Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 116-20-15556
RESOLUTION NO.:116-20-15556 A Resolution authorizing the City Manager to negotiate and enter into a contract with UAG Construction LLC., for the Sunset Drive median landscape Improvements from SW 69th Avenue to US-1 and roadway modification to the alignment along Sunset Drive from SW 62nd Avenue to East of SW 61st Court. WHEREAS, the City Mayor and Commission desires to provide landscape improvements on Sunset Drive between SW 69th Avenue and US-1 similar to the existing landscaping within the City limits along US-1 and modify the roadway alignment along Sunset Drive from SW 62nd Avenue to East of SW 61s` 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, design and construction documents were developed and approved by City Staff and Miami - Dade County Department of Transportation and Public Works; and WHEREAS, to provide options for the City Commission to consider, the City's solicitation required respondents to provide prices for different sections of the project; and WHEREAS, option A consists of roadway modification/alignment and landscape improvement on Sunset Drive between US-1 and SW 62nd Avenue. Option B consists of landscape improvements on Sunset Drive between SW 62nd Avenue and SW 69th Avenue and the third Option C is the completion of the entire project, Option A and Option B; and WHEREAS, the City received a total of five (5) proposals in response to a construction solicitation; and WHEREAS, two of the fire proposals received were incomplete and removed from further consideration; and WHEREAS, the City reserves the right to award the project to a single respondent for each option. Option A, Option B, or Option C. Also, one respondent may be awarded one Option and another Respondent may be awarded another Option; and WHEREAS, the City recommends UAG Construction LLC for all three options for an amount up to $482,895 which includes a five percent (5%) contingency for unknown factors that may arise during the work; and WHEREAS, the Mayor and Commission desire to authorize the City Manager at her discretion to allow work on Saturdays; and WHEREAS, the Mayor and City Commission desire to authorize the City Manager to negotiate and enter Into a contract with UAG Construction LLC., for the median landscape improvements on Sunset Drive between SW 6901 Avenue and US-1 and roadway modifications along Sunset Drive from SW 62nd Avenue to East of SW 61st Court for an amount up to $482,895 which Includes a five percent (5%) for contingency for unknown factors that may arise during the work WHEREAS, the expenses shall be charged $200,000 to the to the Capital Improvement Program Fund Page 1 of 2 Res. No. 116-20-15556 account number 301-1730-541-6450, $150,000 to the Local Option Gas Tax Trust Fund account number 112-1730- 541-6210, and $133,000 to the Capital Improvement Program Fund account number 301-1790-519-6450. 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 UAG Construction L-C., for the Sunset Drive median landscape improvements from SW 69th Avenue to US-1 and roadway modification to the alignment along Sunset Drive from SW 62nd Avenue to East of SW 61st Court for an amount up to $482,895 and a five percent (5%) for contingency for unknown factors that may arise during the work. A copy of the approved form of contract is attached. The expenditure shall be charged $200,000 to the to the Capital Improvement Program Fund account number 301-1730-541-6450, $150,000 to the Local Option Gas Tax Trust Fund account number 112-1730-541-6210, and $133,000 to the Capital Improvement Program Fund account number 301-1790-519-6450. 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 15th day of September. 2020. ATTEST: APPRO�ED: CITY CL RK MAYOR READ AND APPROVED AS TO FORM, LANGUAGE, LEGALITY AND EXECUTION THEREOF 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:2. City Commission Agenda Item Report Meeting Date: September 15, 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 UAG Construction LLC., for the Sunset Drive median landscape improvements from SW 69th Avenue to US-1 and roadway modification to the alignment along Sunset Drive from SW 62nd Avenue to East of SW 61 st Court. 3/5 City Manager -Public Works & Engineering) Suggested Action: Attachments: Memo Const Award Sunset btwn 69av to us1(9-10-20)PWD-Final.docx Reso_Const_Award_for_Sunset_btwn_69av_to_usl_9-10-20_PWD-Final (1).docx RFP v3 FINAL Sunset Drive Mod if ications6.30.20CArevPWD.pdf Sunset Drive Mod if ications_Complete Set_20200624.pdf UAG CONSTRUCTION Bidding Document (26).PDF Pre -Bid Meeting RFP PW2020-198.25.20.pdf DEMAND STAR RFP PW2020-19.pdf SUN BIZ UAG CONSTRUCTION 9.3.20.pdf 2020.08.20 Miami Daily Business Review RFP #PW2020-19.pdf lSoutiami 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: September 15, 2020 SUBJECT: A Resolution authorizing the City Manager to negotiate and enter into a contract with UAG Construction LLC., for the Sunset Drive median landscape improvements from SW 69`h Avenue to US-1 and roadway modification to the alignment along Sunset Drive from SW 62"d Avenue to East of SW 61" Court. BACKGROUND: In an effortto provide options forthe City Commission to consider, the City's solicitation required respondents to provide prices for different sections of the project as detailed below: Option A consists of roadway modification/re-alignment and minor landscape improvement on Sunset Drive between US-1 and SW 62"d Avenue. Option B consists of landscape improvements on Sunset Drive median between SW 62"d Avenue and SW 69th Avenue and the third • Option C is the completion of the entire project, Option A and Option B. 