 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) No person included in the terms defined in paragraphs (b)(2), (3) and (4) shall appear before the city commission or agency on which the person serves, either directly or through an associate, and make a 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 or before any administrative tribunal as 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 in question. (m) Actions prohibited when financial interests involved No person included in the terms defined in paragraphs (b) (1) through (6) shall participate in any official action directly or indirectly affecting a business in which that person or any member of 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 in any investment, equity, or debt. (n) 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 is an official, officer or employee. (0) Recommending professional services. 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 be made when required to be made by the duties of 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), (5) and (6) shall, for a period of two years after 35 his or her city service or employment has ceased, lobby any city official [as defined in paragraphs (b)(1) through (6)] 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 of its agencies N 9%?ty 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, 501(c)(3) non-profit entities or educational institutions or entities, and who lobby on behalf of 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)(1) whose city service or employment ceased within two years prior to the effective date of this ordinance shall for a period of 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 or one of its agencies is a party or has any direct and substantial interest; and in which he or she 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 Al 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. (Ord No. 6-99-1680, § 2, 3-2-99) Editor's note- Ord. No. 6-99-1680, § 1, adopted 3-2-99, repealed §§ 8A- I and 8A-2 in their entirety and replaced them with new §§ 8A- I and 8A-2. Former §§ 8A- I and 8A-2 pertained to declaration of policy and definitions, respectively, and derived from Ord. No. 634, §§ I (I A- 1), 1 (1 A-2) adopted Jan.11, 1969. 36 32 of 89 PRESENTATION TEAM DECLARATION/AFFIDVAIT OF REPRESENTATION This affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14- 2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation, selection, technical review or similar committee, shall list on an affidavit provided by the City staff, all individuals who may make a presentation. The affidavit shall be filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager. For the purpose of this subsection only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. No person shall appear before any committee on behalf of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. Pursuant to '92.525(2), Florida Statutes, the undersigned, makes 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 or she is registered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. NAME TITLE For the purpose of this Affidavit of Representation only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. The Affidavit of Representation shall be filed with the City Clerk's office at the time the committee's proposal is submitted to the City as part of the procurement process. Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated in it are true and specifically that the persons listed above are the members of the presentation team of the entity listed below. Executed this day of , 20 Signature of Representative Print Name and Title Print name of entity being represented END OF SECTION 37 33 of 89 NOTICE OF AWARD SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 The City has considered the Proposal submitted by your firm for the SW 60' STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT in response to its advertisement for Request for Proposal and Instructions to Respondents. You are hereby notified that your Proposal has been accepted for the SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT In the amount of $ , broken down as follows: Lump Sum Proposal: Alternates: 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 bonding, including a 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. Moreover, the award is subject to rescission if the City Manager determines that it is not in the best interest of the City. BY: Steven Alexander City Manager Dated this day of . 20 ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by On this the day of .20 BY: TITLE: You are required to return an acknowledged copy of this Notice of Award to the City Manager. END OF SECTION 38 34 of 89 NOTICE TO PROCEED PUBLIC CONSTRUCTION CONTRACT SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP PW2020-06 TO: DATE: PROJECT DESCRIPTION: SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT 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 120 calendar days. The date of completion of all Work is therefore 20 City of South Miami BY: (print name) City Manager, or designee ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by on this day of . 20 BY: TITLE: END OF SECTION 0] 35 of 89 EXHIBIT I SCOPE OF SERVICES ATTACHMENT A SW 69TM STREET & SW 63RO COURT INTERSECTION IMPROVEMENT & SW 69TM STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 Scope of Services & Schedule of Values/Summary of Quantities I. General Requirements: The work specified in this Request for Proposal (RFP) shall consist of furnishing all goods, materials, supplies and services to perform the work described in this RFP. The work is to be performed per specifications and the contract documents. This includes, but is not limited to the furnishing all labor of Contractor and the labor of all allowable subcontractors, and cost of disposal of materials as well as all necessary machinery, tools, transportation, equipment rental and permits, to perform all of the Work described in this RFP and which is necessary to provide a completed project that meets all of the needs described in this Scope of Services. Prior to any digging, Respondents must locate all underground utilities and other facilities as well as contacting Sunshine 811 to coordinate the process between excavators and member utilities in Florida so that they can mark the approximate location of underground lines, pipes and cables on construction site. Permit fees are waived for permits required to be issued directly by the City of South Miami. Permit fees from other government entities, if required, shall be the responsibility of the Respondent/Contractor however, in all cases; it is the responsibility of Respondents/Contractors to secure any and all permits that may be required for this project. The work associated with this project should be reflected in the Respondent's proposal and in Respondent's completed Schedule of Values form found on Attachment B to the Scope of Services 11. Scope of Work: Proposed scope of work at the intersection of SW 69th Street & SW 63rd Court includes a reduction in the amount of pavement at the radii and proposed scope of work at the intersection of SW 69th Street & SW 63rd Avenue is to construct a new roundabout Both intersections are oversized which allows cars to make high speed turns. Plans and section will have the reduced pavement of both intersections to meet Miami -Dade County Public Works and the FDOT Green Book. Work activity is limited to the hours from 7:00 a.m. through 6:00 p.m., on weekdays from Monday through Friday. Ill. Site Location: 40 The project is located at the intersection of SW 69th Street & SW 63rd Court and at the intersection of SW 69th Street & SW 63rd Avenue. See plans for exact location. IV. Construction Notes: 36 of 89 Values utilized for the purpose of this RFP are approximate. Contractor is responsible to field verify the areas, and quantities as per the limits defined by the site plan. WHEN SUBMITTING THE BID PACKAGE, THE RESPONDENT MUST PROVIDE A LUMP SUM PRICE WHEN COMPLETING EXHIBIT 3, RESPONDENT'S BID FORM which must be supported by and be in accordance with the Respondent's completed Schedule of Values found in Attachment B to the Scope of Services, Exhibit 1. RESPONDENTS ARE TO COMPLETE THE "SCHEDULE OF VALUES" FORM, EXHBIT 1, "SCOPE OF SERVICES," ATTACHMENT B." THE CITY WILL AWARD THE ENTIRE PROJECT TO A SINGLE GENERAL CONTRACTOR BASED ON THE LUMP SUM AMOUNT SUBMITTED. V. Plans and Specifications: Please refer to "City of South Miami Intersection of intersection of SW 69th Street & SW 63rd Court and at the intersection of SW 69th Street & SW 63rd Avenue Capital Improvements Program construction drawings listed as Exhibit 1, "Scope of Services" and Attachment C, "Construction Plans and Drawings." VI. Project Duration: The maximum time allowed to timely complete the construction project is 120 calendar days from notice to proceed. VII. Warranty: If equipment is being provided, the standard manufacturer's warranty information must be provided in writing for all equipment being proposed, including installation by an authorized dealer before final payment is made. NOTE: A Performance and Payment Bond is required for the full amount of the project. Not required with a Respondents submittal. END OF SECTION 41 37 of 89 EXHIBIT I SCOPE OF SERVICES ATTACHMENT B SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 "SCHEDULE OF VALUES" NOTE: FAILURE TO COMPLETE AND SUBMIT THE SCHEDULE OF VALUES FORM WILL RENDER A RESPONDENTS PROPOSAL UNRESPONSIVE 42 38 of 89 SW 69TH STREET& SW 63RD COURT INTERSECTION IMPROVEMENT& SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 ITEM PAY ITEM DESCRIPTION UNITS QTY UNITCOST TOTAL AMOUNT ROADWAY PAY ITEMS I I10.1-1 Clear and Grubbing LS I 2 11 O- 10 Removal of Existing Concrete SY 170 3 110-4-10 Removal of Existing Asphalt & Limerick Base SY 1.700 4 110-15-2 Existing Tree Protection and Preservation LS 1 5 160i Type'B' Sobiliaum (12') (Min. LBA. of 40) SY 2.010 6 162.1-11 Clop S61 Layer SY 100 7 2104-1 Umerock Base (S-) Primed SY 2.010 8 337.7-82 Asphalt Concrete Friction Course Traffic C, FC-9.5, High Polymer (1'-2- Thick) (Resurfacing) TN 110 9 425.6 Adjust existing valve boxes & mew boxes LS 1 10 520.1-10 1C.ncrete Curb and Gutter (TWe'F) [includes cost of limerock) LF 510 11 520.2-2 Concrete Curb (Type'8') (includes cost of limerock) LF 150 12 520.2-/ Concrete Curb (Type'D') (includes cast of limerock) LF 450 13 522-I lConcrete Sidewalk(4' Thick)(including amps) SY ISO 14 526.1-2 1 Avert Architecaural. Sidewalk SY 100 15 575.1-I ISodding (Pensacola Bahia or Match Existing)(includes mooring &malntemnce) SY 730 TOTAL ROADWAY ITEMS= $ ITEM PAY ITEM DESCRIPTION UNITS CITY UNIT COST TOTAL AMOUNT SIGNAGE AND PAVEMENT MARKING PAY ITEMS 16 527-2 Detectable Warring Surface SF ISO 17 700.2-50 Sign Single Post Relocate AS 2 I8 700-2-60 Sign Single Post Remove AS 5 19 700-40.1 Sign Single Post (Less than 12 SQ. FT.) (Street Name) AS 4 20 700.40.1 Sign Single Post (Less than 12 SQ. FT.) (RI - I Stop I D3.1) AS 1 21 700,M4 Sign Single Post (Less than 12 SQ. FT.) (RI.2 Yield) AS 4 22 70 04 Sign Single Post (Less than 12 SQ. FT.) (R6-4) AS 4 23 700.40-I Sign Single Post (Less than 12 SQ. Fr.) (R4.7 Keep Right) AS 4 24 700-404 Sign Single Post (Lens than 12 SQ. FT.) (W2.6IW I6.9 Traffic ClrcldAhmd) AS 4 25 700-40.1 Sign Single Post (Less than 12 SQ. FT.) (W I I -LW I4]PL Pedestrian Crossing) AS S 26 706.3 Marker Pavement Rmc-Re&ective EA 6 27 711-11-121 Thennophstie Solid, Whik 6' LF Boo 28 711-II-122 Therteopks6c, Solid, White, S' LF 50 29 711-11-123 Thermoplastic. Solid. Whke, 12' LF 200 30 711-II-125 Thermophstlt Solid. Whits 24' LF 275 31 711-11-211 Thermophstit Solid Yellow. 6' LF 900 32 711-II-241 Thermoplastic Solid. Yellow. le' LF 25 33 711-11-241 Thermoplastic, Solid, Yellow.(2'4 SKIP), V GM 0.01 TOTAL SIGNAGE AND PAVEMENT MARKING ITEMS:: $ ITEM PAY ITEM DESCRIPTION UNITS QTY UNIT COST TOTAL AMOUNT MISCELLANEOUS ITEMS 34 101-I MOBIU7ATION(IO%) LS 1 35 102.1 MAINTENANCE OF TRAFFIC LS 1 36 SUE-001 ADVANCED UTILITIES EXPLORATION SOFT DIGGING IXPLORATION LS 1 37 PALLOW PERMIT ALLOWANCE($X) LS I 38 CONT CONTINGENCY(IM LS 1 - TOTAL MISCELLANEOUS ITEMS= $ TOTAL COMBINED COSTS $ !91 39 of 89 EXHIBIT 1 SCOPE OF SERVICES ATTACHMENT C SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69T" STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 "CONSTRUCTION PLANS AND DRAWINGS" 44 40 of 89 CITY OF SOUTH MIAMI CAPITAL IMPROVEMENTS PROGRAM SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT SW 69TH STREET & SW 63RD AVENUE TRAFFIC CIRCLE SOUTH MIAMI, FLORIDA INDEX OF SHEETS SHEET NO. SHEET DESCRIPTION Cm DOVER SHEET CIO GENERAL NOTES C-01 SUMMARYOFPAYNEMS C-02 INTERSECTION IMPROVEMENTS SITE PLAN C-03 INTERSECTION IMPROVEMENTS PAVEMENT MARKING PLAN C-04 ROUNDABOUT TYPICAL SECTION C05 ROUNDABOUT DEMOLITION B GEOMETRY PLAN C06 ROUNDABOUT GRADING PLAN C-07 ROUNDABOUT PAVEMENT MARKING PLANS S-1 TOPOGRAPHIC SURVEY THE SCALE OF THESE DRAVANGS MAY HAVECHANGED DUE TO REPRODUCTION fmrhW bJuuT VOuewOmmpawbtl YswcrgtA<b Sta ntec L ........1fPPVlI15........ MI'On'e do ,em &A. Sore M Cad Gales.L amI34 Td. xS44S= fav XSI 4sa]44 w4.w..mnra� can 41 e169 DEVELOPED FOR: CITY COMMISSION: MAYOR: PHILIP STODDARD VICE MAYOR: WALTER HARRIS COMMISSIONER: LUIS GIL COMMISSIONER: JOSH LIEBMAN COMMISSIONER: ROBERT WELSH PROJECT No. 215615002 NOVEMBER 2019 100% SUBMITTAL STATL OF RED INv LEER NO. 47660 STATE Of FLORIDA VI p YV iJ '�.t��1t�YW M/W�I.w N.�r�VA�� IQa011 A L�11 bC. [dM4 +eW IW .tl V.t'tta.1 �4MMNeYNYI�M��NMb1O�AM4MgN qNx Ou 11 Mi.1 OL11'a�le OtIMu /MI p Null O1 M4 W. q �� N1 {N t1 N .+l FI 4t�^�.aqW AM/`MIYY4eew Y•tw�� 69;0 Zip '101t]OOYN A SOY'I) �7G I00" 008 T3(OPSO N�anlmr..�t•�wwr.tr+wN+waN ... _.- - _ �,._--- 3Y310 o)lVai'OAV RJC9 MS WN7]..ikPOO — -- — -- — — w1 '$'1'N b00Sl9sti Klaawlwwat>e3 ► 4 VN D#bd S1N3Nl3A0ZldlRJ NOUO3SLMM 10 P)C9 MS m an"'an.v.aw wl 93ION �1R13N3fl 9 133!!13 �169 MS ��1u��S QR7Ra0 f►O i Y AVx JO IWXM WMI UO/ONV ILVLS Okusa3 3w MUM 03rnLSM w/OKV 031313111SNW 38 OL 3W SLN311MO8d/N rn IIION AVa 'RnMXVn SW*W (tl) Oft ALWA35 9 WIVUVA SS]Ox3 JO WSMIS10 'MW O U 9 AVO XUOM HOV3 JO ON] 3 I LY ONNV]17 US OW )3n8L U31Vx V VWIINA 39 MA NOLLOMSNW AM CLUVWN30 LSM 'N 10ON34 liUn) 901 Xl= Loot M Q3WL3O SGOH1311 34 33113VUd O1N 1rw 01 9 4013VULNW 'a3ztn3m 9 ISM JO NMV93MD 3111 CW S1N2M03S A OM10Val 310UIM UK-JJO LVw 3WSN3 01 T 1v1NI1r101L1AN] A LNZ%LWdM OW IN3.IDYMVII 33W1053U W111 OINOU M3 A 1NV"vd30 'OL O31Nf1 ION LIM 'OM10J 39 NVJ SNOOY1110311 'N=Dn8LSNW ON30410311 OL 1109Ud SNOLLYM38 1YU303J ONY 1V301'UYLS HIM bYnAVJ 3OW39 OW S30W 7MV011ddV rn kNL9O OL 9 NOLWALLIOO VMVV030 1YU303! OM '1Y701 *21VIS 310V3nddV 71V HIM 37NVOUDON M 030VV740 30 Iw6 N=MUSM07 3w POW OUVV3NM ]ISM rn 1 'a3DOld 30 11VA MUM I OL WINCZWW ► NYw 834US SUOIS M3000S 'NOLLxULL5NW JO WU37dAW NW uVLS IVNOOl0 Ul OL MWLS3U 39 110 OMOWq 03Wd0Md AD OU33J0 ION 9 1Vw No=WSNW As WIAMSIO OOS ON1SIX3 U300ad WUO=SNW 3MF43 34 LMIOMLVLL wmvznsvLS W34 3UASN] TI M ON XWO ARV ON"0030 M WWd MVn3U 01 ONIdVOSQKVI OWISa3 rn 33Va9 TO WL3V8LNW 'H S33111 OPUS03 JO NOU32LOW O1V ONM W LOON AN1r ONOtM SNU1 IIV IV LN3S3W 19000N11 NY MVN LSM 8012VULN03 y '3Sn OL WWd SHIM (il) OW AlMM3S LSY31 IV (COOL-i'O►-SOC SUVN3 wo on]aow ) &MMOD L3YOUd 3w wM SV3W ON OVIS 0390&VW ANY A SLN3A WW= WLkZANOWLN3 x3Ala TTY1S NOLOVILL OO 3KI 'A ' OUVO0U8/WAORIL 339L AMI OL VORd LftWb-4d30 UWK 71'Mnd WIN Y wrl0s JO AID ]w IOU sww3d a311=311 IIV NMLOO TIV16 9013Va1NW 3HL 'AID DLL IOU 1VACbddv LMd 1MNLM S33U1 AMN 3MIUd W 31V3O73U '3k 1 LON UVHS 11013VU/NW 3LL 'I 'S3UKU3V NOUOnU1SNOO M LNIWMV 031VWI INVIM 01 S33U1 Odlobv 0311VISM 30 IIVHS NOUOUOIW 33111 '0 •Oumlood 30 Ol SV34V 1V3t1aO ONM10430 'AMWS N01 WWSNW-30d 34 N 03NSWILM SV UUM 34 3741d *WlkMVA LN]WAUO3 W ON0143J NOMOMS11OO 3LLSVld SY HOM 'l WUvn ON0N3J 3WVWW 35n 'OU3u0Ud 39 QL nK 34 OM W UYJNYO ]IOLN AIH ll T TY=UW V IWLSM 'AWST17A IIIN Y3YOUd SNl re 1VA01UU 33111 ON 30 1DU MILL 'AVx-A-LHOIN 9l3YOad 3w 01 1N73YP011 AIUVKUM NO IMM SUUWld OXV SIM DNOVAW 1N3A3Md '0 SIM OFUSa3 JO Mew 3w ICUM-WD30 OVONS L33'O8d SINI NOJ S311R13Y 83LLo w OMOVIS ON 71 IOIRpO JiA3 vi 'wAMUAS "I MUSD38 VOLUDII V AO 031f kW 39 1WHS SNMVA313 NO WUVRw1M .LWtg-SV. TIV •► 11N313ROWN TTY A SNWVAJU OW SNOELV301 SN09/3OD OW S30NOO N043131119VW ,LWM-SV. MOIS OL a33RVn 39 TTri6 SONMVVO 353 I VWMVw 17VULNW .LW-SV. IIV A 13S ILY&AM 3NO QW038 JO U37NDN3 3 L OL LOWS TTV S UQIOVULNW INI 'LN3RAVd IVNU Ol Wbd ONV TOLLOMSNW A NOtL37dnW NOdn T SWAU3Lrd L33J OS AV LN7KlkVd A SMW ORV NUONO OVOV 3w A S3CVW )DON 03HiUdJ 3w OW 90UVIWISM QNM1D"W TIV Jo S]QVVD LN3WLWd ORV SWUVO01 3w DNM0HS 'SlHlA3AObM 353w wJ SNYU JIM-Sr. 000338 A WVRDN3 3w NSWI U IWHS VMLOYULNW 314 (LN3AMVd LIVHAV 0043VU 3WJ30 ONO wLL3rIasmw 3m M3omm ONY 51N3NQAin." omr=VV3w A NOLLIl&= NOdn 'z SNYId Ol Dpo==V A11700 ITnO LON ur1DVJ AkV A WUVA313 CNV HIONJI 'WLLV3OI L303 D41 SONMVW NOIL2MILSIAO A 13S SN No CWO U IWHS WI91nUN00 3w 'BOP 3w JO SSJUOOUd A KVQ 3141 OWA M Y - SLNIM3W COMM 133road -0 "NO13n1LLSNW 3LL Iaoin OUSa3 H3aM LVw NYw au13e w of wnoi NOLLOIWO Y m 03w1S38 30 IWHS S3oVJW5 QMYdNn ry 'o '39003 SWL3VVLPM 3w 1V wAMWIS QkVI OIU31SCI1 VOUOIJ JO 21VIS V A0 QMS3U 30 IWHS NOUMNLW= OMWO NOL3V811W3 Iw A0 03AOULS30 W MA011141 53ON3U3J3U 1N3NVRV3d w SLI/3RIINOR AIWd0Ud rn 'G 'N041ow7 LV3N OW NV317 V M W234 VM 314 OW "AWS 3RA JO SS39MUd 3w 01,1810 w a UDD A%WLOVAUVS " O3AO113U 30 TM19 5=30 w 1VQMVN IOnS SNWVISW ILML3VIt1NW 3t1 JO LYSI1 V SY 3113W3513 w 'SMSVO H=VJ WWVO 53010 *SrUUD 8UV4 M 03OV1d N331 MVH w 'OLM 03UOt1 NO Q3HSVx SVH SM30 NO SIVltlurn Sow 'C SNOLLVNOIS3V H M NOJ OW 38 IVHS SQOwII OW STCMVA 31OVIM 'XWR DMdIrZUWI ONV N1Vx 'AVAI7ANA AUMSS33IN IY 'OMW30 SY 00 rnHS Sw17Va1NW Iw 'ON3 IVHL OLSNWV83dO JO OW0038 3w OL ROW A131VWMI %US03 IVHL 01 WnO3 LSV71 IV 0101110103 V 01 571LOIdlU w 'LN31lk M3 'XU M 5N A9 Q30VRVa u83d0ad JLVAwd w W WW ANY '0WIM SV OiY "W 72Y1dU1 w 3101S3U INNS UOLONa1NW 341 T 11YTO nWae 1d3xS 32 IVHS SV39V aMVd Iw 'HSral W WOUVA SnU&flS TtV A UVTD LA7 39 TIVIS U4 133rCW 314 *con-Kwm ww NOdn OW 'U3NYA MV313 OW lV3N V 18 a3MVIWM 30 nYIS SV3UY LH3"W rn WV UK 13YOW 3w IMWILLSNW ONWO 'I - on OMkv313 V A '[T�lLOV7"(770Yi O) -.. _ 11100,1113d 33113NIMO3 S'LI IV A10 01 S03W.OLd 30 ISM UIMIV 5SIMUd 30/VO UMOVUINW 3w JO lUVd 39 T= (OLAAVd) I= OW52L rn T 113IwN3 3N1 A9 0313300 383 M 'VCCWU A 21VIS Iw AD OII.UM 'AIpLVWGV1 ONUSu 1N3ON3d30M NY A9 NIXVI 39 IT" L53L ALMR30 't '03133"M 30 TIV11S lUUI SUIL VIGUIOx3 SILLOW MIM ANY 31V1d U 3H1 NaiU ►/I RVw 3Wn AUVA LON TIVHS 30VM S ONW310, 31U JO IVw OW 3SWW3 3SVa 3w A 33VJWS OMSNU 34 'I muse 'IS3LVI ago 0tot 01011xRIslO3 303wa aw ovaa wJ sNmv3uo3ds G V KVIS 'l OITJ 3Il A SLN3n3WXM 3111 wM NOAW IIVHS 33VJWS OMUY31R 3w A IOUVrn1SNe Y Y3UV a3ULLN3 3HL wJ WNW ►1-Oat-1 OLNSW SM SV ALSK30 WMXVN 3111 JO =6 01 Qu3VdMOO 38 rnNS 35WWO 3SV0 T •U3AV1 3VN4 r NO 037fW .a A S53N3103I1 nnft*M v 39 TIvHs sr3ar a3Avd wJ ivwuvn rAnoo 3svo z QQ 7 OOKL3n M-I JO NUU I V 001A(0�3U .11 GIZ119VVISS GNT)j 0SNXI 3L3L3Vd W7IFU �39W1 THSS SV3W ONMWd 0" AVA QVOU NOJ 30VWWS 3 I A .tt dOl 3w 'I 7rOLLOYd1103 7 NO1V7WLSM SNOCIVOIJOUS 133MIld ONV WL30 113d SV Md OOOT JO HLok3UIS WMWI V HIM 2I1171103 1 MID A 0212MSNM 39 TTVHS SXT=305 XTANW 03O110JMIS T SNV1d 3w No 0311D3dS 3SNIU7Wo SS]7Nn %.Yx0Vm wJ 911-31 ONV Se-M 30 TIVHS S33VAKK LWHM •t tsY3w DMXVVd V SL32WS 1V3O7 wJ Soa) 'Rn3S3NOVn " NgDw2 JO SUvwX4 3 3'AL A nnR m Y wM lino IAYUI 300UI1111 03HSfLW 39 TIVHS 3SWI07 3SY0 •I :SwQaLYn 'e '1no xVS 38 IWHS IN3n3AVd JO 30M ONISOI3 31U '1N3N3OkYd ONlia3 Ol 01133NNW 39 oL st LN7n7AVd 03Wd0Ud ANY 311" T '3SL13dx3 S.U013VU1NW 3W LY O3UMS3U A1U7CW 38 TWIG Nat-nU1SNW AS 030VRVD w U0 LN3AMVd DNLLSMI rn 't '3SVa 3DOU3M JO NOUDMSNW 01 wRd OU3ldLWJ 31 TIYIS s3LLrltln 01r10NOU]Okn iiv 'I RVM N30 it Suva D 'WAM A 3309Y1dJ33V 180118 03NVTO ONV 034nU 3e Ol 311V SPAM H31VO 01111S03 T SIWLLODULS A UUNM IHI OL W3N3UU30 UV SONJMVUO 7UA8d a knd No MLaNs swain air S33HYLVO 't S]avw OkuSa3 w NI1 Ol RWJNW OL QUSfM 39 AVA SNVId NO NWI S SY SNOUVA317 rUU aw SUVNO WN OIY US" NOIV3 'I -VNU3N30 'Y T7lruff"mum I% 111I1V10 M ,C NYNL SST SRIS 3008 ONV SO'NYOw XI '17S =1 NMw $531 ONIAVN )DOLL oinnw w 3VrUXM XOO8-ONUS 'OW S 28 rnNS Tu3DVe ONV TW *0 7=2fWSNW 03SOdONd 3w A 831311 3 Iw OWA30 .S ISV31 lY oL a3adwlS 39 11*6 SLVA LOON AAV3H ONV NOUVLMIA -MdM IN 'V 5�8V3 lA TOO ONV 100 '109 OUYONVIS SV H3nS 'O]WaV3J3U 39 AVn S08YONVIS LOW SUIT wJ 1173N0M] L33PQad 3NI OL IVAObddr wJ 371/3035 NOLL31gLLSNW V 30AOIM Ol 80I2VULNO3 Y 3MlYLN3S3Ud3U AID 311L A NOSSM3d SS38dX3 /MAIM SWOH ONxU01L NON / 1N= OWUM NUO LJn 39 OL UV '1J C WM 83d730 5310H w S31DN3U ON T 'JUIVILL N143tLS303d ORV UVVC M woe JD AL3JrS 341 3alusv oL o=caave INV 03XUYn ATU3dDUd 30 TrAG SAVXXIVM w SAVMOYOV QL Lk33Y1'QY S31DH OW SDON31L1 NUO LTV "t t00SIOMIz 'ON L37011d %m Ot 30 Ol N0u3MSNW ORQM GOIS AU 4"la3U SLNIIILa0310 OMV SCWWV1S 11rv1n wnOS Jo Ala 'IOQJ 't'a'3'L'n-n s3ov3o IOLLLNW 3uJYaL mom eta«uin/ JO lvnNYA 3w HIM 23NNONW3V M 38 TIVKS 3UJvaL JO 3ONVN31knN 'l `lies rl/ - WUVY02N 3wM .1 �1dNp,�'6'vv 'ALIOOLL3311 13LLr1DN, AaYINvs -MAI01 01 ALuLYns aura A71YNOd11W A1ddrlf w wJ N1I �7► �/ 6yG 30U811 msNods38 4.11013VILLN341. >a rn14 11 r d y - s3unDVJ AUYNOd/4l V .I 53tr11lORU15 ONY S3Wuxu T'N YY'1N3ndY103 'strwull TIV NONO3 vJ a3a A U33GN3 4T =3w Ae QMOaddr omv oL QuINlens 3a livHs swmvva l/E0/60 CONS 'Nouns ISN w NouamsNO3 Wow of Mod v �II�111%1119 MUMS 1i���v 3lwx 2LWNWONLAIIIs 's ONIlu oxv Dmwv= i alQV3rkWV 3U31M VMI 0Nx0T10J 3w JO NOQ33dSM 3Hl 0L UOWd OW NOJ3rRLSNW ONTOW38 01 hUW SWM 10 ISM IV 51' a wras JO AID 3w i W=3V JO U33NION3 3w AAON TIVHS U013VIUNM 3w 'Y T 'Al 1NW3d 03wnD2v Akv oMMY1W wJ 310KNOdS311 SI WL3VU1NW ILL 'V ,@ a •nul Ion :111 M oIOTO/A 30 1'IYIa X M Sw AO ISW 701WIt1SNO3 JO 3SVHd LUVWHOIS HOW] JO IUVIS al LOW W= IOLMUSNo0 L331'alN OIIV SWU31 NOUV3WON SN3ZUD Ope MIMN SIVMMVR NOUVRIDANU 31Ot4 " AD ONr10N11H 3w wM AID 3w ISM TIVHS 4013VULNW 7 "Ulr1AO 3NI AMd OW WACV"V kauna LNLM AINUM UVARd OwAlnaY NO a2Lxo 63 3a lope 11Y14 30YwLS ivuMvR Qkv OADVIS NO V3UV DNAVLS U]dOUd V DkI W4W wJ 31YSNOMV 36 1104 WL3VULNW W 'IUVJVU DIM w1V3N 3IIWW 3w 132LOUd Ol 316 XWW 3WO25 IM UQLMINW 'J 'ALD 3141 M LSW ON IV C7Wd3V 30 I= 11 3SMU3w0 SAV43k= NO 30YRY0 ANV LN3A31d AMA UV3 OL UOIOVULMW 'J SU13MN01 aw SU3NUW ONVI rn L23108d 01 TESNOdS38 SI VOLOVI LLWO 3 I'llie 8d Ill IAIMM 0L N3UVL 39 NV3 S3WMV3n urwdDV"V IVw OS OMIN A 1110PIOU 3w AXON A13LLVKOM TTV NS 401NXLNOO 3w 'NOUVAVZXJ NOW 0283ACOM 9 N@13=SNOO ON1S013 RV A "NOU3n8ISNW Ol wtUd S3UrWVJ OMIW3 JO NOLLV301 ORV SMILVA313 3LL AA M 'IKONS LON A1nt1VJ ANY WJ NO MONK S34110VJ 3w JO ADVU11WY 3w NOJ ALMIStgd53U ON S3MSSV AID SILL V U]3N0N3 DLL SOUM39 7WWAY "M WVW 3W SMUVNO WU3MSNW NO MORS SV S3LLIIUMJ owsin A NOuvwi "0 01 N00W 01UMn W 01 ( StLn3Msi) uLLrtiLn S 11WY "3 SWICH O► 1SV31 IV WMIN WUVVMn= OL VO IM 3NO lIVIS VCH MK. V NYteO nVHS UOIDVWM 3w g 'OUD030 A U NMI 3NL OUV 3WVlkA3Ud3U LOYOUd OM wfgS A AID 3ani3M Ol 33N3UIPCO NO 2=SN O3W V 30NVWV OW 00003a JO U3310DN3 3w 13V0W3 TMG W12VMlNDZ ILL -G]" Ud OL 33UOk. 3w A /d1303U 3w NOdn V T1 •33NVAQY M WWI KIM A AID 3w HIM UVk MOOO 'O rW ONV SIX3W OUYO VIS DNl HIM "MOU033V /U uWd UowVUYdls NO MIWLSM 30 INNS Sa33d5 Awlvmla Ow 0334 O"nov NiH'171 Ot 30 TrOG SAY* AAVW INOZ XlIW 3w N*UA ai4nivLS3 0334 AwiVYO39 O 'OUON 3SWWWO SS3TM1 %'O'A'D'N) 'BZSI A nnLVO 1 WV3A 1V=30030 WNOUVN NO OINV9 321V SOHMVVO NOUMMSNW 3w NO MLORS SNOUVATU IW •J 'SNOtlY1n038 HLIVIN ONV AIIJVS W3M OW 3LVLs rn cxv 'a1O1 A 12V NIW3N OW AA30S WWUVd17O0 W83011 A SLN30CW03U 3w IV wM MYnd1W3 12WS N ONY "WVR 3N S V M V= 3e INNS NO11OMS1,100 rn '3 'Twond" 38TM S30W wa33J ONY 3IVLS 'WZQI JIDUO rn an 30100 clecum VO2ID1J 'azOt-al SOUVONVIS N0430 '1'0'0'J "n'U'3'0 A1Nr03 lOVO-tRVIn hnVIn HMS A AID 3141 JO SNOLLY31AD3d5 ONV SOUYONVLS 3w Cl RWA= TMG SWWnvn MW NO43MSNW rn '0 'XWO ANY A 11131320IMM ILL OL NORM S3tLWW 'l3W w SLOIWCO 43w0 ANY w/O1Y SNOSSNIO S33NIId3WM ANY JO U3OVNVn 13YOUd 311 AJUON rnHS ONV O13J 3w M SNW0= OV1r SNg4N3RO IIV AJRM 11VHS W13VIl1NW n 'Aa3AW90 NOdn ATUVD311M 030VWn 13YONd RYIII wnas A AID 3w A.AO1 IV14 W13VULNW 3PU SIN3'1n300 N=fWLSNW ILL M LN31M A SHM53M w SLN3A3LV1S ORLL7110007 SN IMM 1131ONVd3wSO 39 3113w OvIoNs 11 SwUOwO WCSa3 ONV 'Xwx 3w A WUfO3X3 01 OUVUU SNOU3WS3V ORV S31YUJAG 301710ld 01 TWLL3n SNW 01 DMIVUU SNO1laNW HIM J13SI04 INmMOV AnnJ IIVHS CNV US 3141 IWA TM4 0013MUIMW 3tL '06 01 NOLUd V T 1 PAY REM NO. ITEM UNrr PLAN FINAL 1a1-1 YOBIJLITKN - L.S. 1 -- -- -- --- --- 102-1 MAINTENANCE OF TRAFFIC --- amwic AND GRUBBING -- -- — - - LS. I -- 110-1-1 L.S. — t -- 110-4-10 REMOVAL OF EX MG CONCRETE S.Y. 170 110-4-10 REMOVAL OF EXISTING ASPHALT R LIMERICK BASE — -- SY. 1,700 110-15-z EXSTM TREE PROTECTION AND PRESERVATION TYPE 9' SIAMLIZATION_ (127 (MR LBR. OF 40) - - LS I- 160-4 SY. 2.010 _ 162-1-II CLEAN SOIL LAYER LRIOW BASE ( (PRUED) -- -_- SY. 100 --- 210-1-1 SY. 2.010 - 337-7-M ASPHALT CONCRETE FRICTION OOURSE TRAFFIC C. FC-9.5, HW POLYMER (1'-2' 7VCk) (RESURFAM) TON 110 425-6 ANJIST EXISTING VALVE BOXES. UM BOXES, FIRE HYMAKIS, MANHOLE COVERS AND CATCH BASINS L.S. 1 _ 520-1-10 CONCRETE CURB AND GUTTER pLw -n INCLUDES COST OF UNFROCK LF. 510 520-2-2 CONCRETE CURB (TYPE '01 INCLUDES COST OF UNFROCK LF. 150 520-2-4 CONCRETE Cl= (TYPE -01 INCIAES COST OF LD07W LF. 450 522-1 CONCRETE SIDMX (4- TOOCIQ RIMING RAMPS S.Y. 150 526-1-2 PAVERS. ARCHITECTURAL SIDEWALK S.Y. 100 527-2 DETECTABLE WARNING SURFACE S.F. 150 _ 575-1-1 _ SOOGLNG WISACOLA LAIR OR MATCH EXSONG) (INCLUDES WATERING AND M04DNA M S.Y. 730 SIGN UNCLE POST. RELOCATE _ A.S. 2- _700-2-50 700-2-50 SIGN SINGLE POST. REMOOE ---�-- - AS - 5 7OD-40-1 SIGN SINGLE POST (LESS THAN 12 SO FT.) (STREET NAME) - A.S. 4 7DD-40-1 SIGN SINGLE POST (LESS THAN 12 SO FT.) (R1-1 STOP/D3-1) A.S. 1 7DD-40-1 SIGN SINGLE POST (LESS THAN 12 SO FT.) (RI-2 YIELD) A.S. 4 — 700-40-1 SIN SINGLE POST (LESS THAN 12 SO FT.) (RS-4) A.S. 4 700-40-1 --_- - SIGN SINGLE POST (LESS THAN 12 SO FT.) (R4-7 KEEP RIB A.S. 4 700-40-1 SIGN SINGE_ POST (LESS THAN 12 SO FT.) 2-6/N16-9 TRAFFIC MCIE/AHFID) AS. 4 7D0-40-1 SKIN SINGLE POST (LESS THAN 12 SO FT.) (WIl-2/WI6-7PL PEDESTRIAN CROSSING) A.S. 6 706-3 MARIER PAVEMENT RETRO-REFLECTIVE _ EACH 6 - 711-11-121 THERMOPULSDC. SOUR. WHIM 6' - LF. 600 711-11-122 THERMOPLASTIC. SOLID, WHITE. Ir THERMOPLASTIC. SOLID. WIM 12' - v -- ^- LF. 50 _- 711-11-123 LF. 200 - -- 711-11-125 - DIERMOPLASOC. SOUR, WNOF. 24' LF. 275 711-11-211 THERMOPIASOC. SOLID. YELLOW. 