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 City received a total of five (5) proposals in response to a solicitation. Two of the five proposals received were incomplete and removed from further consideration. Pursuant to review, it was determined that UAG Construction LLC., is the most responsive and responsible bidder for this proposal. The City reserves the right to award the project to a single respondent for each option. Option A, Option B, or Option C. Also, one respondent may be awarded one Option and another Respondent may be awarded another Option. The City recommends UAG Construction LLC for all three options. Below please find the Qualified Proposals Received as part of the solicitation: South Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER -OFFICE MEMORANDUM Contractor IBid Price Option A jBid Price Option B Bid Price Option C UAG Construction LLC $183,500.98 $276,399.52 $459,900.50 C & I Construction $228,440.00 $352,337.00 $580,777.00 Visual Scape NO BID $546,698.90 NO BID A contingency amount of five percent (5%) will be included over the proposal amount of $459,900.52 to address for unknown factors that may arise during the work. AMOUNT: Amount up to $ 482,895 which includes a five percent (5%) for contingency. FUND & ACCOUNT: The expenditure shall be charged $200,000 to the to the Capital Improvement Program Fund account number 301-1730-541-6450, $150,000 to the Local Option Gas Tax Trust Fund account number 112-1730-541-6210, and $133,000 to the Capital Improvement Program Fund account number 301-1790-519-6450. ATTACHMENTS: Resolution RFP PW2020-19 Construction Documents with Exhibits Design Plans UAG Construction LLC., Proposal Virtual Pre -bid Sign in sheet Demand Star Results Sun Biz, UAG Construction LLC DRB Advertisement 91 YCASoutiami THE CITY OF PIEASA] I ".c. CITY OF SOUTH MIAMI SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 SUBMITTAL DUE DATE: September 3, 2020 at 10 AM Solicitation Cover Letter The City of South Miami, Florida (hereinafter referred to as "Owner") 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' will 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 #PW2020-19 "SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS" 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 1, 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 by accessing the following webpage: http://www.southmiamifl.govi 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 City will only receive submittals electronically through the DemandStar Electronic Bid System (E-Bidding). To register as a business, go to httos://network.demandstar.com/ See directions for registering and signing into your DemandStar user account on the next page following this Solicitation Cover Letter. Proposals must be received electronically through DemandStar, no later than 10:00 A.M. local time (the "Closing Date") on September 3, 2020 and any Proposal received by the City through DemandStar after 10:00 a.m. local time on said date will not be accepted under any circumstances. Hand delivery will not be accepted. BID OPENING VIA VIDEO CONFERENCING: The opening of E-Bids for this solicitation will occur at 10:30 A.M. local time on (the Closing Date, September 3, 2020. The City Clerk will conduct the Bid Opening through video conferencing using the Zoom platform. Members of the public may view the meeting via Zoom at httos://zoom.us/j/3056636339 ,or listen to the meeting on a dedicated phone line by dialing +I-786-635-1003 Meeting ID: 3056636339. NON -MANDATORY PRE -BID MEETING VIA VIDEO CONFERENCING A Non -Mandatory Pre -Bid meeting will be conducted through video conferencing on August 25, 2020 at 10:00 AM using the Zoom platform. Interested parties who are considering attending the Pre -Bid meeting, must identify your Company Name in the "Participants List" on the Zoom platform. The meeting will be held regardless of weather conditions. After the meeting, an email will be sent, confirming your attendance, to the attention of Steven P. Kulick, Chief Procurement Officer at skulick southmiamifl.gov Members of the public may view the meeting via Zoom at https�//zoom.us/i/3056636339 ,or listen to the meeting on a dedicated phone line by dialing +I-786-635-1003 Meeting ID: 30S6636339. 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 9'i1154ge a contract with a Respondent or Respondents, other 6 than to the one who provided the lowest Proposal Price and, if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a separate Respondent. Nkenga A. Payne, CMC City Clerk City of South Miami 2of 118 DemandStar Registration and User Account Sign -in Directions The following is an example of the procedure on April 3, 2020 and it is subject to change after that date. Go to https://network.demandstar.com/ which on April 3, 2020 brings up the following message. DemandStar is committed to helping all government agencies source qualified suppliers for COVID-19 emergency response. Governments Suppliers If you are a government agency who needs Ebidding If you are a business who can help respond to the capability to receive supplier responses online, please many emergency response bids on the DemandStar fill out this form and we will get back to you network, please click here to create your account and immediately. Ebidding is offered at no charge to get notified of bidding opportunities. governments. Bhroacl�t Bids on DemandStar Create Your Account DEMANDSTAR If you do not have an account with DemandStar, click on "Create Your Account" otherwise, if you have an account, click on the "x" in the upper right-hand corner of this message and it will bring you to the following user sign in page. :�-DEMANDSTAR 3 of 118 8 SCOPE OF SERVICES and SCHEDULE OF VALUES SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 