6' RIERMOPLASDC, SOLID. YELLOW. 16' 1}NERlA0PlA5T1C, SOUR, YELLOW. 2'-4' SO). C � LF. 900 711-11-241 L.F. 25 711-11-241 G.Y. 0.01 PAY ITEM NOTES INCLUDES THE COST OF FURNISHING, INSTALLING AND BARRICADES, FLASKNG LIGHTS, TEMPORARY PAVEMENT INCLUDES 5 TONS OF CONTINGENCY TO DE USED IN INCLUDES COST OF LIMEROCK INCLUDES COST OF UMEROCK INCLUDES COST OF UMEROCK INCLUDES EXCAVATION AND FILL FOR THE CONSTRUCT INCLUDES WATER AND FERTILIZER. REMOVING ALL ITEMS OF MAINTENANCE OF TRAFFIC NOT PAD FOR UNDER MARKING. TRAFFIC SIGNAL MODIFICATION FOR TRAFFIC CONTROL. ETC. 1HE AREAS WHERE OVERBUILD MAY REQUIRED. _ — --- — - - __ - -_ —_ - -- - _ _- - — SM :1Gl Ji V N�' CM. of aG-Vl n l..c..l. +o .wae nnl a ,Nova. 43 oT 89 Sta ntec oa f—Ift "s1ft ao Cad0oOY RDtlO""' MCM.eswlwp w. e�wVYb�M�00 Vde�w -. gj+�i..w.+. y�•.�ssi+w cc.w<.« .�..e.w.........�...�r......a"...,.w.c.. SW 69tl, STREET NL : SW 63rd CL DITERSECTION IMPROVEMENTS SW 63rd Ave. TRAFFIC CIRCLE SUMMARY OF PAY ITEMS Pm*dit scab 215015002 _^•�• a" kow C.-Oi d 10 ,.` �� e, to .�O1 �7 o.. c... .,wm bXW w ti.+ «.�+m s> 3$r3!$3tE���� m 5 fitI IIIII�� w o F W e o fQl w qp 15 Ngh f , 1 ,M 5tIgx etl.a$31 e� a 3gR p i 8g t()g9 I' >i�Fgtl Ya a t f tag p� @S €Ee Nil i � ppppp gggg gL3p 3 { p ,. Pill: ilhis AIR If M at 5 s s I S •' IJJ —'� (:� r - , 11 tt a ��e � Illlllllp �„� � I II III I II• �E 6339 63P7 SW 69th STREET pia .-�-- s —wN T. \ ` r i I i r AIM Stantec SW SMAS REE 6. TERS CTION IMPROVEMENTS PAVEMENT ARKINGgRKING PLN SW MMU MFRKnON IMPROVEMENS Prb Rx aY SM19 WNA.e.TPAFFICFIPGLoE YtY15003 SEE PLANS _ u21MIN yr AS e189 _ m C-03 a 70 05 1 z Q a o w b F pit m (] rY� � 0 k LLI L Vl i o F- ZLLI 8�di Q Cal a �. m to Hip Q III - $ z ^� V) h =E:� h rA7 SIB; w� Q� it ,1 w O CO n coal ti � ! ``r``"�� �hutttlHip��¢ � :- Qi uj �r�r� IIIIIIIII� Pw ��� � � �Y IIIIIIIII• L � n 14 lls 11b alHJ O W •{ ..►situ s'tL0t�.t�l1M1a0o1�.Ma t "I JJ) r IV#.J 0 Z tojQ7 ; W IV Z W b 2 vwJ 0 4 91 s y` jail JI! I Do: It -If LU fill -0 pis g� 1 1 / ' + �•+ � U i g 10 ch \\-- 1 ' INV y ~� `���0,�•••. .����• it ` \tea �? 6:• y � ~ � �� `, ��+•. �p 4, ` =yam IR A All R r� � \ \ 1 fin• �fi 1i������ it i f � � v pool LU leg f2l ",S m 'I•ri ' i ` , ' 3 it ~ + I���� R lip,; Il� WISO 41 r Ir 77 W tm �eu'Lm�i t1MLY1.1 a�al r I I I � 1 yy ypU _ I°It I ' I I 11 i I I • ¢ � i$ Sr: R 1 I •R' R..e N W � a g+� 1• c H s lij `Op0 .I....c7,� I� E Iit R ;\ 'F�:•�Z� lN,.� r ill 0 s /'//ryf1; 11111101� EXHIBIT 2 SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69T" STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 Insurance & Indemnification Requirements 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 Contract, 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 -contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. B. No insurance required by the CITY shall be issued or written by a 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 insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as will 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 be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a) 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 FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or death of any person other than the FIRM's employees; (d) claims for damages insured by usual personal injury liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting there from; (f) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle, (g) claims for bodily injury or property damage arising out of completed operations; and (h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract Firm's Insurance Generally. The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below. Workers' Compensation Insurance at the statutory amount as to all employees in compliance with the 'Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as presently written or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' Liability at the statutory coverage amount The FIRM shall further ensure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. Commercial Comprehensive General Liability insurance with broad form endorsement, as well as automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including. • Personal Injury: $1,000,000; • Medical Insurance: $5,000 per person; • Property Damage: $500,000 each occurrence; Umbrella Commercial Comprehensive General Liability insurance shall be written on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and $2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: (a) Premises and Operation (b) Independent Contractors (c) Products and/or Completed Operations Hazard (d) Explosion, Collapse and Underground Hazard Coverage (e) Broad Form Property Damage 50 of 89 54 (f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. (g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) plus an additional One Million Dollar ($1,000,000.00) 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 of Florida, and must include: (a) Owned Vehicles. (b) Hired and Non -Owned Vehicles (c) Employers' Non -Ownership Subcontracts: The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract shall contain the same insurance provision as set forth in these insurance and indemnification requirements, other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM where applicable. Fire and Extended Coverage 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 to and constituting a part of said buildings or structures. The policy or policies shall also cover machinery, if the cost of machinery is included in the Contract, or if the machinery is located in a building 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 of all Subcontractors performing Work. B. All of the provisions set forth in the Miscellaneous section below shall apply to this coverage unless it would be clearly not applicable. 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 be responsible for securing other acceptable insurance prior to such cancellation, change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of 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 to the CITY covering the same. C. The policies shall contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy or 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 of the CITY as well as contractual liability provision covering the Contractors duty to indemnify the City as provided in 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 of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated A.VII or better per AM. Best's Key Rating Guide, latest edition and authorized to issue insurance in the State of Florida. All insurance policies must be written on forms approved by the State 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" of the Policy (as defined in Article I of this document) which shall include the declaration page and all required endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the following endorsements: (1) a policy provision or an endorsement with substantially similar provisions as follows: "The City of South Miami is an additional insured. The insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of `bodily injury", `property 55 damage', or "personal and advertising injury" and it will provide to the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage B"; (2) a policy provision or an endorsemerkivRM%ubstantially similar provisions as follows: "This policy shall not be cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving the City of South Miami ten (10) 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 City." & If the FIRM is providing professional services, such as would be provided by an architect, engineer, attorney, or accountant, to name a few, then in such event and in addition to the above requirements, the FIRM shall also provide Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the FIRM shall become legally obligated to pay as damages for claims arising out of the services or work performed by the FIRM its agents, representatives, Sub Contractors or assigns, or by 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 Insurance, 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 in writing by the city at the city's sole, absolute and unfettered discretion. Indemnification Requirement A. The Contractor accepts and voluntarily incurs all risks of any injuries, damages, or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Contractor or anyone acting through or on behalf of the Contractor. B. The Contractor shall indemnify, defend, save and hold CITY, its officers, affiliates, employees, successors and assigns, harmless from any and all damages, claims, liability, losses, claims, demands, suits, fines, judgments or cost and expenses, including reasonable attorneys fees, paralegal fees and investigative costs incidental there to and incurred prior to, during or following any litigation, mediation, arbitration and at all appellate levels, which may be suffered by, or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates, employees, successors and assigns, by reason of any causes of actions or claim of any kind or nature, including claims for injury to, or death of any person or persons and for the loss or damage to any property arising out of a negligent error, omission, misconduct, or any gross negligence, intentional act or harmful conduct of the Contractor, its contractor/subcontractor or any of their officers, directors, agents, representatives, employees, or assigns, or anyone acting through or on behalf of any of them, arising out of this Agreement, incident to it, or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. C. The Contractor shall pay all claims, losses and expenses of any kind or nature whatsoever, in connection therewith, including the expense or loss of the 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, affiliates, employees, successors and assigns shall be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of the them, and arising out of or concerning the work or event that is occurring on the CITY's property. In reviewing, approving or rejecting any submissions or acts of the Contractor, CITY in no way assumes or shares responsibility or liability for the acts or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through 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. Thus, the design professional's obligations as to the City and its agencies, as well as to its officers and employees, is to indemnify and hold them harmless from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the 56 performance of the contract. END ORIED ION EXHIBIT 4 CONSTRUCTION CONTRACT SW 69r STREET & SW 63"D COURT INTERSECTION IMPROVEMENT & SW 69nt' STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 THIS CONTRACT was made and entered into on this (Ali V 10by and between?661Jtf I h1iSX00a0t- SG41¢5 r''Jc' (hereafter referred to as "Convector"), and the City of South Miami jhereafter referred to as "Owner"). through its City Manager (hereafter referred to as "City'). WITNESETHt That, the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: I. The Contractor shall furnish all labor, materials, equipment, machinery, tools, apparatus, transportation and any other 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 to as the Work 2. The Contract Documents shall Include this Contract. General Conditions to the Contract, 6 any, the drawings, plans, specifications and project manual, if any, any supplementary or special conditions, other documents referring to this contract and signed by the parties, the solicitation documents ("hereinafter referred to as "Bid Documents') and any documents to which those documents refer which are used by the Owner as 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 to be performed under this Contract on a date to be specified In a Notice to Proceed and shall 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 of this ContraR 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 Lump Sum amount of. 156, 868.50 but Stu P):LD ry s„ �s �led� %+n ,) rat � s,xry �/sf�- guars rs , --— tsv.uovo..amewe�G".e) ("Contract Price"). S. The expenses of performing Work after regular working hours, and on Sunday and legal holidays shall be Included in the Contract Price. The City may demand, at any point In tlme, that any part or all, of the Work be performed after regular working hours. In such event, the Respondent shall have no right to additional compensation for such work However, nothing contained herein shall authorize work on days and during hours that are otherwise prohibited by ordinance unless specifically authorized or instructed In 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 retalnage (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. 7. Upon submission by the Contractor of evidence satisfactory to the Owner that all labor, material, and other costs incurred by the Contractor In connection with the construction of the Work have been paid In full, 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 seventy five (75) calendar days after the completion by the Contractor of all Work covered by this Contract and the acceptance of such Work by the Owner. 8. The Work shall be completed in 120 calendar days. In the event that the Contractor shall fail to complete the Work within the time limit stipulated In the Contract Documents, or the extended time limit agreed upon, In accordance with the procedure as more particularly set forth In the Contract Documents, liquidated damages shall be paid by the Contractor at the rate of SL250.00 dollars pgr 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. 9. It is further mutually agreed between the parties hereto that If a Payment and/or Performance Bond ("Bond') Is required and If, at any 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 if, for any reason such bond ceases to be adequate to cover the performance of the Work or payment to subcontractors and suppliers, the Contmcto96WA?at Its expense within five (5) business days after the receipt of notice from the City so to do, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City. In such event, no further payment 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 is furnished in the manner and in the form satisfactory to the City. 10. No additional Work or extras shall be done unless the same is duly authorized in writing, and in advance of the work, by appropriate action by the City and in accordance with the Contract Documents. I I .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 Commission, then the Effective Date Is the date of 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 counterparL be deemed an original Contract. CONTRACTOR: PERRIN I NTERNATIONAL SERVICES. INC. Signature: Print Signatory's Name: Title of Signatory: Orepury Perry I'resideni ATTESTED:,, � o OWNER: CIT FSOU MIAMI Signature: IV r lM Signature: Nken Payne Shan Karnali City Clerk City Manager Read and Approved as to Form, Language, Legality. and Execution Thereof Signature: City Attorney 57 of 89 EXHIBIT S CONSTRUCTION CONTRACT GENERAL CONDITIONS CONSTRUCTION CONTRACT SW 69TM STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69TM STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 Whenever used in these General Conditions or in the other Contract Documents, the following terms shall have 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 of a Contract Document if that specific provision contains a definition of these terms: A,ddenda: 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. Application 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. The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices and other terms for the Work to be performed. Bidder. Any person, firm or corporation submitting a response to the Owner's solicitation for proposals or bids 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 by the CONTRACTOR and its surety in accordance with the Contract Documents and in accordance with the laws of the State of Florida IC =0 Order A written order to the CONTRACTOR signed by the City Manager authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued after execution of the Contract. Work Order Proms Is: 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 Drive, South Miami, FL 33143, unless the context wherein the word is used should more appropriately mean *the City of South Miami. -Construcdon Observer. An authorized representative of the CONSULTANT, if any, or otherwise a representative of the City assigned to observe the Work performed and materials furnished by the CONTRACTOR. The CONTRACTOR shall be notified in writing of 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 to 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. Contracdl3g Officer The individual who is authorized to sign the contract documents on behalf of the OWNER. CONTRACTOR: The person, firm or corporation with whom the OWNER has executed the Contract CONSULTANT: The person identified as the CONSULTANT in the Supplementary Conditions or, if none, then CITY's designated representative as identified in the Supplementary Conditions. EW, A period of twenty-four hours measured from the beginning of the day at 12:01 a.m. and it shall be presumed to be a calendar day unless specifically designated as a business day. per: The number of twenty-four (24) hour periods following the event to which the word "days" refers commencing at 12:01 a.m. at the start of the next day.fafore, in computing any period of time prescribed or allowed by the Contract Documents, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday. Sunday or legal holiday, in which event the period shall run until the end of the next business day that is not a Saturday. 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 CONSULTANTS recommendation of final payment (unless responsibility for the protection thereof has been delegated to the Owner); 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. Ara wig 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 to in the Contract Documents. Reid 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: (a) A written amendment of the Contract Documents signed by both parties, (b) a Change Order signed by both parties, (c) a written clarification or interpretation if issued by the CONSULTANT in accordance with paragraph 9.3 or (d) a written order for minor change or alteration in the Work issued by the CONSULTANT pursuant to Paragraph 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. Nson-conforming Work means work that does not conform to the Contract Documents and includes work that is unsatisfactory, faulty, or deficient or that does not meet the requirements of any applicable inspection, reference standard, test, or that does not meet any approval required by, or referred to in, the Contract Documents, or work that has been damaged prior to CONSULTANTS recommendation of final payment (unless responsibility for the protection thereof has been assumed in writing by CITY). 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. Project: The entire construction operation being performed as delineated in the Contract Documents. PoliQs 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. B ±- 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 dearly means otherwise. Shop Drawings: All drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by the CONTRACTOR, a Subcontractor, manufacturer, supplier, or distributor, and which illustrate the equipment, material or some portion of the work and as required by the Contract Documents. Samples* Physical examples which illustrate materials, equipment or workmanship and establish standards by which the Work will be judged. Scecifications: Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work. Subcontractor: An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at 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 the repair of minor "punch list" items; or if there be no such certification, the date when final payment is due in accordance with paragraph 14.9. However, in no event shall the project or portion thereof, be deemed to be substantially completed until a certificate of occupancy or certificate of use is lawfully issued by the applicable governmental 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 an item, but who does not perform labor at the site of the Work. Su__ reZ 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 on the project. 59 of 89 Work: Any and all obligations, duties and responsibilities necessary for the successful performance and completion of the Contract. Nod= The term "Notice" as used herein shall mean and include all written notices, demands, instructions. claims, approvals and disapprovals 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 individual, firm, or corporation, or if delivered at or sent by registered mail to the last known business address. Unless otherwise stated in writing, any notice to or demand upon the OWNER under this Contract shall be delivered to the City Manager and the CONSULTANT. ARTICLE 2 — PRELIMINARY MATTERS Award: 2.1 The CITY reserves the right to reject any and all Bids, at its sole discretion. Bids shall be awarded by the CITY to the lowest responsive and responsible Bidder. No Notice of Award shall be given until the CITY has concluded its Investigation, as it deems necessary, to establish, to the satisfaction 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 take into consideration alternate and unit prices, if requested by the Bid forms. If the Contract is awarded, the CITY shall issue the Notice of Award and give the successful Bidder a Contract for execution within ninety (90) day after 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 as provided in Section 6.1 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 (10) calendar days of receipt of the Notice of Award. A Contract Document that requires the signature of a party may be executed in counterparts separately by each of the parties and, in such event, each counterpart separately executed shall, without proof or accounting for the other counterpart be deemed an original Contract Document. Forfeiture of Bid Securitv/Performance and Payment Bond. if any are required by the applicable RFP: 2.3 Within ten (10) calendar days of being notified of the Award. CONTRACTOR shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached. 2.3.1 Each Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to OWNER the completion and performance of the Work covered in such Contract as well as full payment of all suppliers, material man, laborers, or Subcontractor employed pursuant to this Project. Each Bond shall be with a Surety company whose qualifications meet the requirements of Sections 2.3.4. 2.3.5, and 2.3.6. 2.3.2 Each Bond shall continue in effect for five years after final completion and acceptance of the Work with the liability equal to one hundred percent (I 00%) of the Contract Sum. 2.3.3 Pursuant to the requirements of Section 2SS.OS(I ), Florida Statutes, CONTRACTOR shall ensure that the Bond(s) referenced above shall be recorded in the public records of Miami -Dade County and provide CITY with evidence of such recording. 2.3.4 Each Bond must be executed by a 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 of successful continuous operation for a least five (S) years. 2.35 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. 2.3.6 The CITY shall only be required to accept a surety bond from a company with a rating A. VII or better. 2.3.7 Failure of the successful Bidder to execute and deliver the Contract and deliver the required bonds and Insurance documents shall be cause for the CITY to annul the Notice of Award and declare the Bid and any security therefore forfeited. Contractor's Pre -Start Representation: 60 of 89 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 in any manner affect performance of the Work, and represents that it has correlated its study and observations with the requirements of the Contract Documents. CONTRACTOR also represents that it has studied all surveys and investigations. reports of subsurface and latent physical conditions referred to in the specifications and made such additional surveys and investigations as it deems necessary for the performance of the Work reflected in the Contract Documents and that he has correlated the results of all such data with the requirements of the Contract Documents. Commencement of Contra t Time: 2.5 The Contract Time shall commence to run on the date stated in the Notice to Proceed. Starting the Project: 2.6 CONTRACTOR shall start to 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 in Article 1), prior to the date on which the Contract Time commences to run, except with the written consent of the CITY. Before Starting Construc 'on: 2.7 Before undertaking each part of 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. It shall at once report in writing to CONSULTANT any conflict, error, or discrepancy which it may discover. Neither the OWNER nor the CONSULTANT shall be liable for any harm, damage or loss suffered by CONTRACTOR as a result of its failure to discover any conflict, error, or discrepancy in the Drawings or Specifications nor shall the CONTRACTOR be entitled to any compensation for any harm, damage or loss suffered by the CONTRACTOR due to any conflict, error, or discrepancy in the Contract Documents. Schedule of Completion: 2.8 Within Five (5) business days after delivery of the Notice to Proceed by CITY to CONTRACTOR. 