The Scope of Services and the Schedule of Values, if any, are set forth in the attached EXHIBIT 1, ATTACHMENTS A, B & C. END OF SECTION 4of 118 9 SCHEDULE OF EVENTS SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 No Event Date* Time* (EST) I Advertisement/ Distribution of Solicitation & Cone of Silence begins 8/ 14/2020 10:00 AM NON -MANDATORY Pre-RFP Meeting: Mandatory Pre-RFP meeting will be conducted through video conferencing using the Zoom platform. Interested parties who are considering submitting a proposal, must identify your Company Name in 2 the "Participants List" on the Zoom platform. After the meeting, an email will be sent, confirming your attendance, to the attention of Steven P. Kulick, Chief Procurement Officer at skulick(dsouthmiamifl.gov Members of the public may view the meeting via Zoom at https://zoom.us/a/3056636339 ,or listen to the meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. 8/25/2020 10:00 AM 3 Deadline to Submit Questions 8/2812020 10:00 AM 4 Deadline to Ci Responses to Questions 8/31/2020 10:00 AM Deadline to Submit RFP Response: 5 The City will only receive submittals electronically through the DemandStar Electronic Bid System (E- Bidding). To register as a business, go to htts://network. demandstar.com/ 9/3/2020 10:00 AM BID OPENING VIA VIDEO CONFERENCING 6 VIA THE ZOOM PLATFORM at htti2s://zoom.us/'/3056636339 ,or listen to the meeting on a dedicated phone line by dialing + 1 -786-635-1003 Meeting ID: 3056636339. 9/312020 10:30 AM 7 Projected Announcement of selected Contractor/Cone of Silence ends 9/15/2020 7:00 PM END OF SECTION 5 of 118 10 INSTRUCTIONS for RESPONDENT SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 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 must 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 must appoint a person to act as a primary contact with the City of South Miami. This person or back-up must be readily available during normal work hours by phone, email, or in person, and must 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 will 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 penalties 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 will 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 will govern and take precedence over the conflicting provision(s) in the Solicitation. 8. Any questions concerning the Solicitation or any required need for clarification must be made in writing, by 10 AM, August 28, 2020 to the attention of Steven P. Kulick, Chief Procurement Officer at skulick(dsouthmiamifl.gov or via facsimile at (305) 669-2636. 6of IIS 11 9. The issuance of a written addendum is the only official method whereby interpretation and/or clarification of information can be given. Interpretations or clarifications, considered necessary by the City in response to such questions, will 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 will not have any legal effect. No plea by a Respondent of ignorance or the need for additional information will 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 will 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 will 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 will 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 may 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 b?gpAky such modified documents. 12 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. 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 must 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 must be signed using blue ink; all quotations must be typewritten, or printed with blue ink. All spaces must be filled in with the requested information or the phrase "not applicable" or "NA'. The proposal must 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 must 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 cashier's 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, manufacturer's 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 will 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) will prevail and the extended price(s) will be adjusted to coincide. Respondents are responsible for checking their calculations. Failure to do so will be at the Respondent's risk, and errors will 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 after the Proposal opening, they must be delivered within ten (10) calendar days of the request. The City will 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 will be the responsibility of the successful Respondent to notify the City at once, indicating in its letter the spgffflf regulation which required an alteration. The City of 13 South Miami reserves the right to accept any such alteration, including any price adjustments occasioned 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 will be firm for a period of one hundred eighty (180) calendar days from the date of the Proposal opening unless otherwise stated in the Proposal Form. Incomplete, unresponsive, irresponsible, vague, or ambiguous responses to the Solicitation will 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 must 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 will 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 must 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 must be furnished to the City as part of the Proposal. Failure to have obtained the required licenses and certifications or to furnish these documents will be grounds for rejecting the Proposal and forfeiture of the Proposal/Bid Bond, if required for this Project. 