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 of its submittal. If 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 at the 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 Oualifications of Subcontractors. Material men and Suppliers: 2.10 Within five (5) business days after bid opening. the apparent lowest responsive and responsible Bidder shall submit 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 to furnish principal items of materials or equipment) proposed for those portions of the Work as to which the identity of Subcontractors and other persons and organizations must be submitted as specified in the Contract Documents. Within 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, person, or organization on such list The failure of the CITY or the CONSULTANT to make objection to any Subcontractor, person, or organization on the list within thirty (30) calendar days of the receipt shall constitute an acceptance of such Subcontractor, person or organization. Acceptance of any such Subcontractor, person or organization shall not constitute a waiver of any right 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 an acceptable substitute without an Increase in 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 M 9 Sne and materials to be furnished, shall be regarded as meaning that only best practices are to prevail and only materials and workmanship of the best quality are to be used in the performance of the Work. 3.1 It is the intent of the Specifications and Drawings to describe a complete Project to be constructed in accordance with the Contract Documents. The Contract Documents comprise the entire Contract between the OWNER and the CONTRACTOR. They may be altered only by a modification as defined in Article I. 3.2 The Contract Documents are complementary; what is called for by one is as binding as if called for by all the documents. if 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 CONSULTAhMs 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 to the Owner shall apply 3.3 The words "furnish" and "furnish and install', "install", and "provide" or words with similar meaning shall be interpreted, unless otherwise specifically stated, to mean "furnish and install complete in place and ready for service'. 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 is an essential part, and shall be approved by the CONSULTANT before installation. The above requirement is not intended to include major components not covered by or inferable from the Drawings and Specifications. 3.5 The Work of all trades under this Contract shall be coordinated by the CONTRACTOR in such a manner as obtain the best workmanship possible for the entire Project, and all components of the Work shall be installed or erected in accordance with the best practices of the particular trade. 3.6 The CONTRACTOR shall be responsible for making the construction of habitable structures under this Contract rain proof, and for making equipment and utility installations properly perform the specified function. If the CONTRACTOR is prevented from complying with this provision due to the Drawings or Speciflcations, 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 Manufacturers literature, when referenced, shall be dated and numbered and is intended to establish the minimum requirements acceptable. Whenever reference is given to codes, or standard specifications or other data published by regulating agencies or accepted organ®lions, 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. 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. 3.11 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. In 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 of Contract Documents as a guide. 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 (a) Change Orders (b) Amendments/addenda to Contract 62 of 89 (c) Supplementary Conditions, if any (d) Contract with all Exhibits thereto (e) General Conditions (f) Written or figured dimensions (g) Scaled dimensions (h) Drawings of a larger scale (i) Drawings of a smaller scale 0) Drawings and Specifications are to be considered complementary to each other ARTICLE 4 — AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS Availablllty of Lands: T 4.1 The OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be done, rights -of -way for access thereto, and such other lands which are designed for the use of the CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the OWNER, unless otherwise specified in the Contract Documents. Other 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 at no cost. Subsurface Conditions: 4.3 The CONTRACTOR acknowledges that he has investigated prior to.bidding and satisfied himself as to the conditions affecting the Work, including but not limited to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, river stages, tides, water tables or similar physical conditions 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 as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an 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 to 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 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 in writing, of: 4.4.1 Subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents, and 4A.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 if it finds 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 for, performance of any part of the Work under this Contract. 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 4A 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 S — INSURANCE Contractor shall comply with the insurance requirements set forth in the Supplementary Conditions to the Contract ARTICLE b - CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence: 6.1 The CONTRACTOR shall supervise and direct the Work. It shall be solely responsible for the means, methods, techniques. sequences and procedures of construction. The CONTRACTOR shall employ and maintain a qualified supervisor or superinten*gf(bpreinafter referred to as "Supervisor" at 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 to the Supervisor shall be as binding as if given to 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 to the Supervisor shall be mailed to the CONTRACTOR'S home office). 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 to the City at all times and it shall be delivered to the CITY upon completion of the Project labor. Materials and Equipment 6.2 The CONTRACTOR shall provide competent, suitably qualified personnel to lay out the Work and perform construcdon as required by the Contract Documents. It shall at all dmes maintain good discipline and order at the site. 6.3 The CONTRACTOR shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, local telephone, water and sanitary facilities and all other facilities and incidentals necessary for the execution, testing, initial operation and completion of the Work. 6.4 All materials and equipment shall be new, except as otherwise provided in 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 6.S 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 as otherwise provided In the Contract Documents. Work, Materials, Equipment. Products and Substitutions: 6.6 Materials, equipment and products incorporated in the Work must be approved for use before being purchased by the CONTRACTOR. The CONTRACTOR shall submit to the CONSULTANT a list of proposed materials, equipment or products, together with such samples as may be necessary for them to 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 or other salient requirements and that other products of equal capacities, quality and function shall be considered. The CONTRACTOR may recommend the subsdtudon 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 of the CONSULTANT, such material, article, or piece of equipment is of equal substance and function to that specified, the CONSULTANT may approve its substitution and use by the CONTRACTOR. Incidental changes or extra component parts required to accommodate the substitute will be made by the CONTRACTOR without a change in the Contract Price or the ContractTime. 6.6.2 No substitute shall be ordered or installed without the written approval of the CONSULTANT who shall be the judge of quality. 6.6.3 Delay caused by obtaining approvals for substitute materials shall not be considered justifiable grounds for an extension of construction time. 6.6.4 Should any Work or materials, equipment or products not conform to requirements of the Drawings and Specificadons 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. at any dme before completion and acceptance of the Project All such Work shall be done at the expense of the CONTRACTOR. 6.6.5 No materials or supplies for the Work shall be purchased by the CONTRACTOR or any Subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the Seller. The CONTRACTOR warrants that they have good title to all materials and supplies used by them in the Work 64of89 6.6.6 Non -conforming Work. The City of South Miami may withhold acceptance of, or reject items which are found upon examination, not to meet the specification requirements or conform to the plans and drawings. Upon written notification of rejection, items shall be removed or uninstalled within fire (S) business days by the CONTRACTOR at his own expense and redelivered and/or reinstalled at his expense. Rejected goods left longer than thirty (30) calendar days shall be regarded as abandoned and the CITY shall have the right to dispose of them as its own property and the CONTRACTOR thereby waives any claim to the good or to compensation of any kind for said goods. Rejection for non-conformance or failure to meet delivery schedules may result in the CONTRACTOR being found in default. 6.6.7 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 or incurred thereby. 6.6.8 The CITY reserves the right, in the event the CONTRACTOR cannot provide an item(s) or service(s) in a timely manner as requested, to obtain the good and/or services from other sources and deducting the cost from the Contract Price without violating the intent of the Contract. Concerning Subcontractors: 6.7 The CONTRACTOR shall not employ any Subcontractor, against whom the CITY or the 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 be liable to the same extent that they are responsible for the acts and omissions of persons direcdy employed by them. Nothing in 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 organization, except as may otherwise be required by law. CITY or CONSULTANT may furnish to any Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to the CONTRACTOR on account of specified Work done in accordance with the schedule values. 6.9 The divisions and sections of the 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. 6.10 The CONTRACTOR agrees to bind specifically every Subcontractor to 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 to the Work to bind Subcontractors to the CONTRACTOR by the terms of these General Conditions and other Contract Documents insofar as applicable to the Work of Subcontractors, and give the CONTRACTOR the same power as regards to terminating any subcontract that the OWNER may exercise over the CONTRACTOR under any provisions of the Contract Documents. 6.12.2 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 If and when directed by the CONSULTANT in writing. 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 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. This paragraph shall be made a part of the subcontractor's contract with the Contractor. Patent Fees and RMIdes: 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 A0. 3amages. 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. 6.14 The CONTRACTOR shall be responsible for determining the application of patent and/or royalty rights as to any materials, appliances, articles or systems prior to bidding. However, he shall not be responsible for such determination on systems which do not involve purchase by them of materials, appliances and articles. Permits: 6.15 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 of the Work. which are applicable at the time of his Bid. When such charges are normally made by the CITY and when so stated in the Special Conditions, there will be no charges 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 lighting; 6.16 Electrical power required during construction shall be provided by each prime CONTRACTOR as required by it This service shall be installed by a qualified electrical Contractor approved by the 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 safety. No temporary power shall be used off temporary lighting lines without specific approval of the CONTRACTOR. Laws and Regulations: 6.17 The CONTRACTOR shall comply with all notices, laws, ordinances, rules and regulations applicable to the Work. If the CONTRACTOR observes that the Specifications or Drawings are at variance therewith, it shall give the CONSULTANT prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate modification. if the CONTRACTOR performs any Work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the CONSULTANT, it shall bear all costs arising there from; however, it shall not be its primary responsibility to make certain that the Drawings and Specifications are in accordance with such laws, ordinances, rules and regulations. Discrimination: 6.17A 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: 6.18 Cost of all applicable sales, consumer use, and other taxes for which the CONTRACTOR is liable under the Contract shall be included in the Contract Price stated by the CONTRACTOR. Safety and Protection: 6.19 The CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. They shall take all necessary precautions for the safety of. and shall provide the necessary protection to prevent damage, injury or loss to: 6.19.1 A11 employees and other persons, who may be affected thereby, 6.19.2 All the Work and all materials or equipment to be incorporated therein, whether in storage on or 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 of construction. 6.20 The CONTRACTOR shall designate a responsible member of their organization at the site whose duty shall be the prevention of accidents. This person shall be the CONTRACTOR'S Superintendent unless otherwise designated In writing by the CONTRACTOR to the CITY. EmeMancles• 6.21 In 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. If the CONTRACTOR believes that additional Work done by him in an emergency which arose from causes beyond his control entitles him to an increase in the Contract 66 of 89 Price or an extension of the Contract Time, he may make a claim therefore as provided in Articles I I and 12. Shop Drawings and Samples: 6.22 After checking and verifying all field measurements, the CONTRACTOR shall submit to the CONSULTANT for review, in accordance with the accepted schedule of shop drawing submissions, six (6) copies (or at the CONSULTANT option, one reproducible copy) of all Shop Drawings, which shall have been checked by and stamped with the approval of the CONTRACTOR. The Shop Drawings shall be numbered and identified as 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. 6.23 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 dearly as to material, manufacturer, any pertinent catalog numbers and the use for which intended. 614 At the time of each submission, the CONTRACTOR shall notify the CONSULTANT, in writing, of any deviations between the Shop Drawings or samples and the requirements of the Contract Documents. 6.2S 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 of a separate item as such will not indicate 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 of corrected copies of Shop 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 or sample with the requirements of the Work and the Contract Documents. 6.26 No Work requiring a submittal of a 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 at the site and shall be available to the CONSULTANT. 6.27 The CONSULTANTS 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 CONSULTANT, in writing, to each deviation at the time of submission and the CONSULTANT has given written approval to the specific deviation, nor shall any review by the CONSULTANT relieve the CONTRACTOR from responsibility for errors or omissions in the Shop Drawings or samples. 617A The CONTRACTOR shall be liable to the OWNER for any additional cost or delay that is caused by its failure to notify the CONSULTANT of any of said deviations or conflicts between Shop Drawings or due to errors in the Shop Drawings or samples. Cleaning Up; 6.28 The CONTRACTOR shall clean up behind the Work as much as is reasonably possible as the Work progresses. Upon completion of the Work. and before acceptance of final payment for the Project by the 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. roadways, sidewalks, parking areas, lawn and all adjacent property. In addition, the CONTRACTOR shall dean his portion of Work Involved in any building under this Contract, so that no further cleaning by the OWNER is necessary prior to its occupancy and he shall restore all property, both public and private, which has been disturbed or damaged during the prosecution of the Work so as to leave the whole Work and Work Site in a neat and presentable condition. 6.29 If the CONTRACTOR does not clean the Work site, the CITY may clean the Work Site of the materials referred to in paragraph 6.28 and charge the cost to the CONTRACTOR. Public Convenience and Safety: 6.30 The CONTRACTOR shall. at all times, conduct the Work in such a manner as to insure the least practicable obstruction to public travel. The convenience of the general public and of the residents along and adjacent to the area of Work shall be pi—RdMor in a satisfactory manner, consistent with the operation and local conditions. "Street Closed" signs shall be placed immediately adjacent to the Work, in a conspicuous position, at such locations as traffic demands. At any time that streets are required to be dosed, the CONTRACTOR shall notify law enforcement agencies and in particular, the City of South Miami Police Department. before the street is dosed 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. Sanitanr Provisions: 6.31 The CONTRACTOR shall provide on -site office, and necessary toilet facilities, secluded from public observation. for use of all personnel on the Work Site, whether or not in his employ. They shall be kept in a dean 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. Indemnification: 6.32 Contractor shall comply with the indemnification requirements set forth in the RFP and in EXHIBIT 2 of the Supplementary Conditions (Insurance and indemnification requirements). 6.33 In the event that any action or proceeding is brought against OWNER or CONSULTANT by reason of any such claim or demand. CONTRACTOR, upon written notice from CITY shall defend such action or proceeding by counsel satisfactory to CITY. The indemnification provided above shall obligate CONTRACTOR to defend at its own expense or to provide for such defense, at CIT rS 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 or CONSULTANT. 6.34 The obligations of the CONTRACTOR under paragraph 6.33 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 of or the failure to give directions or Instructions by the CONSULTANT, its agents or employees provided such act or omission is the primary cause of injury or damage. 6.34A All of the forgoing Indemnification provisions shall survive the term of the Contract to which these General Conditions are a part Indemnification shall not exceed an amount equal to the total value of all insurance coverage required by Section 5.1 of this document Indemnification is limited to damages caused In whole or in part by any act, omission, or default of the Contractor, the Contractors subcontractors, sub -subcontractors, materialmen, or agents of any tier or their respective employees to the extent caused by the negligence, recklessness. or intentional wrongful misconduct of the indemnifying party and persons employed or utilized by the indemnifying party in the performance of the construction contract RespgnsibiliV for Connection to Existing Work: 6.35 It shall be the responsibility of the CONTRACTOR to connect its Work to each part of the existing Work, existing building or structure or Work previously installed 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, highways, public carrier lines, utility lines, either aerial, surface or subsurface, etc., shall be done In accordance with requirements of the special conditions. The OWNER will be responsible for obtaining all permits necessary for the Work 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. 6.36.1 The CITY will cooperate with the CONTRACTOR in obtaining action from any utilities or public authorities involved In the above requirements. 6.36.2 The CONSULTANT shall be responsible for obtaining elevations of curbs and gutters, pavement, storm structures, and other items which must be established by governmental departments as soon as grading operations are begun on the site and, in any case, sufficiently early in the construction period to prevent any adverse effect on the Project Cooperation with Governmental Departments, Public 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 parties") owning or controlling roadways, railways, water, sewer, gas. electrical conduits. telephone, and telegraph facilities such as pavements, tracks, piping. wires, cables, conduits. poles, guys, 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 to obtain authority from these third parties for relocatoi���e CONTRACTOR desires to relocate the item. The CONTRACTOR shall give all proper notices, s a l comply with all requirements of such third parties in the performance of 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. 6.37.1 The CONTRACTOR'S attention is called to the fact that there may be delays on 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 in every way possible, so that the construction can be completed in the least possible time. 6.37.2 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 no plea of misunderstanding will be considered on account of damage or delay caused by his ignorance thereof. Use Premises: 6.38 CONTRACTOR shall confine its apparatus, storage of materials, and operations of its workmen to the limits indicated by law, ordinances, permits and directions of CONSULTANT and CITY, and shall not unnecessarily encumber any part of the site or any areas off site. 6.38.1 CONTRACTOR shall not overload or permit any part of any structure to be loaded with such weight as will endanger its safety, nor shall it subject any work to stresses or pressures that will endanger it. 6.38.2 CONTRACTOR shall enforce the rules and regulation promulgated by the CONSULTANT and OWNER as well as their instructions with regard to signs, advertisements, fires and smoking. 6.38.3 CONTRACTOR shall arrange and cooperate with CITY in routing and parking of automobiles of its employees, subcontractors and other personnel, as well as that of the material delivery trucks and other vehicles that come to the Project site. 6.38A 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 facilities. Protection of Existing PZ212 M ImArovementsr 6.38 Any existing surface or subsurface improvements, such as pavements, curbs, sidewalks, pipes or utilities, footings, or structures (including portions thereof), trees and shrubbery, not indicated on the Drawings or noted in the Specifications as being removed or altered shall be protected from damage during construction of the Project Any such improvements damaged during construction of the Project shall be restored at the expense of the CONTRACTOR to a condition equal to that existing at the time of award of Contract 7.1 The CITY may perform additional Work related to the Project or may let other direct contracts therefor which shag contain General Conditions similar to these. The CONTRACTOR shall afford the other contractors who are parties to such direct contracts (or the OWNER, if it is performing the additional Work Itself), 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 If any part of the CONTRACTOR'S Work depends upon proper execution or results of the Work of any other contractor or the OWNER, the CONTRACTOR shall promptly report to the CONSULTANT in 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 to make Its several parts come together properly and fit to receive or be received by such other Work The CONTRACTOR shall not endanger any Work of others by cutting, excavating or otherwise altering their Work and shall only cut or alter their Work with the written consent of the CONSULTANT and of the other contractor whose work will be affected. 7.4 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 given 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 or entitles him to an extension of the Contract Time, he may make a claim therefore as provided in Articles I I and 12. 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 of such other separate contractors as 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 of 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 be at the expense of CONTRACTOR 7.7 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 to prevent delay in the 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. Lads 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 of CONTRACTOR's own Work. 7.9 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 CONTRACTOR's cost. 7.10 The CITY reserves the right in the event the CONTRACTOR cannot provide an item(s) or service(s) in a timely manner as requested, to obtain the good and/or services from other sources and deducting the cost from the Contract Price without violating the intent of the Contract. ARTICLE 8 — MrS RESPONSIBILITIES, 8.1 The CITY will issue all communications to the CONTRACTOR through the CONSULTANT. 8.2 In rases of termination of employment of the CONSULTANT, the CITY will appoint a CONSULTANT whose status under the Contract Documents shall be that of 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 in respect to providing lands and easements are set forth in Paragraphs 4.1 and 4.2. 8S The CITY shall have the right to take possession of and use any completed or partially completed portions of the Work, notwithstanding the fact that the time for completing the entire Work or any 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. ARTICLE 9 — CONSULTANTS' STATUS DURING CONSTRUCTION. Chi ►'s Representative: 9.1 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 I through 16 of these General Conditions and shall not be extended without written consent of the CITY and the CONSULTANT. 9.1.1 The CONSULTANTs decision, in matters relating to aesthetics, shall be final, if within the terms of the Contract Documents. 9.1.2 Except as may be otherwise provided in this contract, all claims, counterclaims, disputes and other matters in question between the CITY and the CONSULTANT arising out of or relating to this Contract or the breach thereof, shall be decided in a court of competent jurisdiction within the State of Florida. Visits to Site., 91 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 to 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 Internretations: 9.3 The CONSULTANT shall issue, with reasonable promptness, such written clarifications or interpretations of the Contract Documents (in the form of C�Voiggs or otherwise) as it may determine necessary, which shall be consistent with, or reasonably Inferable from, the overall intent of the Contract Documents. If the CONTRACTOR seeks an increase in the Contract Price or extension of Contract Time based on a written clarification and/or Interpremdon, it shall be required to submit a timely claim as provided in Articles I I and 12. Measurement of Ouantides: 9.4 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 to disapprove or reject Work that is "Defective Work" as defined in Article I. It shall also have authority to require special inspection or testing of the Work Including Work fabricated on or off site, installed or completed as provided. In 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 to the cost of testing and inspection, the cost of repairing any of the Work, or the work of others, 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: 9.6 In connection with the CONSULTANT responsibility as to Shop Drawings and samples, see paragraphs 6.25 through 6.28, inclusive. 9.7 In connection with the CONSULTANTS responsibility for Change Orders see Articles 10. 11. and 12. 9.8 In connection with the CONSULTANT responsibilities with respect to the Application for Payment, etc., see Article 14. Decisions on Disagreements: 9.10 The CONSULTANT shall be the Initial interpreter of the Construction Documents. Limitations on Consultant's Responsibilities: 9.11 The CONSULTANT will not be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions and programs incident thereto. 9.12 The CONSULTANT will not be responsible for the acts or omissions of the CONTRACTOR, or any Subcontractors, or any of their agent, servants or employees, or any other person performing any of the Work under or through them. ARTICLE 10 - CHANGES IN THE WORK. 10.1 Without invalidating the Contract, the CITY may, at any time or from time to 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 I I or Article 12. A written Change Order signed by the CITY and the CONTRACTOR indicates their agreement to the terms of the Change Order. All Change Orders shall be certified by the CONSULTANT as to the appropriateness and value of the change in the Work as well as to any change in the time to complete the Work under the circumstances. The failure to include a time extension in the Change Order or in the request for a change order shall result in a waiver of any extension of time due to the change in the work as reflected in the Change Order. 10.2 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 additional time or additional compensation. These may be accomplished by a written Field Order. If the CONTRACTOR believes that any change or alteration authorized by the CONSULTANTS Field Order would entitles the CONTRACTOR to an increase in 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 hereafter. otherwise he CONTRACTOR shall be deemed to have waived such claim. 10.3 Additional Work performed by the CONTRACTOR without authorization of a written Change Order shall not entitle it to an increase in the Contract Price or an extension of he Contract Time. except in the case of an emergency as provided in paraga $.22 and except as provided in paragraph 10.1 10.4 The CITY will execute appropriate Change Orders prepared by the CONSULTANT covering changes in the Work. to be performed as provided in paragraph 4.4, and Work performed in an emergency as provided in paragraph 6.22 and any other claim of the CONTRACTOR for a change in the Contract Time or the Contract Price which is approved by the CONSULTANT. 103 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 until the CONTRACTOR provides such proof of adjustment in the Bond amount and any such delay shall be charged to the CONTRACTOR. ARTICLE I I — CHANGE OF CONTRACT PRICE. 11.1 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 at 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 a Change Order, make any change in the Work within the general scope of the Contract, including but not limited to changes to or in: 11.2.1 Specifications (including drawings and designs); 11.2.2 Method or manner of performance of the Work. 11.2.3 CITY -furnished facilities, equipment, materials, services, or site. or 11.2.4 Acceleration in the performance of the Work. 11.3 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 is issued by the CONSULTANT and signed by the CITY or issued by the CITY in 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 a timely agreement, an equitable adjustment based on the cost of the Work shall be made and the Contract modified accordingly. 11.5 if the CONTRACTOR Intends to assert a claim for an equitable adjustment or contest the equitable adjustment made by the CONSULTANT, it shall, within ten (10) calendar days 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 of the Change Order, the costs shall be limited to those listed In section 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 final 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 of the following ways: 11.7.1 By negotiated lump sum. 11.7.2 On the basis of the reasonable cost and savings that results from the change in the Work plus a mutually agreed upon fee to the CONTRACTOR to cover overhead and profit not to exceed I S%, 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 as otherwise may be agreed 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 be limited to: salaries and wages, plus the costs of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' compensation, 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 be included in the above only if authorized by CITY and provided it was not in any r yaf "ether 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". 11.8A 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 (2%) 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 I I.S. 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. 1 1.9.6 Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly Included in Paragraph 11.8. 11.10 The CONTRACTOR'S fee which shall be allowed to CONTRACTOR for its overhead and profit shall be determined as follows: 11.10.1 A mutually acceptable firm fixed price; or if none can be agreed upon. 11.10.2 A mutually acceptable fixed percentage (not to exceed I S%). 11.11 The amount of credit to be allowed by CONTRACTOR to 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, 73 of 89 provided however, the CONTRACTOR shall not be entitled to claim lost profits for any Work not performed 12.1 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. 12.2 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 OWNER, 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 12.7. 12.3 If 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 to 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. 12.3.1 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 of damages that will be sustained as a consequence of such delay, and both parties desiring to obviate any question or dispute concerning the amount of said damages and the cost and effect of the failure of CONTRACTOR to complete the Contract on time. The above -stated liquidated damages shall apply separately to each phase of the Project for which a time for completion is given. 12.3.2 CITY is authorized to deduct the liquidated damages from monies due to CONTRACTOR for the Work under this Contract 12.4 The Contract Time may only be changed by a written Change Order. Any claim for an extension in the 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. 12.5 All time limits stated in the Contract Documents are of the essence of the Contract 12.6 No claim for delay shall be allowed because of failure to furnish Drawings before the expiration of 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 a substantial 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 as provided for in Section 12.4 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 of acceleration or Ineffidency, overhead or lost profits, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay. disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable. 12.9 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 is based. 12.10 Dispute Resolution: If any dispute concerning a question of fact arises under the Contract, other than termination for default or convenience, the CONTRACTOR and the city department responsible for the administration of the Contract shall make a good faith effort to resolve 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 issy send a written copy of Its decision to the CONTRACTOR. CONTRACTOR shall complyth such decision and shall not delay the project ARTICLE 13 — GUARANTEE, 13.1 The CONTRACTOR shall guarantee and unconditionally warrant through either the manufacturer or the CONTRACTOR directly, all materials and equipment furnished and Work performed for patent Defective Work for a period of one (1) year 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 patent Defective Work,. 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. In the event that the CONTRACTOR should fail to commence to correct such Defective Work within ten (I 0) 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 of default, 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 CONTRACTOR's expense, and the CITY shall charge the CONTRACTOR the cost thereby Incurred. The Performance Bond shall remain in full force and effect through the guarantee period. 13.2 The specific warranty periods listed in the Contract Documents, if different from the period of time listed in Section 13.1, shall take precedence over Section 13.1. 13.3 CONTRACTOR shall act as agent, on a limited basis for the OWNER, at the CITY's option, solely for the follow-up concerning warranty compliance for all items under manufacturers Warranty/Guarantee and for the purpose of completing all forms for Warranty/Guarantee coverage under this Contract 13A 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 or incurred thereby. 13.5 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 (S) business days by the CONTRACTOR at his own expense and redelivered at his expense. Rejected goods left longer than thirty (30) calendar days shall be regarded as abandoned and the City shall have the right to dispose of them as its own property and the CONTRACTOR thereby waives any claim to the good or to compensation of any kind. Rejection for Non -Conforming Work or failure to meet delivery schedules may result in the Contract being found in default. _;. r_2 _►• 10 &=ents to Contractor 14.1 The Contractor shall not be entitled to any money for any work performed before the issuance of a 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 (10) calendar days before each progress payment falls due (but not more often than once a month), 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 as 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, of those persons. If payment is requested on the basis of 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 by such supporting data, satisfactory to the CITY, which establishes the OWNER'S title to the material and equipment as well as certificates of insurance providing coverage for 100% of the value of said material and equipment covering the material and equipment from all casualties as well as theft, vandalism, fire and flood. The CONTRACTOR shall replace at its expense any stored materials paid for which are either damaged or stolen before installation. The CONSULTANT will within ten (10) calendar days after receipt of each partial payment estimate, either certifying In writing its approval of payment and present the partial payment estimate to the OWNER, or return the partial payment estimate to the CONTRACTOR, indicating in writing his reasons for refusing to approve payment. In the tatter case, the CONTRACTOR may make the necessary corrections and resubmit the partial payment estimate. The 9YV t, 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 retainage shall accrue to the benefit of the OWNER. 141 The CONTRACTOR, before it shall receive final payment, shall deliver to the CITY a Contractor's Final 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. If any person refuses to provide such a release or provides a conditional release, the CITY shall have the right to issue a joint check made payable to the CONTRACTOR and such person. Contractor's Warrants► of Tide 14.3 The CONTRACTOR warrants and guarantees that tide to all Work, materials and equipment covered by an Application for Payment whether the Work, material or equipment is incorporated in the Project or not, shall have passed to the OWNER prior to 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 no Work, materials or equipment, covered by an Application for Payment, will have been acquired by the CONTRACTOR or by any other person performing the Work at the site or furnishing materials and equipment for the Project, under or pursuant to an agreement under which an interest therein or encumbrance thereon is retained by the seller or otherwise imposed by the CONTRACTOR or such other person. Approval of Payment 14.4 The CONSULTANTs 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 to an evaluation of the Work as a functioning Project upon substantial completion as defined In Article I, to the results of any 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 paid or to be paid to him on account of the Contract Price, or that title to any Work, materials, or equipment has passed to the OWNER free and dear of any liens. 14.5 The CONTRACTOR shall make the following certification on each request for payment: "I hereby certify that the labor and materials listed on this 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 to all his Subcontractors and suppliers, except for the amounts listed below beside the names of the persons who performed work or supplied materials'. In the event that the CONTRACTOR withholds payment from a Subcontractor or Supplier. the same amount of money shall be withheld from the CONTRACTOR's payment until the issue is resolved by 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 judgment. Nothing contained herein shall indicate an intent to benefit any third persons who are not signatories to the Contract 14.6 The CONSULTANT may refuse to approve the whole or any part of any payment if, in its opinion, it is unable to make such representations to the OWNER as required this Section 14. It may also refuse to approve any payment, or it may void any prior payment application certification because of subsequently discovered evidence or the results of subsequent inspection or tests to such extent as may be necessary In Its opinion to 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 be verified, 14.6.3 claims of Liens have been filed or received, or there is reasonable evidence indicating the probable filing or receipt thereof, 14.6.4 the Contact Price has been reduced NAM of modifications. 14.6.5 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 6.29 and 6.30, 14.6.7 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, 14.6.8 of liquidated damages payable by the CONTRACTOR, or 14.6.9 of any other violation of, or failure to comply with provisions of the Contract Documents. 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 CONTRACTOR's completion of the Work. Such use shall not constitute an acceptance of such portions of the Work. 14.8 The CITY shall have the right to enter the premises for the purpose of doing Work not covered by the Contract Documents. This provision shall not be construed as relieving the CONTRACTOR of the sole responsibility for the care and protection of the Work, or the restoration of any damaged Work except such as may be caused by agents or employees of the OWNER. 14.9 Upon completion and acceptance of the Work the CONSULTANT shall issue a Certificate attached to the Final Application for Payment that the Work has been accepted by it under the conditions of the Contract Documents. The entire balance found to be due the CONTRACTOR, including the retained percentages, but except such sums as may be lawfully retained by the OWNER, shall be paid to the CONTRACTOR within thirty (30) calendar days of completion and acceptance of the Work. 14.10 Upon The awarded CONTRACTOR will be strongly encouraged to register as an ePayables Vendor with the Owner. The Bank of America ePayables Solution is an automated card payment process that shifts accounts payable disbursements to corporate purchasing cards. ePayables, streamline the process of making payments to your organization going forward the City will provide the CONTRACTOR with a credit card account number to keep on file. This card has unique security features, with $0 of available funds until an Invoice is approved for payment After an invoice has received proper and complete approval, an electronic remittance advice will be sent via e-mail, or fax, which notifies the CONTRACTOR that the funds have been transferred in to the account linked to the card for the amount listed on the Invoice and/or remittance email. Please refer to the ePayables Questions & Answers Form contained in this RFP or contact the OWNER's Finance department at (305) 663-6343 with any questions. Accepgnce of Final Payment as_Release 14.11 The Acceptance by the CONTRACTOR of Final Payment shall be and shall operate as a release 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 to or arising out of this Work. Any payment, 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 or Final Completion of the Work as may be necessary in his opinion to protect the OWNER from loss if he determines, because of subsequently discovered evidence or the results of subsequent inspection or tests, that: 14.12.1 the Work is defective, or that the completed Work has been damaged due to the fault of the CONTRACTOR or any individual or entity operating under or through 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 14.12.2 the Work necessary to be completed for the purpose of certifying the work as being Substantially Completed or Finally Completed cannot be verified, 14.113 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 to the CONTRACTOR BY 20% in the case of Substantial Completion and 5% in the case of Final Completion. 14.12.4 there is Defective Work the value of which, if deducted from the contract price would reduce the amount owing to the CONTRACTOR BY 20% In the case of Substantial Completion and S% 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 to the City of South Miami any money paid as a result of said Initial Certification being issued which shall be paid only when the decertified work is re- certified I S. I The CITY may. at any time and without causWuoflind the Work or any portion thereof for a period of not more than ninety (90) calendar days by notice in writing to the 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. GT May Terminate 1 S.2 If the CONTRACTOR is adjudged bankrupt or insolvent, or if he makes a general assignment for the benefit of its creditors, or if a 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, or if he repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if he repeatedly fails to make prompt payments to Subcontractors or for labor, materials or 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 to 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 of completing 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 by the OWNER shall be determined by the CONSULTANT and incorporated in a Change Order. If after termination of the CONTRACTOR under this Section, it is determined by a court of competent jurisdiction for any reason that the CONTRACTOR was not in default, the rights and obligations of the OWNER and the CONTRACTOR shall be the same as if the termination had been issued pursuant to Section 15.5 15.3 Where the CONTRACTOR'S services have been so terminated by the CITY said termination shall not affect any rights of the OWNER against the CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys by the OWNER due the CONTRACTOR shall not release the CONTRACTOR from liability. 15.4 Upon seven (7) calendar days' written notice to the CONTRACTOR and the CONSULTANT, the CITY may, without cause and without prejudice to any other right or remedy, elect to terminate the Contract for the convenience of the OWNER. In such case, the CONTRACTOR shall be paid for all Work executed and accepted by the CITY as of the date of the termination, minus any deduction for damage or Defective Work. No payment shall be made for profit for Work which has not been performed. I SAA The CITY reserves the right in the event the CONTRACTOR cannot provide an item(s) or service(s) in a timely manner as requested to obtain the good and/or services from other sources and deducting the cost from the Contract Price without violating the intent of the Contract. Removal of Equip 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 or supplies. Equipment and supplies shall not be construed to include such items for which the CONTRACTOR has been paid in whole or in part. Contractor May Stop Work or Terminate SA 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 (30) calendar 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 tolLfWan 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 Independent Consultant, 15.7 The CONTRACTOR and the CITY hereby acknowledges that if the 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, at the CONSULTANT's request, agrees to provide the CONSULTANT with a written indemnification and hold harmless agreement to indemnify and hold the CONSULTANT harmless as to any decision in this regard before the CONSULTANT makes an interpretation, de -certifies a payment application, decertifies Substantial Completion, decerdfies Final Completion, certifies an event of default, or approves any action which requires the approval of the CONSULTANT. ARTICLE 16 — MISCELLANEOUS, 16.1 Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to have been validly given if delivered in person to the individual or to a member of the 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. 16.2 The Contract Documents shall remain the property of the OWNER. The CONTRACTOR and the CONSULTANT shall have the right to keep one record set of the Contract Documents upon completion of 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 upon CONTRACTOR by the Contract Documents and the rights and remedies available to the OWNER and CONSULTANT thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available by law, by special guarantee or by other provisions of the Contract Documents. 16A Should the OWNER or the CONTRACTOR suffer injury or damage to its person or property because of any error, omission, or act of the other or of any of their employees or agents or others for whose acts they are legally liable, claim shall be made in writing to the other party within twenty-one (21) calendar days of the first observance of such Injury or damage. ARTICLE 17 - WAIVER OF JURY TRIAL. 17.1 OWNER and CONTRACTOR knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work thereunder. ARTICLE 18 - ATTORNEYS FEES JURISDICTION I VENUE I GOVERNING LAW, 18.1 The Contract shall be construed in accordance with and governed by the law of the State of Florida. 18.2 The parties submit to the jurisdiction of any court of competent jurisdiction in Florida regarding any claim or action arising out of or relating to the Contract or Contract Documents. Venue of any action to enforce the Contract shall be in Miami -Dade County, Florida. 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 or the breach thereof, shall be decided in a court of competent jurisdiction within the State of Florida. ARTICLE 19 - PROJECT RECORDS. 19.1 The CITY shall have right to inspect and copy during regular business hours at OWNER'S expense, the books and records and accounts of CONTRACTOR which relate in any way 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 to any claim for a period of three (3) years following final completion of the Project During the Project and the three (3) year period following final completion of the Project. CONTRACTOR shall provide CITY access to its books and records upon five (5) business day's written notice. 19.2 CONTRACTOR and all of its subcontractoDO&K re required to comply with the public records law (s.l 19.0701) while providing services on behOWNER and the CONTRACTOR, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project. CONTRACTOR and its subcontractors are specifically required to: (a) Keep and maintain public records required by the public agency to perform the service: (b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise 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 for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency; and (d) Upon completion of the contract. transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract. the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency. upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E-mail: npayne@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL 33143. 