20. Respondent must 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 will 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 will 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 will be cause for rejection of the Proposal as determined by the City. 25. Hold Harmless: All Respondents must 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 will act as an agreement by the Respondent that the Proposal/Bid Bond, if required for this project, will 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 will recover its attorney's fees, court costs as well as expenses associated with the litigation. In the event that fees, court 9 Of I is 14 costs and expenses associated with the litigation are awarded to the City, the Proposal/Bid Bond, if required for this project, will be applied to the payment of those costs and any balance will 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, will be just cause for cancellation of the Award or termination of the contract 27. Bonding Requirements: The Respondent, when submitting the Proposal, must include a Proposal/Bid Bond, if required for this project, in the amount of 5% of the total amount of the base Proposal on the Proposal/Bid Bond Form included herein. A company or personal check will 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 must be with a surety company authorized to do business in the State of Florida. 28.1. Each Performance Bond must 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 must 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 must guarantee the full payment of all suppliers, material man, laborers, or subcontractor employed pursuant to this Project 28.4. Each Bond must 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 must ensure that the Bond(s) referenced above must be recorded in the public records of Miami -Dade County and provide CITY with evidence of such recording. 28.6. The surety company must 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, must 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 will, at the City's option, forfeit the Proposal/Bid Bond/Security that accompanied the Proposal, and the Proposal/Bid Bond/Security will 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 must comply with 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 must attend the conference and tour all areas referenced in the Solicitation Documents. It will 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 must include the Work necessitated by those conditions. If the survey is provided subsequent to the submission of the proposal, the Respondent will have five calendar days to notify the City of any additional costs required by such conditions and the City will 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 thpoAQytract Documents, including the Proposal Form. No 15 change orders will be allowed for delays caused by the City, other than for extensions of time to complete the Work. 32. Submittal Requirements: All Proposals must comply with the requirements set forth herein and must include a fully completed Respondent's Bid Form found on EXHIBIT 3 and a Respondent's Cost and Technical Proposal found on EXHIBIT 4. 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. 34. Respondent may 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 will 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 10 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 bidder(s)/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, will 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 must 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 must 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 must provide a redacted copy of the document and an unredacted copy. In addition, the Respondent must 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 must 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 must copy and paste the applicable statutory provision (this listing requirement will 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 will 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 frX f9# jaid purported confidential information or documents, 16 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 will not actively contest any request to disclose such alleged confidential information or document and the City cannot guarantee 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 must 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 the Respondent 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 will govern the interpretation of this RFP: "Certify", including all of its tenses, such as "certifies", "certifying" and "certified", means the act of swearing or affirming under penalties of perjury that the facts that are being "certified" are true and correct and it must be accomplished either by swearing (or affirming) to the truth of the statement before a notary public, or by a declaration, under penalties 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 will 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" must be enclosed in a sealed envelope or container and must 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, will 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. 46. State of Emergency. The City reserves the right, in its sole and absolute discretion, to suspend the work or services or cancel the contract in the event of an emergency that effects the City of South Miami, its residents or businesses and that has been declared by the Governor, Mayor of Miami -Dade County or the City Manager. 