19.3 If CONTRACTOR 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 to OWNER for its costs of enforcing this provision, including attorney fees incurred in all proceedings, whether administrative or civil court and in all appellate proceedings. ARTICLE 20 — SEVERABILITY. 20.1 If any provision of the Contract or the application thereof to any person or situation shall to any extent. be held invalid or unenforceable, the remainder of the Contract and the application of such provisions to persons or situations other than chose as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effectand be enforced to the fullest extent permitted by law. ARTICLE 21 — INDEPENDENT CONTRACTOR. 21.1 The CONTRACTOR is an independent CONTRACTOR under the Contract. Services provided by the CONTRACTOR shall be by employees of the CONTRACTOR and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the OWNER. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures, applicable to services rendered under the Contract shall be those of the CONTRACTOR. ARTICLE 22 — ASSIGNMENT. 22.1 The CONTRACTOR shall not transfer or assign any of its rights or duties, obligations and responsibilities arising under the terms, conditions and provisions of chis Contract without prior written consent of the City Manager. The CITY will not unreasonably withhold and/or delay its consent to the assignment of the CONTRACTOR's rights. The CITY may. in its sole and absolute discretion, refuse to allow the CONTRACTOR to assign its duties, obligations and responsibilities. In any event, the CITY shall not consent to such assignment unless CONTRACTOR remains jointly and severally liable for any breach of the Agreement by the assignee, the assignee meets all of the CITY's requirements to the CITY's sole satisfaction and the assignee executes all of the Contract Documents that were required to be executed by the CONTRACTOR IN WITNESS WHEREOF, the parties hereto have executed the General Conditions to acknowledge their inclusion m part of the Contract Documents on this day of . 20_ CONTRACTOR: PERRIN INTERNATIONAL SERVIC C. 80 of 89 Signature: ATTESTED: o Signature: �i- Nken Payne or/ perk Read and ADDroved as to Form. Language. Legality, ai Signature: 81 of 89 Print Signatory's Name: Gregory Perry Tide of Signatory: President OWNER OF SCOUT 1 1AM1 Signature Shari Kamali City Manager EXHIBIT 6 Supplementary Conditions CONSTRUCTION CONTRACT SW 69TH STREET & SW 63Ro COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 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 as identified in the Supplementary Conditions. The CONSULTANT's, if any, and the City's Designated Representative's name, address, telephone number and facsimile number are as follows: Consultant: STANTEC ENGINEERING 901 Ponce de Leon Blvd Suite 900 Coral Gables, FL 33134 Ph: 305/445-2900 Fax: 305/445-3344 B. Termination or Substitution of Consultant 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 at a cost to the CONTRACTOR equal to 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 I, Attachments A, B & C to the RFP and if there is a 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 in the attached EXHIBIT 2 to the RFP and if there is a conflict the attached Exhibit shall cake precedence. F. The Work shall be completed in 120 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 to the Contract that may be to the contrary. G. CONTRACTOR has reviewed and checked all information and data with respect to existing Underground Facilities or conditions at or contiguous to the site and assumes responsibility for the accurate location of all Underground Facilities and conditions that may affect the Work. It is agreed by the parties that no additional examinations, investigations, explorations. tests, reports or similar information or data in respect to any Underground Facilities or conditions are, or will be, required by CONTRACTOR to 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. H. CONTRACTOR has given the City written notice of all conflicts. 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 CONTRACTOR represents. by submitting its proposal to the City, that the CONTRACTOR has received sufficient notice of the resolution thereof from the City, that such resolution is acceptable to CONTRACTOR and that the CONTRACTOR waives any claim regarding the conflicts, errors or discrepancies. 1. IN WITNESS WHEREOF, the parties hereto have executed the Supplementary Conditions to acknowledge their inclusion as part of the Contract on this _ day of .20 CONTRACTOR: Pertin International Services, Inc Signature: !� Print Signatory's Name: Gregory Perry Title of Signatory: President 82 of 89 ATTESTED: Read and Approved as to Form, Lang Legality, and Execution ereof. Signature:_ ty Attorney OWNER: CITY Of SOUTH M/�IAMIn� Signature: Il,(rti(iC/'� Nkeng Payne City Clerk uage, END OF SECTION Signature: Shari Karnali City Manager 83 of 89 EXHIBIT I SCOPE OF SERVICES ATTACHMENT A SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 Scope of Services & Schedule of Values/Summary of Quantities I. General Requirements: The work specified in this Request for Proposal (RFP) shall consist of furnishing all goods, materials, supplies and services to perform the work described in this RFP. The work is to be performed per specifications and the contract documents. This includes, but is not limited to the furnishing all labor of Contractor and the labor of all allowable subcontractors, and cost of disposal of materials as well as all necessary machinery, tools, transportation, equipment rental and permits, to perform all of the Work described in this RFP and which is necessary to provide a completed project that meets all of the needs described in this Scope of Services. Prior to any digging, Respondents must locate all underground utilities and other facilities as well as contacting Sunshine 811 to coordinate the process between excavators and member utilities in Florida so that they can mark the approximate location of underground lines, pipes and cables on construction site. Permit fees are waived for permits required to be issued directly by the City of South Miami. Permit fees from other government entities, if required, shall be the responsibility of the Respondent/Contractor however, in all cases; it is the responsibility of Respondents/Contractors to secure any and all permits that may be required for this project. The work associated with this project should be reflected in the Respondent's proposal and in Respondent's completed Schedule of Values form found on Attachment B to the Scope of Services II. Scope of Work: Proposed scope of work at the intersection of SW 69th Street & SW 63rd Court includes a reduction in the amount of pavement at the radii and proposed scope of work at the intersection of SW 69th Street & SW 63rd Avenue is to construct a new roundabout. Both intersections are oversized which allows cars to make high speed turns. Plans and section will have the reduced pavement of both intersections to meet Miami -Dade County Public Works and the FDOT Green Book. Work activity is limited to the hours from 7:00 a.m. through 6:00 p.m., on weekdays from Monday through Friday. III. Site Location: The project is located at the intersection of SW 69th Street & SW 63rd Court and at the intersection of SW 69th Street & SW 63rd Avenue. See plans for exact location. IV. Construction Notes: 36 of 89 Values utilized for the purpose of this RFP are approximate. Contractor is responsible to field verify the areas, and quantities as per the limits defined by the site plan. WHEN SUBMITTING THE BID PACKAGE, THE RESPONDENT MUST PROVIDE A LUMP SUM PRICE WHEN COMPLETING EXHIBIT 3, RESPONDENT'S BID FORM which must be supported by and be in accordance with the Respondent's completed Schedule of Values found in Attachment B to the Scope of Services, Exhibit I. RESPONDENTS ARE TO COMPLETE THE "SCHEDULE OF VALUES" FORM, EXHBIT 1, `-`SCOPE OF SERVICES," ATTACHMENT &" THE CITY WILL AWARD THE ENTIRE PROJECT TO A SINGLE GENERAL CONTRACTOR BASED ON THE LUMP SUM AMOUNT SUBMITTED. V. Plans and Specifications: Please refer to "City of South Miami Intersection of intersection of SW 69th Street & SW 63rd Court and at the intersection of SW 69th Street & SW 63rd Avenue Capital Improvements Program construction drawings listed as Exhibit 1, "Scope of Services" and Attachment C, "Construction Plans and Drawings." VI. Project Duration: The maximum time allowed to timely complete the construction project is 120 calendar days from notice to proceed. VII. Warranty: If equipment is being provided, the standard manufacturer's warranty information must be provided in writing for all equipment being proposed, including installation by an authorized dealer before final payment is made. NOTE: A Performance and Payment Bond is required for the full amount of the project. Not required with a Respondents submittal. END OF SECTION 37 of 89 EXHIBIT I SCOPE OF SERVICES . ATTACHMENT C SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69T~ STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 "CONSTRUCTION PLANS AND DRAWINGS" 40 of 89 CITY OF SOUTH MIAMI CAPITAL IMPROVEMENTS PROGRAM SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT SW 69TH STREET & SW 63RD AVENUE TRAFFIC CIRCLE INDEX OF SHEETS SHEET NO. SHEET DESCRIPTION CllD COVERSHEET GOI GENERAL NOTES C-01 SUMMARY OF PAY ITEMS C-02 INTERSECTION IMPROVEMENTS SITE PLAN C-07 INTERSECTION IMPROVEMENTS PAVEMENT MARKING PLAN CBd ROUNDABOUT TYPICAL SECTION C-05 ROUNDABOUT DEMDUTION B GEOMETRY PLAN C46 ROUNDABOUT GRADING PLAN C-07 ROUNDABOUT PAVEMENT MARKING PLANS S1 TOPOGRAPHIC SURVEY THE SCALE OF THESE DRAWINGS MAV HAVE CHANGED DUE TO REPRODUCTION f SOUTH MIAMI, FLORIDA ®Stantec 9m ra�ceae men ema. Sm9w Cade. e,.m M13+ Td.,1pSb5 = f W5 d4 M44 —,"nleacom 41 0189 1e111g41JgelYo]:A CITY COMMISSION: MAYOR: PHILIP STODDARD VICE MAYOR: WALTER HARRIS COMMISSIONER: LUIS GIL COMMISSIONER: JOSH LIEBMAN COMMISSIONER: ROBERT WELSH PROJECT No.215615002 NOVEMBER2019 100% SUBMITTAL ���oAluuuIDUF1 rriiiio:. *_ sTaTr of ifiln//uluiN\1h\AV�` 1 F;:o %W rn lloanA 01 A 10-9 Ir1MAfb 064 ON&am 'S'1'N mtost2 VNpab'd S31ON 1VU3Nc 3M?dto 3ld3V2LL'OAV M MS S1N3w3A0adra NW33Sa31N) •10 wa MS 4 133W S 40 MS at•1Nt....V r MMI'�M NiwwwtiY � � .+•�... HNIMA4.A..,...M.+vr.rM,�i1rJ• A. MN� OI 00 �0r4 rMr MM V'M�1,�..JM uMUJb�if..., .I. MP^ W-01JAd3 051." 0%w►1 W 6.4113M aaauers t� AVM M JO !NOW 1V3a1 bO/OIIVLS 00411SIx3 3HL WHIM 011lvisW b0/OM 0313na1SNO3 )a at lbv S1N3nlhobdnt TlV LION IA/6 0117Mxvn SNxx. (11) 001 AIN3AA Si IIIWLYn SS33x1 A 7VSOdSq 0I931031 S1 AVG xbOM k3V1 JO ON] 3W lY ORM313 115 ONV x3n&L hLvM v o3pam.-t 38 71M MuXu"SM3 nob! O2jYb3N3D 1Sn0 x (1406113A 1SLVI) S01 13OMI LOQJ NI 03xVAO SOOH1I0% )W 33U3vbd 01041 Ind 01 Sl 1013vb1M3 'a 321N:M:n Si 1Sn0 A Mtiva]N3D IW ONV S1N3nWX J0 ONIx3Vb1 IOvHM L6-JA 1VW 3tlnSN3 Ol f -N013310bd IVINInNObAN3 JO IM3n11JJYd3a akV 1N3n33VNVn 33tlfWS34 IVIN3ANObANI A 0311111 dW '01 O31tn11 ION In8 'OkfWJ 30 Nv3 SNDtivinolb MuonalstJ03 i)"4"V I6 01 b018d SNO1IVIn23b IV1703J ONV 1VO01 '31V1S "IN bV111nVJ 3nO330 ONY 5300] 310V311ddY IIV NIY100 Ol St a013Yb1ND3 -SNO11Y1nD3b IY83a33 ONY 'IV301 '31VIS 318V31IddV IIV HIM 33NYOb033V NI 030aY35W 38 IIVHS 1401131W1SM3 3NI nOW o31Vb3N3D 31SVJA nY 'I a73DId 39 110 lV341IA t OI IVIhOZWOH ► NVHI a0d3LS SIdOIS Q3000S 04,017na1SNO3 JO M413idnO3 hOdn 31VLS 1V140W Sit O1 03bCLS3b 38 TIN 2N$QVM0 0350006d All 0313311V LON St LVHI NOu3nb1SNO3 A6 ONkIlLS0 OOS DNUSIx3 SSI3Obd N01131IMSN00 31UN3 1.4 1nOH3nOVHL NOUVZIIMVIS a13N1 IbnSN3 Ila OhV xbOM ANY 014:N04036 01 bOWd N1Vn3b O1 DN1dV3SONVl DNtISdII III? 33Vb8 110 bOL3VhIhO0 H SIMI DW1S1x3 JO NO133.LObd CRY DNVJntld 1006 ANY DN:bM S3tV4 IIV 1V 1NX36d LS40811V NY 3AVH 1Snn 6013V41NO3 0 ISn OL bOWd SbnO- (Zl) OAtl A1hiA3S {SVII IV (CSOZ-f0•-SOC SLvh Lnlv3 on31nv ) 113374ON3 13707td IHl KIM SVIUV DkOV1S OrOdQbd ANY A sl N3n3b1nO3a Wi NJnNOSM) 03.A3b IIVNS LA17VULM3 3NI l -M11VD011a/1VAOn31 3111 ANY Ol UC:bd 1N3n1NV0110 Sxbw 3110nd IAVIA H1nOS JO AlO 3HI nObJ S18tb)d 036M]a IIV NIYLBO 11VHS b013Vb1NO3 3NI 'A113 3NI nOaJ IVAObddv bOWd 1f10NLM S33b1 ANY 3knbd b0 31V3013a 'IAOn38 LON IIVHS bOLOVb1M3 lW 3 SI11W1OV N0u3nb1SNO3 O1 1N33Vf0v Q11V3O1 NIVAU 01 SIMI QNnObV GIIIVISNI 38 IIVHS N011D3LObd JIM '0 0313310ad 38 at SV16V IV311WO DNAJUN301 'A 3AanS N0113na15NO3-3bd 3NL N1 OINWAILI0 W SV 631aav8 3nVId WWIIVn 1N31YA11WI 00 DhIONIJ N01L3nb1SM3 DLLSVId SY HIM 'wib3Lvn ON0N3J I1eYWW Xn -a L7Lobd 38 01 33a1 3W CkMbV 8MIAV6 118551A AINON • IV3SAHd V IIVLSW '.bv55333N NINM 133'04101 SIHL NI IVAORIS 33a1 ON 38 110 MINI 3 AVM-JO-1/Mxb S.13iObd 3HI 01 1N33VCCV A111Yg3M1 b0 W.10 Sb]1/1Vld OM S]311 DkOVAVC INIAlbd 'a S3311 ONUSMI JO 3%ndl60 3W WHIM an330 OInOHS 13Y'Obd $NJ &0$ Sail A113Y 113N10 10 ONOVIS ON V IvIn7mi)RN3 lx 10A3Abn5 ONvi 03b31S03b V0160IJ V AO 031JI1b33 38 11WfS SMIJVAII3 No M1LVnbOJN1 .11:1`19-SV. IIV ► *SJNIn3A0adn1 llV JO SNOUVA311 ONY SNOUV301 'SN06143n10 ONV S30NVH3 NO1311b1SN03 .1108-SY. MONS OL ODUVn 30 IIVHS SDNMVbO 3S3H1 SDN(MVbO 13vb1NO3 .111ne-SV. 11Y JO 135 I131dn03 3NO 011033b A 113140003 3NI 01 11nOnS 1WH5 b013V11N0J 3NI '11411RAV4 IVNIJ Ol bOthd 0NV 'NOU3nVlSN03 JO Not131dpoo Mdn C S1VA11IL10 131A OS !V 1NIn3AVd A S3003 ONV NMOb3 OVOS 3HI Jo S)Gvvo x3ob 03HSddJ IHJ OM SNOarrnLSW ONnOb3tl]ONn IIV A SICV10 LN3NLLb3d ONV SMUVO01 IW Oh MOM 13LNIn3AObdn1 3S3H1 GO SMId .LWM-SV- 01033110 A tl3243h3 3W NSotbnj T1VHS &OLDval"m 3W (1M3n7AVd 11YNdSV 0W3rld 3bOJIS ONV) N4 13n115NO3 35ve x30a3nn 01V S1N3n3houd1u awouSb3ow JO Nou3ldnoo Nodn "Z SNVId 01 OM040033V A113Vx3 lInG LON A1113YJ ANY A NOUVA713 ONY NIVN31'NOUVDOI 13Vx3 3W SDhAV&Q NOt10nb1SN03 A LX SA1 NO 00033b IIVHS bOLDVI LM7 3N1 'ed' 3141 JO SSUDOW AVVO 3W DwbM t - S1NIr4= Oa033110 1:)rCbd 0 'MUOnbisM31 o 3NI 0138 OLStx3 NOYMA IVW NYNI b11118 60 at IvnO3 NOu0M3 V Ol aIb01S3b 30 IIVNS S33VJbfS a3Avdhn iiv 3 '3SN3dx3 SW13Vb1MD 3W 1V 190AWInS ONVI 03a31503b VOWOU JO ILVIS V AO 03101S3tl 30 IIVHS MU3na1SN03 ONWRO bolovalM7 3NI All 03AGIUSM bO 030,13n3b 'S33143MIJA 1NINVnb3d 80 SLN3nRNOn A183dCtW IIV 'e 'NOUWM3 1VIN ONY MII3 v M !d3) V3aV 3HI ONV 11WA 3111 JO SUMild 3HI ONWnO a0 03SOdS10 Aln01OVJSLIVS ONY 03AOn]b 30 IIVHS SWGIa 80 IYUJAYn HOfM 'SNOIIVOIdO S.600VIUM3 3W Jo llnSlb Y Sr 3a*wiSI3 bo 'SNS1la N31Y3 'SMYbO i3H2ioa Y35bno:) b31vM NI 033Y7d NIJB 3AYN 80 '01141 Q3MOU b0 031SYM SVH Stb030 bO SlvW3lvn 3a31M C SNO11Yb0ISla N3M tlOJ 03Sn 38 11rH5 SOo•U3n okV SWwlivn 310Yi1n5 xbOM DNIdVM"I OW xIVA 'AVM3AW0 AWSS3331J ITW '03kJ1031 SY 00 IIVNS SUGLOVULMO iU 'ON] 1VHl OISNOUV63dO A ONYWD3B 3NI 01 MxBd 4134110311 M ON4SIx3 LYW 01 1V1103 ISV31 lv MDUIONOD V 01 SIUOIdnl bO *000dx103 'xbOM SA! AG CMV14v0 ALb3do8d 31vAWd 10 311WW AM '01133&0 SV ONY N" '33V1d3b bO 3101S31 1WHS bDI3Vb1NOD 3.41 Z MII3 NDOM Ld3MS 38 IIVHS SY MY 03AVd ]nl H5VM1 M WWLVn SnIdMM A a IlY v373 LJII 36 IIVHS LIS I;rObd 3W 'dn-M713 IvNU Nadn OM 'tl3NMn NY313 OM Ir3h v W a3Nfvimvn 30 11YI/S Sv3nv 1N33vrov llv ONV 311S L33'Obd 3NI '140113MUStM ONJ#W t - do DN:Nv31D V 'n167S015-[D3S83 x 6610 Zip 7NVllr~OD pS 33N3N3ANO3 S.11 1V JNUSII 33NVbnSSV A111W10 nbOJb3d NV3 A113 'A113 01 03OAObd 3a 1Snn Sl InSU SS330414 00/V0 boloVb11403 3HI JO lbrd 38 IIVHS (ONAYd) 1S03 DW1SL IIV f 0331V*N3 3H1 As 03133" 3431AM 110WO1I JO ILVIS IOU AG 03114111i37 AbO1Vb081I1 OWIS31 1NIONUXItI NY All N7)Vl 18 nVHS 1S31 ALMN30 Z 01131411103 36 IIVHS 1^1 SxRl 01*0333x3 S3t19bVVI0I" ANY Lvldnll 3HI 1lotlJ ►/I NVW 3WA ANVA ION IIVHS 331FJe1S DNWVIM )Ni A 1Y1U ONV 3ShnO3 XVB 3W A 33VJWIS O3NSIMI 3HI I OWLSII 1S1LY1 10 viol NOA3nbISN03 30Oae ONV Qvob bat SNOUV31033415 OUVONVIS 100J 3111 A 51N3nUM1,3a 31LL 141W nbOJM7 11Yt6 i:)v wns OWa o 3W A NOILV11VJSN1 '• V3bV 0311IN3 3HI bOJ 03171bd Ili-OMI-1 O1/SVV bad SV A16N30 nnAJXVA 3HI A SSG OL 0313vdn03 38 IIVHS 3SbnO7 XVB 'f BIAYI 31DNtS V No a13Vld .e Jo SS3N) HA nnn:N:n V 38 11vNS SY3bv 03Avd bat lvW71vn Xbn03 Xv8 Z 3 OWU 3n 66-1 O1/SSVV A6 0343Ab3130 SV A16N343 PAMXVA 3W JO 3=4 JO nrinxn v a1 (aiwom A 'cunsvLS ONO 0313v4M3 X ilvms Sr3bY DkUWVd ONY AYMQVOb bOJ laVbOBnS 3"1 JO .Cl dOl )U I WU:)Vdn03 V NOUV111/ISNi SNO(1Y31J03dS l3rObd OM IIVL30 bad SV 1Sd 000'C A H13N311S nnn:N:n v HIM 1130043 1 SSY13 JO a313nb1SNO3 l0 11VNS S)olvMiolS L3b3M3 033b01W1b f SNVId 3NI NO 0311133dS 3SMb3H10 SS31NA 'AVMOVOtl bOl S6-3I ONV SO-dS 30 INNS 533v IbM tlwNdsv Z (SY3bV DNOWVd V S13391S IVDOI 801 XOS) nn*3NDYn ONY nn131V3 A SLVNOOBv3 Sol 10 nnnJ'Ito V Him 311100 IRWA x30b3no a1HSna3 Ie 11vH5 3san03 XVB 1 SIVWI1VA 0 -1n0 MVS 38 IIVHS 4143AMV4 JO 3D03 DNUS1xI ].0 '1143n3AV4 DhUSIX) OL a3133140NO3 36 01 S1 LNIAIAVd OIS0e0bd ANY 3b" C 3SN3dx3 SJ1013VIUM03 3k1 1V 03WIS30 AlbldObd 30 IIVN5 NOUDfIb1Sk03 Ae 030vnY0 b0 LnD '1 Nln3AVd OWISM3 IIV Z -Xve x3oaln1l 10 Mu3na15NOD 01 bolas Q3lndno3 IB nvks sltuuin ONnosob3cw iiv I �1Va31410 'V ,oh,Ava xi xbOM JO 33NV1d333V 3WJ38 03NV313 ONY 03NSn1J 38 OL 3av SNISvQ N31Y3 DNILSIx) C S3bfb3nbis A 8LN33 INL 01 O1304343J3a MY SoN'Mvbo 37JNb OUd V NVId No O1S SWON31 ONV S33NVISIC Z S30r80 DN11SRc3 ISO MIN 01 nb01NO3 OL OLSfrOV 30 AVn SNVId M kUQWS SY SNOUVAIII AS OM SIIVb3 Hn OM NSYB H31113 1 7viiihm v 'SIF331[]3i7F.'QCR3 AA 'bLlavio N1 .0 kYW SS31 SIPS xo" OkV SOMVO1O MI 'L1S YOI NVHI SS31 DNAVH )001 03HWW b0 Sanlxln x0ob-ONYS 'QNYS IB 11v15 ilIpove OkY 11(J O *MU3nhisMD o3sodoad 3NI JO 11313nIb3d 3HL QNOAIO .S 1SV31 IV 01 03dd1bIS 38 7IVHS SIVA 100111 MY3H ONV MUV1303A 'lgsdOI 11Y 'V Sr,� 'IA fag ONV 102 'wY CVVCNVIS SY HDnS '033143b)Ab 39 AYn SCOVONVIS 100J SAU bat 433N*143 13Md 3W OL WA08d" 60J 33N3nOIS N0113R11SN03 V 3CAO1d OL b013Vb/M3 3AUV1N3SIWIM A10 3141 JO N06S"31d SS3bW(3 1nW1M S1noN OMxwo mom / INOdN oMano 143d0 LAI 30 01 38Y 1J C MN! a34310 SIIOH 910 S314314341 ON C 3t104111 NYWIS303d OM UV1110,"30t WOG A Al1JYS 3W 31fMSV 01 030V3tUVe aNV 03xbVn Alaldoad 30 nVHS SAYMxIVM 00 SAVMOVOV 01 1N33VrQV S3WN ONV S3N3N3UI N3dO IW Z ZOOS16Sti ON 133fObd 'Hdn OZ 20 01 1 0113nbiSN03 ON1b00 033dS AbOLVln33b 'SIN3n3tlin0ju ONY SQbY0NV1S IMVIn HInOS JO Alto %o0J (,a o*1'n'n) 537A30 10611403 OIJJVbl nbOJINn 'V1Ar1. I41 I{4tSlIQp1!lj11._ t/1M 33NVOOD33V NI 30 IIVHS 3111Ytl1 JO l3NVN31NIYn NOIVI1101a D1JAVhL e �IV1fqM4,-;,,b A1131113113 ONV 'S311h3vJ •,A�•'••••AA•� JJ `b , AbYI WYS 'L3AbX bll vM AbraOdn ]1 AlddM bOb01 lo/1YbaV at AlIkO1SNOd53b S.1013vb1NO3 3W 30 i1YHS 11 aU�o� V 11• � VO�y - S311110VJ A4v/Adn3: v 3"76-811Q 'i $31r4x1J slaaW516 •y�� ,1U JOY '1N3nd:fW3 dV ON Vn 17(I 116 OS 33b A tl37NON3 AB ON01ddY ONY Ol 0311 UelK ]B IIVHS $ONMYtlO J£0J6�k ` �1 AJ�A\ �_.� �� MM dOHS '11V11V1SNI bO NOUD1 VISD b13H1 Ol bQibd V S7h10VsaaQlls ^ IVN1J I 313a3IsveNOO 3k30a3nn C AbOM kWN03 �G DNllxl QNYIDN1hym 'L 11 116V311"Y WHO 'Sn311 DNNOIWI 3W A NOu33dSNl )H1 01 bWbd ONV NOu31149/SNOD ONsd0318 OL b041d SbnOH 8► iSV31 IV NOVA WROS A 4113 IHl V OW334 A 11I31oON7 3W AJUON INNS 0013vb1Na3 3W v AI i.Rb3d CIMM38 ANY DN'WV1BO bOJ 37BSNDdS3b S1 0013V611403 3NI V ,si m I:I ni11 ION 1W k1 O101117h1 36 llYHS x10JM smi A 1S03 motlaf11t1SN03 A XYNd 1NY3UINDIS HDVI JO 16V1S 01 bPbd'NOS NO113MUSb03 133n06 d OkY Salllll NOt1Y3UUON SN32110 otp nl3td S1Y1tl31Yn NOuYnaOJM 3110nd 3NI JO ONIIONVH 3W WN A113 3NI ISSSV INNS a013vb1NO3 I tllNMO lW V0tl! riAbddV NI111MM 1nOHIM Alb3dObd 31YAIbd ONUlRBv NO 011311101403 38 ION 11VHS YJV60LS lYWI1Vn QNV ONIOVIS 10 V111Y ON0Y1S 413d010d V DNOAGbd Val IIOSNOAIV 30 INNS AIOLOVVIN03 w 36VJ130 QNV NLIYIN 3119nd lkl 131LObd OL 3115 xtgM 31n3X 11M bolovatko3 D A10 3HI OL LSO3 ON IV 0311Y04 3e 110 1t XN81HIO 'SAYMIAtbO NO 30v1W0 ANY 1N3A1bd AI11IJIMV3 01 bO13VaIN03 I S1Nionhon aNv SbIkWJ ONVI IIV 13310bd Ol 318SNOdS3a S1 bOLDV111N O 3 nlIGObd 3.1 IAIOSIb 01 N3xV1 38 MO SIW%SVIn 11VWdDbddV 1VNI OS 08011b JO 613NON3 3HI AJtlON AIIIVQIM IIVHS 11012WUNM 1.1 'NO41VAV3x3 NOdn 03a3AO364 Si Np13na1SNM ONUSIx3 NY 11 NOU311111SNO3 Ol bOlbd S3111113YJ ONUSIx3 A NOUV301 ONV SNOUVA313 IW Ab113A WHS LON A11113VJ ANY UOJ bO NMOHS S11110YJ IW A A3ran33v ]NJ b01 A11118SNOdS31i ON S31AnSSV A113 3N1 V 133MON3 3NI 'saa0338 I1GYIVAV nObJ NMVba 31V SONWVVO 401134141151403 NO NMOMS SV SX1113YJ ONUS1x3 A N011VO01 -0 (03a:nola it) 'Noe3natsNo3 Ot bOlbd 03ISM3S 38 OL SLNInJSVI Allllln Ilv '3 'M1IVAYOx3 NV ONMeN030 at bolad WON e► LSv31 !V b38nm POLVOIJI1623 . Oki 'veboli b0J 1tr3 )NO LVLS 3WHShM, V NIVIBO IIVHS 10012VNINW 3W a 01110318 JO 831140147 IN1 ONV WIV1N353ad3b L331'Obd WtVIA WnOS JO A10 30n13M OL 33k3b3J/03 NO131111SNO31Nd V 30NVbbV QhY ObO31b A &33NON3 3HI 0VLN03 INNS 601DVbiNO3 INl .03330bd OL 331LON. }U A 10331M Ltl NOdn V x DkVAOY M ova K1nOS JO A10 3NI HIM 3LVkJOWO3 C3Lnn OW SIx3ON1 Oav"L5 3W MIA 33kVObO33V M SLSOd 3lvbrdn M NM Ol11VLSW A INS S6 033dS AWAVV/g3M OW Q3ldS CIWM1 Nan o2 30 IIVHS SAVM 13AVIU 3MZ WO IOU NxUM OMIIMVIS3 C33dS A001VIM3b 0 0310N 3sMb3N10 5531Nn '(oA o N) '6Z0( A nn1Y0 ivouai A 1Y3u3oo3o IVNDILVN M 03SVH 3bV SONNvbO NOILDna1SMD IW M NMONS SMOLLYA313 TIV 'J 'SMelv11103a WIV34 ONV A13JYS IV301 ONV 31VLS TIV ONV 'OZ6t JO 13V WIVIH OM A13JVS IVKOIVd1330 IV03031 JO SINIn3411101b 3NI 11V HIM 3Dkvn4n03 !ONUS NI ONV 83NNVn 3JK V NI INN 3e IIVHS NO113na1SM3 IIV '3 IIW311ddV 113t401 SXW 1VSIOIJ CNV 31VLS 1V301 63H10 IW ONV ]003 ONJOIMB VNbOL WoZ-6t SOaVONvis NDK30 LLOO J ' n b )a A1MW3 XNa-twin 'Invw Hincs A A10 3W JO SNMLVDU03d$ ONY SQbV"IS LW OL nbOJN03 7I1NS SlYI811VA OM 040113111SM3 TW 0 xbOM ANY JD 1143030143AMM 3NI Ol Wlbd S3111UVVMIW 10 S13nJ1403 1131410 ANY 10/0NY SNWSSIA0 'S30NUU3510 ANY JO 1033VNYn L33rattd 3W AJUON 11WHS OM C13IJ 3NI M SMU*NW ONY SN04NIn10 IW AJ.b3A IIVNS b013WU1407 3 'Ab3A03S10 NOdn A1Lva" b37vNvn 1370bd shin W(10S A A10 391 AXIOM IIVNS b013WIL"M 3KI 'S1N3nnwo Nou3nuisNO3 3141 M LN31M JO SNWJSInO b0 SiNJAIJVIS ONU31101400 'SN06SNq 'S313kvdIb3S.O 30 383W QVION5 e SM11gM3 ONUSMI ONV ')bOM 3NI JO MI111331C3 01 031Y13a SNOU3181SM aNY S3uinOtJ710 3amomi at 'NOt13n1LLSM3 at ONUYIlb SMutatow HIM p3snM JN1Yf1D3V AllnJ IIVHS " 1195 3NI 1S10% IIVHS bO1DV911403 3HI 'Oq 01 a01b4 N -s3�3iaysnaav 'I Icc g I 8p8 81� . 8.53 R N-n.- -♦y�_r-♦ m.N-m-�(>. N,N-P-N-O I d fu co 0 � I `j 3. e i Q�9 i LLU I t LI c I B Uj a ��d I , �r'RyI•Ij z I L i gg 1069611 Y Yt V df �F2¢4p�4T�[ i_ p0�4{{fF f� yy !9 49 atl C f ���ggggg�� Y �!6 R N L et t I �e � 4��� ��� _' t. • 3� a 3€3€ f b 5 5 yF o• �B a I �\ Pxxnmimmu�nii § IJpJ gyCpp+ :�'_ Ill its, 01 5v � i �� � ' GpapB� „����•i�/NJien*m an��x I ' I � - Non i A d O $ Y ih0 Rim Y[ d 11 z atn y co ea a O U • z O L' N �9 Ialso .e a ru 5 I`I� m LL 1 It LLJ Z x S70 ,poil O - fit-- r h > J s i � J aPD o !2 C L W .o ! ♦ � \ �'� 6•t rye - - WO O� r I} wK ° Qoxz 1-4 ` < ICE oO F ODa O5Ky=jK OQ1 t� oaz =gam WWq Wy R� a� ONO _g 5�1 Vol."� :a W; age � B< W gob Vwa6 4�i rQ _ .. wa S2Qui tt Si OO� Wpm zaLLC 81221 w p p oe= 12 w h o I°H a y e o ;. 3 t< 3 tk'9W $ li v i of 3Oi"� k' >< U°.w aWq O :'mW i•a�c sag O�0 Q u°a°=x gS0.9Wj0 w.<..� �Q w�. '�ouo �UW� I If °1CL K O V < Q- allou a< 6< T I W IN 0) A O MI Ti.7]IwY.-IEOi1KIlV+.1MIK�1\MWIeu Mi PAWMff art M j I MATCHLINE B-B LEGEND cR — _ 0 WTYl/ l0w.. or (v / I fttwu W wrAw I I / �_ x To NE / -- ® --- / •/Qf�� r A r ae, °ruy are. � / I � � I rFEDCPXM a ICEllr i / Fib a �� / wAr M !O) tray o..rr. ! -J l� _ - - i / AD r MATCHLINE B-B rOQEEc*,mAwo 63 �4 4 = 7 , W OL TLaCA11L 03 SAM an a WAta '�_ i '�i. tmatlw o/ tlblly rratar m aArss s awardllw d�' t77m a am= Dw. asrAmw , `t rb ' - w an a wiw ` atom o N esw reef s�ery � u� rm RAW SW Oft AW Sta tiilLLie tit/• � • �, '4ro. i ;�i t an. olurt" ryR � w rArraGM► W M/pa aa/ wars+ a abmr/ •swo A� w aad it sorow. W com Deli .ow role tar � $rem SL su N►17IV 0"Aso i .'' �'' � i �o� .eadb ra w~. � ..wwuw a.. ar..o,. w _ _ `Aj - t7r raiMraNr M 1M�M�b w &Vbw of mmd m `- so ana>r a Im axst rwc AS FB yam Ras pr�rw.an�.a... _ c m. acwna� srAloAAo .ea Maw (TV.) / a/ ner+ea saa w ilr . i.s iarV ` sDEYNx W mAM ,' Rny _ �' Ra'►e'� vmClmAM a r hb Ib mmie } cwmw M avb "do Aw M Yam" to _ ` �i s�sNw odor bwaw am sm (SIM) !ir 2 rho, I L/ CO a MT14 co -qm co a TOwla a c iVgA J' , 'p. 1 0 cvA nnMl ram c trrc 1811 ye 9' Y y' 1` °m0ei EIRB YOD DIa nmr. TIr[ r \ S W 69T van Mt COW a QRit1 � r.....rr. ro' a� _ \ aaaT wE u rat tour ms fo _ H S >vx MGM ow ma w (nr.) Nam a'Od �\ WARN tact. nMrZNIr ME rrrat +ocos ccrosl tnE u _ D= cmwm tuo t Nam s= - rmaRwt rAr am a Korn Dust. V= (1) r _ _ _ _ r aotaan ' sttwx m mauve W mxw -------- _ _ gut to KWA '�' — ;s lit A_. ' ':q _ _ A° — (,. ------ - y :° 't Q 8 ��k $ N ntor.Rmr ®� - - maaaooA C2 ' . cm a arrtta RA UNE �aiaa �� ` �� _Iry �l~ 4� "`+ 0 2� oast. To 1. =k- �- ' DOSR. UN MMTA MATCH ` ' `� N a. d- Cow, T9[ ��.+ Ad 1 H i•! — 1 — —\ �' \ , .a. Ram b P. �' y Al �3�TTtt ItrO�tJi WESIP r� i \ M'v — aNiOJ LaaSf. t2L19Vlp/ rmaaaAa Ono \ - RMar. Tit[ ti-- DOSR' ) UV CUT ! WRN` \ \\ \ 1 aMa a Nan m / �, P Cow.".C1+ _ _ Ro eE DOST. V"AxN \ \ I 0=. ttrE �. _ _ - ro- a>Aa - 8� �L 1 1\ I v Nam , pmew. tRrE r dl ~ --t-- 04 EMT. COMM 1 I CURB V_ 11IW "gym 1 11 1 rri pro. 'r opcl Imo IN MATCHLINE A -A SAW an a UVCHMr. MAIM fi ----_ Rost Dataas TTaacma TO at aoo"STX Rm a oli. i poiSA oamt EtE M art a WARN t m 4 rmr§TRO aurr Dw. taaatm mN Mg.DEYAT CN _ TO at ROOM (1Ss µme) EaaT. CQN= Ma - �QAai't�� i otiST, w+ (story OE I m- 6rm PCDMVAAX r W SLQWC W K1UW / Q / XW ATOA[ r rmESTwAM two ' � < / '4� TO u TlalaM Mom r¢eslaAM RAr / &rM PAMMM �Iab :rA-- [stAaT Mon m I / ' ! p / / ItLFaAfyCTJpM sw. nn t wTN c , RE aiauTm _ Dust. atvATtN / ;' / ; b!� r MOE t1[iSv A11Eiw► RfGatRS7lFtlCAGw %MV.. BMW-rExsTAwl RAW I Sfi� laaa7di .'O��t„ / 11U1N1p1/!//// �Erni Saar. Almv4sv MATCHLINE A -A tdrtt%Uq of noft. rY7 s*+n a nara 6240 Stantec SIN Eft STREET 6 : ROUNDABOUT DEMOLITION & GEOMETRY PLAN swre.c.ol-WdI~W SIN 63tdCt.INTERSECTION IMPROVEMDM PqwMa sew cld. rewa 33134 SW 63rd Ave. TRAFFIC CIRCLE 215615= SEE PLANS r� ia.r Dswp4a. 9yR 9r+sa .. wsr.wrrw..r.wrr, .r«►.vww�r.n�r.,r w.r.... M Ow O.r wm C.Qrj d 10 r rowrr. w r+r..rrrw f r 1 % f J C 1 = fL i ! a w b 1 1 fIx w si Ion O• •4! i• C Q J I � U 9 0 o l l m i U Q 1 Q o' v Y O O r0 J _ Ms s ' ayOf AN e s♦I YYit co e O ` ° tu \ 1! 