47. Force majeure. Neither party may hold the other responsible for damages or for delays in performance caused by force majeure, acts of God, or other acts or circumstances beyond the control of a party or that could not have been reasonably foreseen, prevented or avoided. For this purpose, such acts or circumstances include, but not limited to, weather conditions affecting performance, floods, epidemics, war, riots, strikes, lockouts, or other industrial disturbances, or protest demonstrations. Should such acts or circumstances occur, the parties will use their best efforts to overcome the difficulties and to resume the work as soon as reasonably possible. END OF SECTION 12of 118 17 CONE OF SILENCE ORDINANCE, SECTION 8A-7 SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 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 Managers 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 negotiation strategy sessions in compliance with the exemption in Florida Statutes Section 286.0113; 13 of 118 18 (3) Briefings made by the City Manager or his designee to the City Commissioners during a meeting following the completion of the Selection 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; (5) 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 14of 118 19 PROPOSAL SUBMITTAL CHECKLIST FORM SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 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 must include the following items: The City will only receive submittals online and electronically through the Demand Star Electronic Bid System (E-Bidding). To register as a business, go to https7//networkdemandstar.com/ The City, at its discretion, may X request hard copies of proposals received from a specific Respondent or all Respondents. X Indemnification and Insurance Documents EXHIBIT 2 X Respondents Bid Form. EXHIBIT 3 X Respondents Cost & Technical Proposal, EXHIBIT 4 X Signed Contract Documents (All — including General Conditions and Supplementary Conditions if attached) EXHIBITS, 6 & 7 X Performance and Payment Bonds (As a Condition Award. Not required with Submittal.) EXHIBIT 8 & 9 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 Party 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 15 ofna 20 RESPONDENT QUALIFICATION STATEMENT SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 The response to this questionnaire will be utilized as part of the CITrS 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: 16 of 118 21 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: 17 of 118 22 3. Current workload 4. The following information must 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. S. 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: 23 Name of Agency: Address: Telephone No.: Contact Person: Type of Project: Name of Agency: Address: Telephone No.: Contact Person: Type of Project: 19of 118 24 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 Respondent must 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: This list must be provided as a part of Respondents submittal to the City of South Miami and in response to this RFP. END OF SECTION 20 of 118 25 EXHIBIT 5 CONSTRUCTION CONTRACT SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 THIS CONTRACT was made and entered into on this 3rd day of Se,.ptember„2020, by and between UAG Construction, LLC (hereafter referred to as "Contractor"), and the City of South Miami (hereafter referred to as "Owner'), through its City Manager (hereafter referred to as "City"). Contractor, for the consideration set herein, hereby agrees with Owner as follows: . Contractor must 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 must do everything required by this Contract and the other Contract Documents hereinafter referred to as the Work. 2. The Contract Documents must include this Contract, General Conditions to the Contract, if 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 Owner as well as any attachments or exhibits that are made a part of any of the documents described herein. 3. Contractor must commence the Work to be performed under this Contract on a date to be specified in a Notice to Proceed and must complete all Work hereunder within the length of time set forth in the Contract Documents. 4. Owner hereby agrees to pay to Contractor for the faithful performance of this Contract, subject to additions and deductions as provided in the Contract Documents and any properly approved, written change orders, in lawful money of the United States, the Lump Sum amount of: One Hundred ThiM Eight Thousand One Hundred and Eight -four and NineM-Eight Cents Dollars (S 138 184.98) (spn oo1hr amo=above) ("Contract Price"). 5. The expenses of performing Work after regular working hours, and on Sunday and legal holidays must be included in the Contract Price. The City may demand, at any point in time, that any part, or all, of the Work be performed after regular working hours. In such event, the Respondent will have no right to additional compensation for such work. However, nothing contained herein authorizes 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, Owner will make monthly partial payments to Contractor on the basis of a duly certified and approved schedule of values for the Work performed during each calendar month by Contractor, less the retainage (all as provided for in the Contract Documents), which is to be withheld by 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 Contractor of evidence satisfactory to Owner that all labor, material, and other costs incurred by 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 must be made within sixty (60) calendar days after the completion by Contractor of all Work covered by this Contract and the acceptance of such Work by Owner. 