4/ J4 ri -_ C9M m S s p 1 Go I / W I 11 1 I 1 I f I I ti t 4i 1 I •; A ' O 0. o i 1 I II It ! p ui 8 i � Q t I I � � Ms 1 Q I T 66am q I 0 � pqunuul9,ry,9 1. .* �Q l0 S!Sz H f',. -,,4 ............:o �s �yw P W 11 II��N pdp55 13 I EXHIBIT 3 SW 69T" STREET & SW 63ao COURT INTERSECTION IMPROVEMENT & SW 69T" STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 RESPONDENTS BID FORM THIS PROPOSAL IS SUBMITTED TO: Steven Alexander City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 I. If this Proposal is accepted, the undersigned Respondent agrees to enter into a Contract with the City of South Miami in the form included in this Solicitation Package and to perform and furnish all work as specified or indicated in this Solicitation, including as sec forth in Exhibit 1 (Scope of Services, Attachment A, 8 & C) for the Proposed Price as set forth below, within the Contra[[ 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, if required. This Proposal will remain subject to acceptance for 180 calendar days after the day of the Proposal Opening. The Respondent, by signing and submitting this proposal, agrees to all of the Germs and conditions of the form of contract that is a part of the Solicitation package with appropriate changes to conform to the information contained in this Bid Form. Respondent agrees to sign and submit the Bonds, if required by this Solicitation, required insurance documents, and other documents required by the Solicitation, including the Contract if not already submitted, within ten (10) calendar days after the date of the City's Notice of Award. 3. In submitting this Proposal. Respondent represents that: a. Respondent has examined copies of all the Solicitation Documents and of the following Addenda, if any (receipt of all which is hereby acknowledged.) Addendum No. eP, Dated: lls b. Respondent has familiarized himself with the nature and extent of the Contract Documents, the proposed work, site, localicy, and all local conditions and laws and regulations chat in any manner may affect cost, progress, performance or furnishing of the Work. c. Subsurface conditions: If applicable to 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. ii. Respondent has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies in addition to or to supplement those referred co 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 of the Work at 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, or will, be required by Respondent for any reason in connection with the Proposal. The failure of the Respondent to request a pre -bid marking of the construction sice by any or all utility companies shall create an irrefutable presumption that the Respondent's bid, or proposal price. has taken into consideration all possible underground conditions and Respondent if awarded the contract, shall not be ended to a change order for any such condition discovered thereafter. ili. Respondent has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. iv. Respondent has reviewed and checked all information and dam shown or indicated in the Solicitation Package or in the Contract Documents with respect to existing Underground Facilities or conditions at or contiguous to the site and assumes�reseonsibility for the accurate location of all Underground Facilities and conditions that may affe @oWork. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect to any Underground Facilities or conditions am or wig be, required by Respondent in order to perform and furnish the Work at the Contras Price, within the Contract rime 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 a written request to the Croy for additional information prior to submitting the bid or proposal as required In subsection 0 above, d. Respondent has given the City written notice of all conflicts, 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 City. that such resolution is acceptable to Respondent and that the Respondent waives any claim regarding the conflicts, errors or discrepancies. e. This Proposal is genuine and not made In the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted pursuant to any agreement or rules of any group, association, 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 solicited 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 is the amount that k needs to furnish and install all of the Work complete and In place. The Schedule of Values, if 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 Contras Price shall not be adjusted In any way so as to result in a 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, took, superintendence and servkm necessary to provide a complete, In place. Project for the Proposal Price. if this Solicitation requires the completion of a Respondent Cost and Technkal Proposal, if any, as may be set forth In In an exhibit to this Solicitation, such proposal must be attached to this Respondents Bid Form and will take the place of the Lump Sum Price, otherwise, the Contract Price for the completed work is as follows: LUMP SUM BASE PRICE: 156,868 dollars and 50 cents Alternates: #1 #2 A fee breakdown for each task included in the lump sum contras price, if applicable, must be provided Failure to provide this information shall render the proposal non -responsive. S. The ENTIRE WORK for project In accordance with Exhibit I, Scope of SerWces, Attachment A, B & C shall be completed In full. within 120 JaaMfrom the commencement date set forth In the NOTICE TO PROCEED. Failure to complete the entire work during the described time period shag 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 Proposal: RESPONDENT Address: Telephone: Facsimile: PERRIN INTERNATIONAL SERVICES, INC. 12491 SW 134th Court. Unit 20 Miami EL 33186 786-251-9291 Contact Person Gregory Ian •coin 7. The terms used in this Proposal which are defined In the Contract shall have the same meaning as is assigned to them In the Contras Documents, unless specifically defined In this Solicitation Package. & If a Respondent's Cost & TeduiW Proposal is required by the Solicitation. Respondent hereby certifies that all of the facts and responses to the questions posed in the Cost & Technical Proposal, if such an exhibit is made a part of the Solicitation, are true and correct and are hereby adopted as part of this Respondent's Bid fornj, and are made a part of this proposal, by reference. 54 of 89 9. By submitting this proposal, I, on behalf of the business that I represent, hereby agree to the terms of the form of contract contained in the Solicitation package and I agree cc be bound by those 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 Proposal, or such information that the City and I have agreed upon in the course of contract negotiations and which have been confirmed by the City in writing, including e-mail confirmation. if any. I hereby certify under penalty of perjury that I am the lawful representative of the business entity referenced in this Bid Form, that I have authority to bid for that entity. that I have authority to sign contracts for that entity and bind it to those contract terms and that all of the information and representations contained herein are true and correct to the best of my knowledge. information and belief. SUBMITTED THIS 3 i 5 r DAY OF M 14Jz4-1-f 20 Zv PROPOSAL SUBMITTED BY: Perrin International Services. Inc. Company Gregory Perry Name of Pers rized to Submit Proposal l � Signa'tuu; e7 President Title 786-251 9291 Telephone Number Fax Number gperry(a;perrint l.cotn Email Address END OF SECTION 55 of 89 SW 69TH STREET SSW 63RD COURT INTERSECTION IMPROVEMENT 8 SW 69TH STREETS SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP RPW2070-06 ITEM PAY ITEM DESCRIPTION UNIT$ QTY UNIT COST TOTAL AMOUNT ROADWAY PAY ITEMS 1 110.1.1 ❑ear and Gmbbiq LS 1 $3,500.0c S3,500.00 2 1104.10 R..I of&Isdng Concrem SY 170 $8.50 $1.445.00 3 1104.10 Rmw l of Fnntiq Asphile B Umerod Base SY 1.700 $7.80 $13.260.00 4 I10-IS-2 Exh,ung Tree Prmmdon aM Prtse bon LS 1 $600.00 $600.00 S I"A Type'B' Smbllfntian(12-)(Min . LB R. d 40) SY 2.010 SS-00 S10, 050.0 6 1162.1-II 0. Sal lays SY I $5.50 $550.00 7 210.1.1 Uknermk Bne(8') Pdmed SY LOIO $12.00 $24,120.00 8 337-742 Avph.11 o me Fncdon Course TOBc C. FC-9 S. High Polymer I 1--l-Th,41 auhcmg) TN I10 $196.00 S19, 800.00 9 4254 AdiuA existing eilm boxm Smma bona LS I Fl, ,0 $1,200. 00 10 S20. 610 Cmcrem Curb aM Guttn (Type T) (ndW. mu al baratl0 LF 510 $17. 50 $6, 925. 00 11 52, Concrete Curb(Type'B-)(mdudes cmt of limeruk) LF ISO $17.50 $2, 625. C0 12 520.74 Concrete C,:(Type'D-)(Ixludm foss of hrnu.6) LF 450 $15.60 IS7, 020. 00 13 522-1 Commm Sid k(4' Thick) (nduding ramps) SY ISO $35.00 $5,250.00 14 52&14 Pav Architeaaril. Sidewalk SY 100 $66.00 $6. 000. 00 15 57S-1-1 jSdd,n, (Pe ..b Bah. or Match Existing) (mdudev mterng 8 munvenan.) SY 730 $5. 00 $5, 640. CC - TOTAL ROADWAY ITEMS= $110 985.cF ITEM PAY ITEM DESCRIPTION UNITS QTY UNIT COSTMll SIGNAGE AND PAVEMENT MARKING PAY ITEMS 16 527.2 De blc Waming Suhce SF ISO $16.80 17 7003.50 Sgn Lnde PmL Rel.. AS 2 - 18 7W-240 Sgn Single PmL Remove AS 5 S60.000 19 70OA0.1 Sign Sksgle Pou(L. dun 12 SO, FT.I (Sveet Na..) AS 4 $285.000 20 700.40.1 Sgn Single Pont(Less dun 12 SQ. FT7 JR I - I Ro,I DI 1) AS I S400.00 21 7M.40.1 Sgn Single P.,(Less thin 12 SQ. F7. I IR 1.2 YIdd) AS 4 $285.000 22 70 0.1 Sgn Single P.,(I. Dun 12 SQ. FT.I(R6-4) AS 4 $300.00 $1,200.00 23 700.40.1 Sgn Single P.(L. thin 12 SO. FT.I(1147 Kee, Righ,) A5 4 $285.00 $1,140.00 24 7(XAO.I Sp Single P.,(l Nan 12 SO. FT7(W2.6M'16.9 Tra8,c C,rcWAhea4) AS 4 $325.00 $1,300.00 25 700.40.1 Sign Single Post (Lnu than 12 SO. ".I(wI I-VWI 6.7PL P.citrsan Crmsing) AS 8 $325.00 $2,600.00 26 7(W3 Marker Pavement 0.ttraReOecnve EA 6 $10.00 $60.00 27 711-11.121 Thiern:opUsuc. Sabd. Whim. 6' LF 800 S1.60 $1.280.00 28 711-11.121 Thermophstic. SaOd. Whim 8- LF SD $1.50 29 711-11-123 Thermophsuc 5obd. Wbae. 12' LF 200 $3.00 $600.00 30 711-IId25 The.moplvucS 4White, 24 U 27S $4.50 $1.237.5C 31 711.11.211 Thamepbvoa WM. Yello, 6- LF 900 S3.25 $1,125.06 32 711.11.241 Thermopbstia Said. Yelo, IS' LF 25 $4.00 $100.00 33 711-11.241 Thwmoplastic. Said. Yellow,('l'-4'SKIPI. 6- GM 0,01 $6,600.0 $66.00 TOTAL SIGNAGE AND PAVEM ENT MARKI NG ITEMS= 5 1E,593.50 ITEM PAY ITEM DESCRIPTION UNITS QTY UNIT COST TOTAL AMOUNT MISCELLANEOUS ITEMS 31 101.1 MONLIIATION(L] 45 1 ^12 50D +l.i. 35 1021 MAINTENANCE OFTRAFFIC LS I S3.100 S3._ 36 SUE -WI ADVANCED UTILITIES E)(PLOkanJN SOFT DIGGING EKKORATION LS 1 $900.00 $FCS.-_ 37 PERM- ALLOW PERMIT ALLOWANCE(5X1 LS I $300. 00 -Ob 38 COM CONTWGENCYfl") L5 1 $12,500 $12,500.0, TOTAL MISCELLANEOUS ITEMSe S TOTAL COMBINED COSTS MMEMO 1$ 156, 868 , 5 p or with the award or execution of the contract until the protest is resolved by the City Manager or the City Commission as provided in subsection (e) above, unless the City Manager makes a written determination that the solicitation process or the contract award must be continued without delay in order to avoid potential harm to the health, safety, or welfare of the public or to protect substantial interests of the City or to prevent youth athletic teams from effectively missing a playing season. END OF DOCUMENT 93 89 of 89 RESPONDENT QUALIFICATION STATEMENT SW 69TN STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 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 5 In the past 5 years On Schedule 5 b) In the past 10 years 9 In the past 10 years On Schedule 9 2. List the last five (5) completed similar projects. a) Project Name: NE 134th Street and NE 5th Avenue Traffic Cir. Owner Name: City of North Miami Owner Address: 776 NE 125th Street, North Miami, FL Owner Telephone: 305-244-8781 Original Contract Completion Time (Days): 120 Days Original Contract Completion Date: 10/21 / 14 Actual Final Contract Completion Date: 07/31/14 Original Contract Price: $68,850.55 Actual Final Contract Price: $68,375.55 b) Project Name: Rutland Street Improvements Owner Name: City of Opa Locka Owner Address: 780 Fisherman St, 4th Floor, Opa Locka, FL Owner Telephone: Original Contract Completion Time (Days): 120 Days Original Contract Completion Date: 07/10/14 Actual Final Contract Completion Date: 06/24/14 Original Contract Price: $138, 079 Actual Final Contract Price $138,079 c) Project Name: SW 62nd Street and SW 57th Street Resurfacing Owner Name: City of South Miami 94 Owner Address: IS of 89 4795 SW 75 Ave. South Miami. FL Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: d) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: 305-663-6350 45 fts 02/22/ 14 02/11/14 $33,456.46 $33,456A6 Lyric Theater Plaza Improvements City of Miami CPA 819 NW 2nd Avenue, Miami, FL 305-679-6827 120 days 1 I/22/17 Actual Final Contract Completion Date: 10/16/17 Original Contract Price: $107,969 Actual Final Contract Price: $107,969 e) Project Name. Misc. Roadway and Sidewalk Improvements Owner Name: City of West Park Owner Address: 1965 S SR7 West Park, FL Owner Telephone: 954-989-2688 Original Contract Completion Time (Days): N/A - As needed Original Contract Completion Date: N/A - As needed Actual Final Contract Completion Date: Ongoing Original Contract Price. Varies Actual Final Contract Price: $49,277.63 (to date) 95 3. Current workload 16 of 89 Project Name Owner Narne Telephone Number Contract Price Town Park Plaza North Town Park Condo c/o 30556211+4 545.000 Mastermind Construction 4. The following information shall be attached to the proposal. a) RESPONDENT's home office organization chart. b) RESPONDENT's proposed project organizational chart. c) Resumes of proposed key project personnel, including on -site Superintendent. S. List and describe any: a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations, NlIq b) Any arbitration or civil or criminal proceedings, or N 114 Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (5) years Nora %i 6. Government References: List other Government Agencies or Quasi -Government Agencies for which you have done business within the past five (5) years. Name of Agency: City of west Park Address: 1965 South SR7. West Park. FL 33023 Telephone No.: 954-989-2688 e.ct 209 Contact Person: Lavelle Jenrette: Ijenreuer�acityoflvestpark.org Type of Project Asphalt Paving. Striping & Sienaee. Sidewalk/curb. Monument Signage Construction Management. CFI Services Name of Agency: City of North Miami 96 Address: 776 NE 125th Street, North Miami, FI- 33161 0 Telephone No.: 305-244-8781(Kerrith Fiddler Former Asst. PWD) Contact Person: Kerrith Fiddler Type of Project Traffic Calming/Circles , Sidewalk Improvements Name of Agency: City of Miami Community Redevelopment Agency (CRA) Address: 819 NW 2nd Avenue, Miami, FL Telephone No.: 305-679-6827 Contact Person: Brian Zeltsman; bzeltsman(amiamigov.com Type of Project Paving/Dminage/Pavers 97 18 of 89 IIIaxoO .WVFPIXIR ANp1 SAC iW SECRETARY dblar STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSfRUC`INDUSTRY LICENSING BOARD THEGENE �TRACiOR HEREIN ISCERTIFIED;UNDER THE PROVISI S OF CHAPTER 469, FLORIDA STATUTES PERRY, GREGORY EDISON PERRIN INTER:.ATIONAL SERVICES. INC. 808i BW 158AVENUE I.1!AMI FL 33193 C „LICENSE NUMBER: CGC1521088_� EXPIRATIONDATE: AUGUST31,2020 Always YC*Ity l[ense•c-a i �:..pieridaLicenSe.[om ❑ ❑ Do not alter this document in any form. O ` This is your license. R is unlawful for anyone other than the Ikensed to use this document. MC SCOtt.WVERNOR gNRi,W. }AQ W 5ECRETNIV STATE OF FLORIDA DEPARTMENT OF BUSINESS AND P,WFESSIONAL REGULATION T, BOARDRRFROFESSION NGINEERS THE PROFESS*NGINEER HEREIN KUCENSED UNDER TI If PRO VISIJ'CHAPTER 471, FLORIDA STATUTES PERRY, GREGORY 8081 SW 158TI I AVENUE MIAMI-L"33193 4CE _ MBER: PE53876 EXPIRATIO ,_••:k�WMU 28,2021 Alvaays !wiry lxcmes online at MyFtoritlaLi;ense.cun 0� Do not alter this document m any form This is your license. It is unlawful for anyone other than the licensee to use this document. 0 a ri. Educ Master of Civil Engineering, Florida International University, Miami, FL, 1997 Bachelor of Civil Engineering, Florida International University, Miami, FL, 1993 Professional Registration: Professional Engineer State of Florida License # 53876 Certified General Contractor PERK Gregory Perry, P.E., C.G.0 Principal I N T E R N A T 1 O N A i Since 1993, Mr. Perry has been practicing engineering design, project management, and construction management work on land development, municipal, residential and commercial, roadway, water and sanitary sewer, drainage, and environmental projects. Mr. Perry is a licensed engineer and a certified general contractor and has been actively involved in the construction, restoration, and management of numerous civil infrastructure, residential and commercial facilities throughout the South Florida area. He has held titles as the City Engineer for the City of South Miami, FL, City Engineer for the City of West Park, FL, and Assistant City Engineer for the City of Weston, FL. In these positions, Mr. Perry served as primary plan reviewer and has successfully implemented the Engineering and Procedural Manuals for all of these municipalities. Project Experience: NW 128th Street Design/Build — City of Opa Locka, FL CGC/Project Manager/Engineer for enhancements along NW 128'n Street between NW 42nd Avenue and NW 471n Avenue. Scope of services for the design/build project included plan preparation and permitting, specification preparation, and construction of roadway paving, French drainage, concrete valley gutter edge treatment. swale improvements and pavement marking and signing. Mr. Perry oversaw the project from start to finish as part of the design - build team. Rutland Street Design/Build — Opa Locka, FL General Contractor/Engineer of Record for the paving and drainage improvements along Rutland Street from NW 22nd Ave to NW 24'n Avenue. Project scope included construction surveying layout, clearing and grubbing, asphalt pavement construction. drainage construction, concrete curbing, concrete sidewalk, landscaping. and pavement markings and signing. North Miami Traffic Circle Design/Build — City of North Miami, FL General Contractor for the design/build of traffic circles throughout the City of North Miami. Project scope included construction surveying layout, pavement removal, asphalt pavement construction, milling and resurfacing, concrete curbing, concrete sidewalk and ADA crosswalks, brick pavers, landscaping, and pavement markings and signing. North Miami Sidewalk Improvements — City of North Miami, FL General Contractor for the citywide sidewalk improvement and reconstruction. Scope included construction surveying layout, concrete removal, clearing and grubbing, root barriers. concrete curbing, concrete sidewalk and ADA ramps and crosswalks. Church Street Improvements - City of South Miami, FL Construction Engineering and Inspection (CEI) Manager responsible for the plan 99 review and construction services administration for the roadway overlay, sidewalk Greg Perry, P.E., C.G.C. Page 1 C.G.C. 13PPP AI IAITFDAIAlin AIAI widening, curb construction, landscaping and irrigation, pavement marking and signage, and street lighting. Bonaventure Blvd., Lakeview Drive, Racquet Club Rd., - City of Weston, FL Project Manage/Engineer responsible for design, bidding and construction services administration for various roadway improvements within the Bonaventure Community. Projects included asphalt overlay, drainage improvements, sidewalk and curb construction, landscaping and irrigation, brick paver installation, and pavement markings and signage. South Miami Water Main Improvements— City of South Miami, FL Construction/CEI manager overseeing the installation of approximately 9,000 linear feet of water main and associated service lines to residential units. Increment III Water Main, Force Main, and Lift Stations 40-46, 67, & 102 — City of Weston — Engineer of Record/Project Manager responsible for the engineering design, bidding, and construction services administration of a combined total of 35,000 linear feet of water main, 25,000 linear feet of force main, and nine (9) sanitary sewer lift stations currently owned and operated by the City. FEMA/DORM Roadway and Drainage Improvement Projects — Miami Dade County Department of Environmental Resources Management - Project Manager/Design Consultant in charge of engineering design for various countywide drainage improvement projects. Snapper Creek Drainage Improvements— City of South Miami, FL CEI/Project Manager responsible for the construction services administration of the roadway overlay and exfiltration trench system construction. Priority Basin #8, 9, 12 & 13 Drainage Improvements — City of North Miami - Senior Engineer responsible for the engineering design and construction inspection for the roadway milling and resurfacing and exfiltration trench system construction in Basins 8, 9, 12, & 13 in the City of North Miami. Dante Fascell & Henry Reeves School Sites— Miami -Dade County Public Schools, Miami, FL Project Engineer responsible for the civil/site design and permitting for the design -build school projects. Projects included design of geometric layout, water distribution, sewer collection, site and parking lot paving and drainage, and pavement marking and signage. SW 72nd Avenue — Miami Dade County Public Works — Engineer of Record responsible for engineering design of roadway milling and resurfacing, drainage installation, sidewalk reconstruction, curb construction, and pavement marking and signage for SW 72n0 Avenue from SW 2151 Street to SW 401 Street. SW 56 Ave (MILK Blvd) Streetscape Improvements — City of West Park, FL CEI Project Manager responsible for construction engineering inspections for roadway widening, drainage upgrades, street lighting, and landscaping for the $1.8 Million complete streetscape improvement project from Countyline Road to Pembroke Road. SW 40 Ave (Barack Obama Blvd) Streetscape Improvements — City of Wes 100 Park, FL CEI Project Manager responsible for construction engineering inspections for roadway widening, traffic calming drainage upgrades, street lighting, and Greg Perry, P.E., C.G.C. Page 2 landscaping for the $1.7 Million complete streetscape improvement project from Countyline Road to Pembroke Road. Westwind Lakes Soccer Field — Miami Dade County Parks & Recreation Engineer of Record responsible for soccer field drainage design and construction inspection services. South Dade Greenways— Miami Dade County Parks & Recreation Project Manager/ Engineer responsible for engineering design, permitting and construction management services for the reconstruction, paving, and signing and marking of more than 2.5 miles of bicycle path along SW 871" Avenue. Bus Bay Construction Phase I — Miami Dade Transit Project Manager/Engineer responsible for civil site work design, permitting and construction inspection of 33 bus bays throughout Miami -Dade County. Memorial Boulevard Improvements — City of Miami, FL Project Manager/Engineer responsible for engineering design, permitting and construction management services for the milling and resurfacing, signing and marking, drainage and median improvements along SW 131" Avenue between Tamiami Trail and Coral Way. Fire Station No. 34 — Miami Dade County Fire Rescue Engineer of Record and construction inspector responsible for the civil/site work for geometric layout, water distribution, sewer collection, paving and drainage, and pavement marking and signage. Normandy Isle Infrastructure Improvements — City of Miami Beach — Project Manager/Engineer responsible for the planning and design of the right-of-way improvements for the Normandy Isle Neighborhood in the City of Miami Beach. Project included landscape/streetscape, drainage, traffic calming, parking, street lighting, roadway, and water distribution improvements. Sailpointe, Willowbrook, Kendale Lakes North, Palms at Kendall, Silver Palms, The Ponds, Golden Eagle Estates — Adrian Homes/Gil Development/Caribe Group (Dade County) — Project Engineer responsible for the preparation of subdivision plats as well as the design of water distribution, sewage collection. paving and drainage. and pavement marking and signage plans for a combined total of over 140 acres of residential subdivisions. S.R. 5 Roadway (U.S. 1/Overseas Highway) Resurfacing and Renovation — Florida Department of Transportation - Project Engineer responsible for the engineering design and plans preparation for the repair and upgrade of deteriorated asphalt and roadway shoulders, drainage structures, and pavement markings and signage. Opa Locka Boulevard/N.W. 135t1 Street Roadway Resurfacing and Renovation — Florida Department of Transportation — District 6- Project Engineer responsible for the engineering design and plans preparation for the repair and upgrade of deteriorated asphalt, drainage structures, and pavement markings and signage. Greg Perry, P.E., C.G.C. Page 3 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS SW 69W STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69' STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 Respondent shall list all proposed subcontractors, If subcontractors are allowed by the terms of this Solicitation to be used on this project if they are awarded the Contract. Other. Email Asphalt Paving Masterpaving Engineering 1300 NW 4th Street 305-588-2555 Signing and Marking All Professional Striping 11925 SW 187 Street Miami, FI 786-271-1552 Concrete Concrete by M and J 15411 SW 294 Terrace Homestead. FI 305-910-1852 This list shall be provided as a part of Respondents submittal to the City of South Miami and in response to this RFP. END OF SECTION 102 NON -COLLUSION AFFIDAVIT STATE OF FLORIDA COUNTY OF MIAMI-DADE Gregory Perry being first duly sworn, deposes and states that: (1) He/Shefrhey is/are the President of Perrin International Services, Inc. (Owner, Partner, Officer, Representative or Agent) of the Respondent that has submitted the attached Proposal; (2) He/She/They is/are fully informed concerning the preparation and contents of the attached Proposal and of all pertinent circumstances concerning such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said Respondent nor any of its officers. partners. owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Bidding or proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Respondent. firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other Respondent, or to fix any overhead, profit, or cost elements of the Proposal Price or the Proposal Price of any other Respondent, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), 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 or parties of interest including this affiant Signed, sealed and delive d in t p Se a of: � �_ Witness I'M n STATE OF FLORIDA COUNTY OF MIAMI-DADE By: Signature Grc ury Perm President Print Name and Tide Date ACKNOWLEDGEMENT On this the i � day of 12f/(" . 