8. The Work must be completed in: Option A: 60 calendar days: Option Q: 60 calendar da : Option C: 120 calendar days. In the event that Contractor fails 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 must be paid by Contractor at the rate of Option A: $1,250 dollars e�lG Option B: S 1.250 per dam Option C: $2,500.00 dollars per dM 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 deems 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, Contractor must, 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 are satisfactory to the City. In such event, no further payment to Contractor such Surety or Sureties as are satisfactory to the City. In such event, no further payment to Contractor will be deemed to be due under this Conti -act 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 may 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. -INWITIVESS-VVREREOF, [he parties hereto have execut 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 will, without proof or accounting for the other counterpart, be deemed an original Contract. CONTRACTOR: UAG Construction LLC Signature: Print Signatory's Name: Andy Diaz Title of Signatory: ATTESTED: Signature: Nk ga A. ayne City Clerk Read and Approved as to Form, Language, Legality, and Execution Thereof: Signatwe: City Attorney Representative OWNER: Cl SOUT I AMI Signature: Shari Karnali City Manager 85 of I IS EXHIBIT 6 CONSTRUCTION CONTRACT GENERAL CONDITIONS SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 ARTICLE I — DEFINITIONS Whenever used in these General Conditions or in the other Contract Documents, the following terms have the meaning indicated. These a initions always apply w en 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 will 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 do not apply to interpret terms in a specific provision of a Contract Document if that specific provision contains a definition of the term in question: Addenda: Written or graphic documents issued prior to the Bid Opening which modify or interpret the Contract Documents, Drawings and Specifications, by addition, deletions, clarifications, or correction. Application for Payment: A form approved by the City's consultant (CONSULTANT), if any, or the City Manager which is to be used by CONTRACTOR in requesting progress payments. Bid: The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices and other terms for the Work to be performed. Bidder: Any person, firm or corporation submitting a response to 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 CONTRACTOR and its surety in accordance with the Contract Documents and in accordance with the laws of the State of Florida. Change Order. A written order to 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 Proposals: Written proposals from CONTRACTOR in response to orders or request for work based on the Scope of the Work provided by OWNER to CONTRACTOR. The proposal includes line item pricing, where there are multiple locations, and the timeframe for completing the work. Tt. .The City Manager for the City of South Miami, 6130 Sunset Drive, South Miami, FL 33143, or manager's designee, unless the context wherein the word is used should more appropriately mean the City of South Miami. City Manager: Includes the City Manager's designee. Construction Observer: An authorized representative of CONSULTANT, if any, or otherwise a representative of OWNER assigned to observe the Work performed and materials furnished by CONTRACTOR. CONTRACTOR will_be_notified_ in.writing _of -the -identity. -of. this representative. — Contract Contract Documents: The Contract Documents include the Contract between OWNER and 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 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. Contracting Officer: The individual who is authorized to sign the contract documents on behalf of OWNER. CONTRACTOR: The person, firm or corporation with whom OWNER has executed the Contract. CONSULTANT: The person identified as CONSULTANT in the Supplementary Conditions or, if none, then OWNER's designated representative as identified in the Supplementary Conditions. Pa)L. A period of twenty-four hours measured from the beginning of the day at 12:01 a.m. and it will be presumed to be a calendar day unless specifically designated as a business day. Dom: 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. Therefore, in computing any period of time prescribed or allowed by the Contract Documents, the day of the aV, gfvA%t or default from which the designated period of time begins to run will not be included. The last day of the period so computed will be included unless it is a Saturday, Sunday or legal holiday, in which event the period will 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 CONSULTANT'S recommendation of final payment (unless responsibility for the protection thereof has been delegated to 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 permiirted-by the onnEract Documents. Drams The drawings which show the character and Scope of the Work to be performed and which have been prepared or approved by CONSULTANT, or if none, then by an architect or engineer hired by City Manager and are referred to in the Contract Documents. Field Order: A written order issued by 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 CONSULTANT in accordance with paragraph 9.3 or (d) a written order for minor change or alteration in the Work issued by 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. Non -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 CONSULTANT's recommendation of final payment (unless responsibility for the protection thereof has been assumed in writing by OWNER). Notice of Award: The written notice by City Manager to the apparent successful Bidder stating that upon compliance with the conditions precedent to be fulfilled by it within the time specified, City Manager will execute and deliver the Contract to him. Notice to Proceed: A written notice given by City Manager to CONTRACTOR (with copy to CONSULTANT) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR must start to perform its obligations