20 70.. before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before notary) Gre=vmi' Perry and whose name(s) is/are Subscribed to the within instrument and he/she/they acknowledge that he/she/they executed it. /, WITNESS my hand and official seal. ' /®✓1 Notary Public, State of Florida NOTARY PUBLIC: vrEnE; C-a'-vIRE \NirnrrChalvirr SEAL OF OFFICE: f•`�••";NNayPXc-Stateo'96'-di • ��.: Comm ssiv = GG i 7073i 1'q�S+laej kty Comm Eaures Det 25.2021 rf jet' ;; � s •f�,:=r�,•s^v, _ • •ti+ :. a i• •.' - .- . (Name of Notary PubHc Print: Stamp or We as commissioned) X Personally known to me, or Personal ldentiilcation: Type of identification Produced Did take an oath, or X Did Not take an oath. 21 of 89 105 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or proposal for 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 to a public entity, may not be awarded to perform Work as a 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 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list". The award of any contract hereunder is subject to the provisions of Chapter I I Z 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. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES. ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. This sworn statement Is submitted to City of South Miami [print name of the public entity] by Gregory Perry, President [print Indlviduai's name and tide] for Perrin International Services, Inc. [print name of entity submitting sworn statement] whose business address is 12491 SW 134th Court, Unit 20 Miami, F133186 and (if applicable) its Federal Employer Identification Number (FEN) is 26-2313022 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes. means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, induding, 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 other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1) (b), Florida Statutes. means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict, non -jury trial. or entry of a plea of guilty or nolo contendere. 4. 1 understand that an "affiliate" as defined In Paragraph 287.133 (1) (a), Florida Statutes. means: (a) A predecessor or successor of a person convicted of 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 of a public entity crime. The term "affillate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling Interest In any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima fade case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been 106 convicted of a public entity crime In Florida during the preceding 36 months shall be considered an afiillate. 22 of 89 S. I understand that a 'person- as defined in Paragraph 287.133 (1) (e), Florida Statutes, means any natural person or entity organized under the laws 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 entity, or which otherwise transacts or applies to transact business with a public entity. The term 'person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which 1 have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] X Neither the entity submitting this sworn statement. nor any of its officers, directors, executives, 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 I. 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 I, 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 of July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list [attach a copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY. AND THAT THIS FORM IS VAUD THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017. FLORIDA STATUTES. FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. [Signature] Sworn to and subscribed before me this day of /Yfq�74 . 2020 Personally known Gregory Perry OR Produced identification (Type of identification) Form PUR 7068 (Rev.06/11/92) 23 of 89 Notary Public — State of Floirda My commission expires 2 LS 2 (Printed, typed or stamped commis Toned name of notary public) w`EKER C 1jat1 RE Nolary Puts -Stale of Florida Carmsson k GG 170731 Eapims GnM.2021 .... 80n Tmu'N Nnm i Nca9tam 107 b'r'IC.ty 3y a�f}SsTC{•' �:�.:' s1b'-,'.t �y •�..':. . j 108 DRUG FREE WORKPLACE Whenever two or more Bids or 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 it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing de Bids or Proposals shall be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that shall be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace. the business' policy of maintaining a drug -free workplace. any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (1). 4) In the statement specified in Subsection (1). notify the employees, that, as a condition of working Of the commodities or contractual services chat are under Bid, he employee shall abide by the terms of the statement and shall notify the employee of any conviction of. or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) business days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a 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 chi rm complies fully with the above requirements. RESPONDENT'S Signature: Print Name: Gregory Perry Date: 3Z�r7iD r 109 24 of 89 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS TO THE CITY OF SOUTH MIAMI We, Perrin International Scr. ices. Inc. , (Name of CONTRACTOR), hereby acknowledge and agree that as CONTRACTOR for the SW 69TH STREET & SW 63Ro COURT INTERSECTION IMPROVEMENT & SW 60TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT, RFP #PW2020-06 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 STANTEC (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): Maslemavine Enuineerine Inc.. All Professional Stripine. Inc.. Concrete by M and J to comply with such act or regulation. CONTRACTOR n Perrin International Services, Inc.—""'t'� ((�� BY: Gregory Perry Witness Name President Tide 25 of 89 110 AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS The person, or entity, who is responding to the City's solicitation, hereinafter referred to as "Respondent', must certify that the Respondents 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.my0orida.com/businessaterauons, s[a[e_purcnasmgivendor information/convicted suso ended discriminatory complaints vendoi_lis" DECLARATION UNDER PENALTY OF PERJURY 1. Gregory Perry (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 Perrin International Services, Inc (2) 1 have the following relationship with the Respondent Presitleltl (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 Member> (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 — operations/smte_purchasingtvendor—information/convicted—suspended_di scrim inatory_complaints_vendor_lists (4) 1 have entered an "x" or a check mark beside each lisdng/category set forth below if the Respondents 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 Respondents 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 USE _ Vendor Complaint List FURTHER DECLARANT SAYETH NOT. Gregory Perry (Print name of Declarant) By:�� (Signature of Declarant) ACKNOWLEDGEMENT STATE OF FLORIDA ) COUNTY OF MIAMI-DADE ) On this the day of IMAC5 / . 20 ", before me, the undersigned authority, personally appeared Grrly 2,M, who is personally know to me or who provided the following idenafi=n and who took an oath or affirmed th that he/she/they executed the foregoing Affidavit as the Declarant. WITNESS my hand and official seal. — -- - \ - Notary Public. State of Florida NOTARY PUBLIC: n SEAL 19:r.Ngg 121-14ifr-B.� (Name of Notary Public: Print. Stamp or type as commissioned.) NEVER CHALVIRE 'f. Notary P01ic - State o' Florida t Cwnrissior tiGG 17C731 26 of 89 Fry Comm Emims Dec 25. 2021 ..... s: cr---spa-•a a:'r,4aan RELATED PARTY TRANSACTION VERIFICATION FORM 1 Gregory Perry , individually and on behalf of Perrin International Services, Inc. ("Firm") have Name of Representative Companyl*Wor/Entity read the City of South Miami rClty") s Code of Ethics, Section 8A I of the City's Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my knowledge. Information and belief (1) neither I nor the Firm have any conflict of interest (as defined in section SA-1) with regard to the contract or business that I, and/or the Firm, am(are) about to perform for, or to transact with, the City, and (2) neither I 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 BA- 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, tie., 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 I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of those persons' Immediate family (i.e„ spouse, parents, children, brothers and sisters) has transacted or entered into any contracts) 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 addiidonal 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 official or employee of the City of South Miami, or any of their immediate family members (.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 of the total assets of capital stock in the firm are 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 (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)1 and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our position of trust, or through our performance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for ourselves. or others. We agree that we may not disclose or use information, not available to members of the general public, for our personal gain or benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or benefit anticipated through the performance of the contract (6)1 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 as follows: (if 112 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 s the additional sheet must be signed under oath). X:1Purdhasin6AVendor Registration%12.28.12 RELATEDT 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; (ii) any city employee; or (iii) any member of any board or agency of 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 muse 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 (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 chat Other Firm or anyone who has a financial interest greater than 5% in that Other Firm, nor any member of chose 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 1 represent or anyone who has a financial interest greater than 5% in the Firm, or any member of those persons' immediate family (i.e. spouse, parents. children, brothers and sisters) have also responded, other than the following: (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 (8) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation into the Ocher Firm, or the Firm he/she represents, as to their officers, directors or anyone having a financial interest in those Firms or any of their any member of those persons' immediate family.] (9) 1 and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any change in circumstances that would change our answers to this document. Specifically, after the opening of any responses to a solicitation, I and the Firm have an obligation co 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 chose parties to me and the Firm. (10) A violation of the City's Ethics Code, the giving of any 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 to action by the Miami -Dade County Commission on Ethics. Under penalty of perjury, I declare that I have made a diligent effort to investigate the matters to which I am attesting hereinabove and that the statements made hereinabove are trueaad corre the best of my knowledge, information and belief. Signature: Print Name & Title: Date: Gregory Perry, President 28 of 89 113 Sec. 8A-I. - Conflict of interest and code of ethics ordinance. (a) Designation. This section shall be designated and known as the "City of South Miami Conflict of Interest and Code of Ethics 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. (b) DefinWon& For the purposes of this section the following definitions shall be effective: (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 as perform quasi-judicial functions. (4) The term "advisory personnel" shall refer to the members of those city advisory boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to the city commission. (S) The term "departmental personnel" shall refer to the city clerk, the city manager, department heads, the city attorney. and all assistants to the city clerk, city manager and city attorney, however tided (6) The term "employees" shall refer to all other personnel employed by the city. (7) The term "compensation" shall refer to any money, gfft, favor, thing of value or financial benefit conferred, or to be conferred, in return for services rendered or to be rendered. (8) The term "controlling financial interest" shall refer to ownership, directly or indirectly. of ten percent or more of the outstanding capital stock in any corporation or a direct or indirect Interest of ten percent or more in a firm, 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 on any goods or services. whichever first occurs. (c) Prohibition on transacting business with the city. 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 in which that person or a member of the immediate family has a 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. 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 of bonds, anticipation notes or other securities that may be issued by the city through underwriters or directly from time to time. Wakmr of probibidan. The requirements of this subsection may be waived for a particular transaction only by four affirmative votes of 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 by a person or firm offering services within the scope of the practice of architecture, professional engineering, or registered land surveying, as defined by the laws of the state and pursuant to the provisions of the Consultants' Competitive Negotiation Act, and when the proposal has been submitted by a 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 be in the best interest of the city. This subsection shall be applicable only to prospective transactions, and the city commission may in no case ratify a transaction entered in violation of this subsection. ftyislons cumulative This subsection shall be taken to be cumulative and shall not be construed to amend or repeal any other law pertaining to the same subject matter. (d) Further prohibition on transacting business with the city. No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter Into 114 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 n ing financial interest, direct or indirect, with the city or any person or agency acting for the city, and any s o tract, 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) Dermifib . 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) PmhibftkwL A person described in paragraphs (b)(1) 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 (6). 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 (6) 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 informotion. No person included In the terms defined in paragraphs (b)(1) 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. (I) Conpicting employment prohibited. No person included In the terms defined in paragraphs (b)(1) through (6) shall accept other employment which would impair Independence of judgment in the performance of any public duties. (j) Prohibition on outside employment. (1) No person included In the terms defined in paragraphs (b)(6) shall receive any compensation for services as an 115 officer or employee of the city from any source other than the city, except as may be permitted as follows: 30 of 89 a. Generagy pmhibited No full-dme city employee shall accept outside employment, either incidental. occasional or otherwise, where city time, equipment or material is to be used or where such employment or any part thereof is to be performed on city 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 in subparagraph c. is obtained. 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 I -I I of the Code of Miami -Dade County and, in addition shall be subject to dismissal by the appointing authority. The city may also assess against a violator a fine not w exceed $S00.00 and the costs of investigation 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 ag6ncles or instrumentalities, shall file, under oath, an annual report indicating the source of the outside employment. the nature of the work being done and any amount of money or other consideration received by the employee from the outside employment. City employee reports shall be filed with the city clerk. The reports shall be available at a reasonable time and place for inspection by the public. The city manager may require monthly reports from Individual employees or groups of employees for good cause. (k) Prohibited investments. No person included in the terms defined in paragraphs (b)(1) through (6) or a member of 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. (1) No person included in the terms defined in paragraphs (b)(1), (5) 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, ruling, 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) No person included in the terms defined in paragraphs (b)(2). (3) and (4) shall appear before the city commission or agency on which the person serves, either directly or through an associate, and make a 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 or before any administrative tribunal as 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 in question. (m) Actions prohibited when f inancial interests invoived No person included In the terms defined in paragraphs (b) (1) through (6) shall participate in any official action directly or indirectly affecting a business In which that person or any member of 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 in any Investment, equity. or debt (n) Acquiring f hancial 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 is an official, officer or employee. (0) Recommending professional services. 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 be made when required to be made by the duties of office and In advance at a public meeting attended by other city officials, officers or employees. (p) Continuing application after ter city service. (1) No person included In the terms defined in paragraphs (b)(1). (5) 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 116 (b)(1) through (6)] 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 of its agencies W Py 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, 501(c)(3) non-profit entities or educational institutions or entities, and who lobby on behalf of 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)(1) whose city service or employment ceased within two years prior to the effective date of this ordinance shall for a period of 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 or one of Its agencies is a party or has any direct and substantial interest; and in which he or she 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. (S) Any person who violates this subsection shall be subject to the penalties provided in section BA-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. (Ord No. 6-99 ! 680, § 2, 3-2-99) Editor's note- Ord. No. 6-99-1680, § I, adopted 3-2-99, repealed §§ 8A-I and 8A-2 in their entirety and replaced them with new §§ 8A I and 8A-2. Former §§ 8A-I and 8A-2 pertained to declaration of policy and definitions, respectively, and derived from Ord. No. 634, §§ I (I A-1), I (1 A-2) adopted Jan.11, 1969. 117 32 of 89 PRESENTATION TEAM DECLARATION/AFFIDVAIT OF REPRESENTATION This affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 25-14- 2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation, selection, technical review or similar committee, shall list on an affidavit provided by the City staff, all individuals who may make a presentation. The affidavit shall be filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager. For the purpose of this subsection only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. No person shall appear before any committee on behalf of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. 6;Rctao Pursuant to '92.525(2), Florida Statutes, the undersigned, _ plsez makes 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 an 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 or she is registered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. NAME i Pftcfr_041�� W5111111111111 TITLE For the purpose of this Affidavit of Representation only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. The Affidavit of Representation shall be filed with the City Clerk's office at the time the committee's proposal is submitted to the City as part of the procurement process. Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated in it are true and specifically that the persons listed above are the members of the presentation team of the entity listed below. Executed this 2 day of M A —t f 20 2-0 ignature of Representative -Gregory Perms, President Perrin International Senices, Inc. Print Name and Title Print name of entity being represented END OF SECTION 118 33 of 89 Ingrid Herrera Agent March 30, 2020 To: City of South Miami 6130 Sunset Drive South Miami, FI 33143 LC i 1400 NW 107'h AVE, Suite 210. Doral FL, 33172 P. 305.463.9431 / 877.463.9431 F. 305.436.6767 E. amaWh allcifvins.com Ref: Perrin International Services Inc Insurance Requirements for: City of South Miami To whom it may concern: Please accept this letter as writing confirmation that if Perrin International Services Inc, awards the contract, they will be able to provide with an Insurance Policy as per City Of South Miami requirements on the attached letter. Please do not hesitate to contact our Office if further infomation is required. Sincerely, Ingrid Herrera General Agent All City Insurance 119 EXKW T 2 SW 69TH STREET & SW 63RO COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 Insurance & Indemnification Requirements 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 Contract, 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 -contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. B. No insurance required by the CITY shall be issued or written by a 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 insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as will 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 be by the FIRM or by a Subcontractor or by anyone directly or Indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a) 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 FIRM's employees; (c) claims for damages because of bodily Injury, sickness or disease, or death of any person other than the FIRM's employees; (d) claims for damages Insured by usual personal injury liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting there from; (f) claims for damages because of bodily injury, death of a person or property damage arcing 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 FIRM's obligations under the Contract Firm's Insurance Generally, The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter). the insurance coverage written on Florida approved forms and as set forth below. Workers' Compensation Insurance at the statutory amount as to all employees In compliance with the "Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes. as presently written or hereafter amended. and all applicable federal laws. In addition, the policy (ies) must Include: Employers' Liability at the statutory coverage amount The FIRM shall further ensure that all of its Subcontractors maintaln appropriate levels of Worker's Compensation Insurance. Commercial Comprehensive General Uabillty insurance with broad form endorsement, as well as automobile liability, completed operations and products liability, contractual liability. severability of interest with cross liability provision. and personal Injury and property damage liability with limits of $1,000.000 combined single limit per occurrence and $2,000,000 aggregate, Including. • Personal Injury. $1,000,000: • Medical Insurance: $5.000 per person; • Property Damage: $500.000 each occurrence, Umbrella Commercial Comprehensive General Liabilky insurance shall be written on a Florida approved form with the same coverage as the primary Insurance policy but in the amount of $1.000.000 per claim and $2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: (a) Premises and Operation (b) Independent Contractors (c) Products and/or Completed Operations Hazard 120 (d) Explosion. Collapse and Underground Hazard Coverage (e) Broad Form Property Damage 50 of 89 (f) Broad Form Contractual Coverage applicable to this specific Contract, Including any hold harmless and/or indemnification agreement (g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. lsusiness Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) plus an additional One Million Dollar ($1,000,000.00) 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 of Florida, and must Include: (a) Owned Vehicles. (b) Hired and Non -Owned Vehicles (c) Employers' Non -Ownership Subcontracts: The FIRM agrees that If any part of the Work under the Contract is sublet. the subcontract shall contain the same insurance provision as set forth in these insurance and Indemnification requirements, other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM where applicable. Fir- and Fxtended Covema 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 to and constituting a part of said buildings or structures. The policy or policies shall also cover machinery, if the cost of machinery is included in the Contract, or if the machinery is located In a building 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 of all Subcontractors performing Work. B. All of the provisions set forth in the Miscellaneous section below shall apply to this coverage unless it would be clearly not applicable. M eWlaneotim 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 be responsible for securing other acceptable insurance prior to such cancellation, change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of 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 to the CITY covering the same. C. The policies shall contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy or 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. Ail policies shall contain a "severability of interest" or "cross liability' clause without obligation for premium payment of the CITY as well as contractual liability provision covering the Contractors duty to indemnify the City as provided in 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 of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated A.VII or better per A.M. Best's Key Rating Guide, latest edition and authorized to issue Insurance In the State of Florida. All insurance policies must be written on forms approved by the State 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" of the Policy (as defined In Article I of this document) which shall include the declaration page and all required endorsements. In addition. the FIRM shall deliver, at the time of delivery of the insurance certificate, the following endorsements: (1) a policy provision or an endorsement with substantially similar provisions as follows: "The City of South Miami is an additional insured. The insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of 'bodily injury". 'property damage', or "personal and advertising injury' and it will provide to the City all of the coverage 121 that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage B' (2) a policy provision or an endorsemenklvlsubstantially similar provisions as follows: "This policy shall not be cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving the City of South Miami ten (10) 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 City." F6 If the FIRM is providing professional services, such as would be provided by an architect, engineer, attorney, or accountant, to name a few, then in such event and In addition to the above requirements, the FIRM shall also provide Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the FIRM shall become legally obligated to pay as damages for claims arising out of the services or work performed by the FIRM its agents, representatives, Sub Contractors or assigns, or by 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 Insurance, 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 in writing by the city at the city's sole, absolute and unfettered discretion. Indemnification Requirement A. The Contractor accepts and voluntarily Incurs all risks of any injuries, damages, or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Contractor or anyone acting through or on behalf of the Contractor. B. The Contractor shall indemnify, defend, save and hold CITY, its officers, affiliates, employees, successors and assigns, harmless from any and all damages, claims, liability, losses. claims. demands, suits, fines, judgments or cost and expenses, including reasonable attorney's fees, paralegal fees and Investigative costs Incidental there to and incurred prior to, during or following any litigation, mediation, arbitration and at all appellate levels, which may be suffered by, or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates, employees, successors and assigns, by reason of any causes of actions or claim of any kind or nature, Including claims for injury to, or death of any person or persons and for the loss or damage to any property arising out of a negligent error, omission, misconduct, or any gross negligence, intentional act or harmful conduct of the Contractor. Its contractor/subcontractor or any of their officers, directors, agents. representatives, employees, or assigns, or anyone acting through or on behalf of any of them, arising out of this Agreement, Incident to it; or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. C. The Contractor shall pay all claims, losses and expenses of any kind or nature whatsoever, in connection therewith, including the expense or loss of ;he CITY and/or its affected officers, affiliates, employees, successors and assigns, including their attorneys 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, affiliates, employees. successors and assigns shall be held liable or responsible for any claims. Including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the Contractor, Its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of the them. and arising out of or concerning the work or event that is occurring on the Cl7 Y's property. In reviewing, approving or rejecting any submissions or acts of the Contractor, CITY in no way assumes or shares responsibility or liability for the acts or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees. or assigns, or anyone acting through 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 72S.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. Thus, the design professional's obligations as to the City and Its agencies, as well as to its officers and employees. is to Indemnify and hold them harmless from liabilities, damages, losses, and costs, including, but not limited to. reasonable attorneys' fees. to the extent caused by the negligence, recklessness, or Intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional In the performance of the contract 122 END CIAE-06ION EXHIBIT 3 SW 69TH STREET & SW 63aa COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-06 RESPONDENTS BID FORM THIS PROPOSAL IS SUBMITTED TO: Steven Alexander City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 I. If this Proposal is accepted, the undersigned Respondent agrees to enter into a Contract with the City of South Miami in the form included in this Solicitation Package and to perform and furnish all work as specified or indicated in this Solicitation. including as set forth in Exhibit I (Scope of Services, Attachment A, B & C) 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, if required. This Proposal will remain subject to acceptance for 180 calendar days after the day of the Proposal Opening. The Respondent, by signing and submitting this proposal, agrees to all of the terms and conditions of the form of contract that is a part of the Solicitation package with appropriate changes to conform to the information contained in this Bid Form. Respondent agrees to sign and submit the Bonds, if required by this Solicitation, required insurance documents, and other documents required by the Solicitation, including the Contract if not already submitted, within ten (10) calendar days after the date of the City's Notice of Award. 3. In submitting this Proposal. Respondent represents that: a. Respondent has examined copies of all the Solicitation Documents and of the following Addenda, if any (receipt of all which is hereby acknowledged.) Addendum No. eP11 Dated: ?, Ib 20 3 2 /7N b. 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 or furnishing of the Work. c. Subsurface conditions: If applicable to this Solicitation, the Respondent represents that: i. Respondent has studied carefully all reports and drawings, if applicable, of subsurface conditions and drawings of physical condicions. ii. Respondent has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations. investigations. explorations, tests and studies in addition 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 of the Work at 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, or will, be required by 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 price, 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 observations, examinations, investigations. explorations, tests, reports and studies with the terms and conditions of the Contract Documents. iv. Respondent has reviewed and checked all information and data shown or indicated in the Solicitation Package or in the Contract Documents with respect to existing Underground Facilities or conditions at or contiguous to the site and assumes res onsibilicy for the accurate location of all Underground Facilities and conditions that may affefi! 11A9 Work. No additional examinations, investigations, 123 south(e .1amil ADDENDUM No. #1 �Tgxg71 B Y. Project Name: SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP NO. PW2020-06 Date: March 16, 2020 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 originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Note: In an abundance of caution as a result of the Coronavirus outbreak, the City is canceling the in -person Pre -bid Meeting scheduled for March 18, 2020 at 2:00 PM for this solicitation. Respondents may submit questions in accordance with the Schedule of Events located on Page 4 of the solicitation: THE DEADLINE TO SUBMIT QUESTIONS IS 3/24/2020 BY 10:00 AM QUESTIONS ARE TO BE SUBMITED IN WRITING VIA EMAIL TO: STEVEN KULICK, CHIEF PROCUREMENT OFFICER; skulick@southmiamifl.gov IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Pm_-cIoli 124 Southkiami ADDENDUM No. #2 2 20?1 eY: G`P--------- Project Name: SW 69TH STREET & SW 63"o COURT INTERSECTION IMPROVEMENT & SW 69T" STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP NO. PW2020-06 Date: March 24, 2020 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 originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. OUESTION #I: There is no maintenance of traffic plan provided in the construction documents. Are we to assume that a full shutdown of the intersection will be allowed for construction purposes? Will the Contractor have to submit a vehicular and pedestrian detour? RESPONSE: Contactor must assume and produce a maintenance of traffic for approval to the City. OUESTION #I: Sheet C-04 shows the intersection to be reconstructed from Subgrade to Friction course, yet there is no pay item for SP Traffic Level C. Is the intersection just getting resurfaced? Are there limits to the reconstruction detail? RESPONSE: The plans show the quantity for the Type SP Traffic Level C in the pay item number 337-7-82 on sheet C-01. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. 125 SW 69TH STREET 6 SW 63RD COURT INTERSECTION IMPROVEMENT R SW 69TH STREET 8 SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP 11P Wx020.06 REM PAYITEM OFSCRJPTION UNITS QTY UNETCOST TOTAL AMOUNT ROADWAY PAY ITEMS 1 1104-1 Clar and GmWq LS I 3,500.0 $3,500.00 2 110.4.10 Rcmovalol Ealsung Concmm SY 170 $8.50 $1.445.00 1 110410 Ree 10 Elung Asphalt R UnMmaS B. SY 1.700 $7.80 573,260.00 4 110 IS2 Eunnv Tree Pivutmim a Pmsemuen US 1 $600.00 $600.00 S 160.4 Try-B' SObpiaation(I r)(Min. LBA a 40) SY 1010 $5.00 $10. 050.0 6 162.1.11 (3. Sal Lan. SY IN $5.50 $550.00 7 2101.1 Umerock S. III') PeimN SY 2A10 $12.00 $24, 120. 00 8 337-7 92 AspW, Concrem FnN . Canne Trdk C. FC-9.S. H1gh Poylna (I" T Thk4) IResi, uingl TN 110 $198 .0 o $19. 800. 00 9 425.6 AA. eaiwngw bean 6maer bones LS I S1,200.0C $1, 200.00 10 5204.10 Cmcmm Curb and Gutta(T7Pe )(nw1w. .in W l..k) LF SIO $17.50 $8, 925.00 II 5102.2 Concmte Curb(Trye'B')(intludacaudhme.k) LF ISO $17.50 $2,625.00 12 520.2.4 Conc.me Curti (TM -D7(mceda cast d luna k) U 450 515.60 $7,020.00 13 1526 5224 Conaem Sl n&(4' Thick)(including ramps) SY ISO $35.00 $5,250000 14 I-2 PrveM. Arthhenenl, Sidewalk SY I00 $68.00 $6,800.00 15 575.1-1 Sodang (Peeucoh Bahh or Math Einingl (includes waurng 9 maim..) SY 730 58. 00 5 , 840. 00 TOTAL ROADWAY ITEMS= 5130 985.00 ITEM PAY ITEM DESCRIPTION UNITS. QTY UNIT COST TOTAL AMOUNT SIGNAGE AND PAVEMENT MARKING PAY ITEMS 16 527.2 DMemble Wammg Surbce SF ISO $16.80 $2,520.00 17 700-2-SO Siv Single Pose Rdmt, AS 2 $300.00 18 7004.60 Sign Single Pose R.,n, AS S $60.00 $300.00 19 70AO.1 Sign Single Post Bess than 12 SQ. FT,)&,innl Name) AS 4 $285.00 $1,140.00 20 7MAO.1 Sign SingePoal(Un lhm 12 SQ. FT,)(R I - I S,.,I DI. 1) AS 1 $400.00 $400.00 21 7wAOaI Sign Single Nil(Less don 12 SQ. FT.)(R 1.2 Ymld) AS 4 $285.00 $1,140.00 22 700-40-I S.S. Single Pin,(Um Dian 12 SO, FT.)(R6.4) AS 4 5300.00 $1,200.90 23 70O.404 sv Singe Post Hess Nan 12 SO. FT.) (R4.7 Keep Righ) AS 4 5285.00 $1,140.00 24 700A0-1 sgn Single Pon ILm Dun 12 SO, FT.)(Wl-6JWI&9 T,Ak Gr,WMeadl AS 4 $325.00 $1,300.00 S 700.40.1 Sign Single Pon(L., Dun 12 SO FT) (WI I-2/WI671`. PNnmhn CrmunD AS B $325.00 $2,600.00 76 706.3 Marker Pavement Raro-ReRaWe EA 6 $10.00 $60.00 27 711-II-121 Tlir bsuc, klid. Whim. 6- LF BOO $1.60 $1,280.0C 28 711-II-122 ThermaPhsuc. $did, whm. 6' LF SO $1.50 . 0 29 711-II-123 Thermephsuc.S lid. wane. 12' LF 2w $3.00 $600.0C 30 711.11.125 Thermophnlc, Solid. Whim 24- ThenmphK, Solid. Yellow, 6' LF 275 $4.50 $1,237.5C 31 711-11-211 LF LF 9w S 51.25 $4.00 $1,125.05 $100.0c. 12 711-II-241 Themwpluts Sdid. Yd.. 18- Tit m plmt .Sail. Ycno (TA'SRIP 33 711-11-24I GM MARKING 0.01 ITEMS- 561600.0 $66.00 S ,583.50 TOTAL SIGNAGE AND PAVEMENT REM PAY REM DESCRIPTION UNITS QTY UNIT COST TOTAL AMOUNT MISCELLANEOUS ITEMS 34 1011I MOBILIZATION(In) �$3,1O0 35 102•I MAINTENANCE OF TRAFFIC LS 1 �29.oL 36 SUE-Wl TI ADVANCED UTILITIES EXPLORATION SOFT DIGGING EXPLORATION LS I $900.00 37 PERM ALLOW PERMIT ALLOWANCE($%) LS I 5300.00 $300.L^> 38 COM CONTINGENCYQO%) LS I $12,500 $12,500.0t TOTAL MISCELLANEOUS ITEMS- S nr TOTAL COMBINED COSTS S 156, 668.50 126 explorations, tests reports or similar Information or data In respect to any Underground Facilities or conditions are, or will be, required by Respondent In order to 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 a written request to the City for additional information prior to submhdrtg the bid or proposal as required in subsection If above, d. Respondent has given the City written notice of all conflicts, errors or 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 City. that such resolution is acceptable to Respondent and that the Respondent waives any claim regarding the conflicts. errors or discrepancies. e. This Proposal Is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted pursuant to any agreement or rules of any group. association, 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 solicited 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 is the amount that k needs to furnish and Install all of the Work complete and In place. The Schedule of Values, if 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 In any way so as to result in a 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 If this Solicitation requires the completion of a Respondent Cost and Tedrnkal Proposal, If any. as may be set forth In In an exhibit to this Solicitation, such proposal must be attached to this Respondents Bid Form and will take the place of the Lump Sum Price, otherwise, the Contract Price for the completed work is as follows: LUMP SUM BASE PRICE: 156, 868 dollars and 50 cents Alternates: # 1 #2 A fee breakdown for each task included in the lump sum contract price, if applicable, must be provided Failure to provide this Information shall render the proposal non -responsive S. The ENTIRE WORK for project in accordance with Exhibit 1, Scope of Services„ Attachment A, 8 & C shall be completed, in full, within 110 from the commencement date set forth In the NOTICE TO PROCEED. Failure to complete 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 Proposal: RESPONDENT Address: Telephone: Facsimile: PERRIN INTERNATIONAL SERVICES, INC. 12491 SW 134th Court. Unit 20. Miami. FL 33186 786-251-9291 Contact Person Gregoryarry ferry perrint .com 7. The terms used In this Proposal which are defined In the Contract shall have the same meaning as Is assigned to them in the Contract Documents, unless specifically defined In this Solicitation Package & Ira Resporrdenes Cost & Tedrr*d Proposal is required by the Solicitation, Respondent hereby certifies that all of the facts and responses to the questions posed In the Cost & Tedu*A Proposal, if such an exhibit is made a part of the Solicitation. are true and correct and are hereby adopted as part of this Respondent's Bid Forn and are made a part of this proposal, by reference. S4 of 89 127 9. By submitting this proposal. I. on behalf of the business that I represent, hereby agree to the terms of the form of contract contained in the Solicitation package and I agree to be bound by those 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 Proposal, or such information that the City and I have agreed upon in the course of contract negotiations and which have been confirmed by the City in writing, including e-mail confirmation, if any. I hereby certify under penalty of perjury that I am the lawful representative of the business entity referenced in this Bid Form, that I have authority to bid for that entity, that I have authority co sign contracts for that entity and bind it to chose contract terms and that all of the information and representations contained herein are true and correct to the best of my knowledge. information and belief. SUBMITTED THIS 3 1 sr DAY OF 20 ZO PROPOSAL SUBMITTED BY: Perrin International Services, Inc. 786-251-9291 Company Telephone Number Gregory Perry Name of Pen rized to Submit Proposal Fax Number • � gperryl<tipemintl.eom Sign uac re' Email Address President Title END OF SECTION 128 55 of 89 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 BOND# BBUM039 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we PERRIN INTERNATIONAL SERVICES, INC as Principal, hereinafter called Principal, and THE OHIO CASUALTY INSURANCE COMPANY A corporation duly organized under the laws of the State of MA, as Surety, hereinafter called the Surety is held and firmly bound unto: City of South Miami-6130 Sunset Drive, South Miami, Florida 33143 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF AMOUNT BID Dollars ($5 %), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for: RFP#PW2020-06 SW 691h St. & SW 6316 Cf. Intersection/Traffic Circle Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 3161 day of MARCH , 2020 'j Perrin International Services Inc - -- (Principal) --(Sealj = l/ (Witness)- C Pf L-oS % , eo BY: Gregory Perry (Title) PRESIDENT (Witness) IN The Ohio Casualty Insurance Company - . (Surety) (Seat' THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, end they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7546873 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the Slate of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the Stale of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the Slate of Indiana (herein collectively called the Tompanies'1, pursuant to and by authority herein set forth, does hereby name, constitute and appoint. Gladys Keith all of the cty of Miramar , state of FL each individually if there be more than one named, Its We and lawful afiorney-in-fact to make, execute, seal, acknowledge and degrf, for and on its behalf as surely and as its ad and deed, any and all undertakings, bonds, reoognizances and other surety obligations. in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their oven proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto its 17th day of November 2016 rn 'NSG q�\MSUq� >N mSUgq The Ohio Casually Insurance Company ^o LibertyMutual Insurance Company P Y to y in 191z t991 West merican Insurance Company c role s�a: s�: E •in /r a a . By: STATE OF PENNSYLVANIA as David M. Care . Assistant Secretary m to COUNTY OF MONTGOMERY C vOn this ' 7ih day of November 2016 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance yOd F— a) Company. The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes >,crz W p ? W therein contained by signing on behalf of the corporations by himself as a duly authorized of car. d C E m > IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia. Pennsylvania. on the day and year first above written.Z O -E COMMONWEALTH OF PENNSYLVANIA //{/�\ NoMree "/ � , �4 A� a CO,x C Teresa Pastella. Notary Public I /1/ 1 Notary 0 O N m0 ID By: .u�I.�iL,J P-� Upper Merion Two.. Mordgarrery County Teresa PaslelIa. Notary Public Qeuthohty m C ` My Commission Expires March 28, 2017 Member. Peruuylvena Assooation Noweex 3 AO.O., al li NC Id This Power of Attomey is made and executed of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual a o y �`,, Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: :E o Cliff 01 ARTICLE IV —OFFICERS —Section 12. Power of Attorney. Any officer a other official of the Corporation authorized for that Purpose in writing by the Chairman or the President. and subject O C r « to such inflation as the Chairman a the President may prescribe. shag appoint such altomeys-in•lact rati as may be necessary to act in behalf of the Corporation to make, execute, seal, �. d O11 acknowledge and deliver as surety any and all undertakings. bonds, recoginizances and other surety obligations. Such attorneys -in -fad, subject to the limitations set forth in their respective p�> E y pourers ct attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so to 0 L exerted. such instruments shall be as binding as g signed by the President and attested to by the Secretary. Any pourer or authority granted to any representative a attorney -in -fad under > o the pmveeons of this article may be revoked at any time by the Board, the Chairman, the President a by the officer a officers grantiPont ng such Poor authority. met ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer or the Company authorized for that purpose in writing by the chairman or the president E off > 4 and subjec to such limitations as the chairman or the president may prescribe, shall appoint such altomeys-in-fad. as may be necessary to ad in behalf of the Company to make, execute. P�2 o j seal. admowiedge and deliver as surety any and all undertakings, bonds, recogntzances and other surety obligations. Such atlomeys4n-fact subject to the limitations set fort in their oD Z O respearm powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seat of the Company. When an 0G execuleo such instruments shall be as binding as if signed by the president and attested by the secretary. 0 1? Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such agomeys-in- ~ fact as may be necessary to act on behalf of the Company to make, execute. seal, acknowledge and deliver as surely any and all undertakings, bonds. recognizances and other surety obligasons. Authorization — By unanimous consent of the Companys Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary or the CompmA wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company. and West American Insurance Company do hereby cengy that [to original power of attorney of which the foregoing is a full, We and coned copy of the Power of Attorney execuled by said Companies, is in full force and effect and has not t� revoksl. -.-1 un ESTM08Y W_ REREOF,1 have hereunto set my hand and affixed the seals of said Companies this �_ day of 1fl INS(r � ^NSUq� 'N\Nepg1 n 7�12 7991b is By:� 4 vv ��; gv. Renee C. I.Jewbim. Assistant Secretary h?;c 130 38 01 100 LM$ 12a73 082018 PROPOSAL SUBMITTAL CHECKLIST FORM SW 69TH STREET & SW 63RD COURT INTERSECTION IMPROVEMENT & SW 69TH STREET & SW 63 AVENUE TRAFFIC CIRCLE PROJECT RFP #PW2020-XX This checklist indicates the forms and documents required to be submitted for this solicitation and to be 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 in an addendum to this Solicitation. The response shall include the following items: Proposal Package shall consist of one (1) original unbound proposal. X three (3) additional copies, three-ring binders are not permitted, and one (1) digital (or comparable medium including ✓ Flash Drive, DVD or CD) copy X Indemnification and Insurance Documents EXHIBIT 2 X Respondents Bid Form. EXHIBIT 3 X Signed Contract Documents (All — including General Condidonsand _ Supplementary Conditions if attached) EXHIBIT 4, S & 6 Performance and Payment Bonds (As a Condition Award. Not X required with Submittal.) EXHIBIT 7 & 8 Respondents Qualification Statement List of Proposed Subcontractors and Principal Suppliers Non -Collusion Affidavit Public Entity Crimes and Conflicts of Interest Drug Free Workplace Acknowledgement of Conformance with OSHA Standards Affidavit Concerning Federal & State Vendor Listings Related Party Transaction Verification Form IrA Presentation Team Declaration/Affidavit of Representation Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. END OF SECTION 159 14 of 89 BID OPENING REPORT C OMPANIES THAT SUBNHTTED PROPOSALS: AMOUNT: 1. ATC ENGINEERING INC................................................... $ � 7 3 , �'g . w 2. HIP TECTONICS CORP.................................................... $ a I31 i Ih 1 3. FLORIDA ENGINEERING & DEVELOPMENT CORP............... $ I `l r1 384. rla 4. MAGGOLC INC............................................................... $19 � ikncl3- I!E - 5. METRO EXPRESS, INC...................................................... $ aar), %B I. oo 6. PABON ENGINEERING, INC............................................. $a ), �� Q•`1S 7. PERRIN INTERNATIONAL SERVICES, INC.......................... 8. UAG CONSTRUCTION LLC............................................... $Q°lq ayq . i 3 9. WAYPOINT CONTRACTING, INC....................................... $a (oq i (oqq. SS THE ABOVE BIDS HAVE NOT BEEN CHECKED. THE BIDS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. City Clerk: I V 1 C— d. &N Ylf Print Nam Witness: Print Name Print Name Signature 160