under the Contract Documents. Owner. The City of South Miami. Person: An individual or legal entity. Project: The entire construction operation being performed as delineated in the Contract Documents. Polic)r. The term "policy" as used in the Contract Documents means the insurance binder, if it is issued, the declaration page of the policy and the body of the policy, including all endorsements. RFP: Request for Proposal. Scope of Services. This phrase refers to the scope of the services or work to be performed and it has the same meaning as Scope of the Work unless the context in which the phase is used clearly means otherwise. Shop Drawings: All drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by 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. Specifications: 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 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 will 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 CONSULTANT, will 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 City Manager 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 sit%p�f% Work. Surety: The individual or entity who is an obligor on a Bond and who is bound with CONTRACTOR for the full and faithful performance of the Contract and for the payment of all labor, services and materials used on the project. Work: Any and all obligations, duties and responsibilities necessary for the successful performance and completion of the Contract. Notice: The term "Notice" as used herein means and includes all written notices, demands, instructions, claims, approvals and disapprovals required to obtain compliance with Contract requirements. Written notice will 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 tc 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 OWNER under this Contract must be delivered to City Manager and CONSULTANT. ARTICLE 2 — PRELIMINARY MATTERS Award: 2.1 The City Manager reserves the right to reject any and all Bids, at its sole discretion. Bids will be awarded by OWNER to the lowest responsive and responsible Bidder. No Notice of Award will be given until the City Manager has concluded its investigation, as it deems necessary, to establish, to the satisfaction of the City Manager, 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 Manager reserves the right to reject the Bid of any Bidder who is not believed to be, in the sole discretion and satisfaction of City Manager, to be sufficiently responsible, qualified and financial able to perform the work. In analyzing a Bid, the City Manager may also take into consideration alternate and unit prices, if requested by the Bid forms. If the Contract is awarded, the City Manager will 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 must be executed and delivered by CONTRACTOR to the City Manager 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 will, without proof or accounting for the other counterpart be deemed an original Contract Document. Forfeiture_ of Bid Security/Performance and Payment Bond, if any are required by the aoalicable RFP: 2.3 Within ten (10) calendar days of being notified of the Award, CONTRACTOR must 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 must 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 must 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 must 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. 2.3.3 Pursuant to the requirements of Section 255.05(I ), Florida Statutes, CONTRACTOR must ensure that the Bond(s) referenced above are recorded in the public records of Miami -Dade County and provide City Manager 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 (5) years. 2.3.5 The surety company must 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 OWNER will only be required to accept a surety bond from a company with a rating A. VII or better. 88 of 118 2.3.7 Failure of the successful Bidder to execute and deliver the Contract and deliver the required bonds and Insurance documents will be cause for the City Manager to annul the Notice of Award and declare the Bid and any security therefore forfeited. Contractor's Pre -Start Representation: 2.4 CONTRACTOR represents that it has familiarized itself with, and assumes full responsibility for having familiarized itself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions and federal, state and local laws, ordinance, rules and regulations that may in any manner affect performance of the Work, and represents that it has correlated its stuff and observations with the requirements of tie 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 Contract Time: 2.5 The Contract Time will commence to run on the date stated in the Notice to Proceed. Starting the Project: 2.6 CONTRACTOR must start to perform its obligations under the Contract Documents on the date the Contract Time commences to run. No Work may 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 Manager. Before Starting Construction: 2.7 Before undertaking each part of the Work, CONTRACTOR must carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements and conditions. It must at once report in writing to CONSULTANT any conflict, error, or discrepancy which it may discover. Neither OWNER nor CONSULTANT will 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 will CONTRACTOR be entitled to any compensation for any harm, damage or loss suffered by 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 Manager to CONTRACTOR, CONTRACTOR must 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. CONSULTANT will 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 will be provided in the Special Conditions. 2.9 Within five (5) business days after delivery of the executed Contract by City Manager to CONTRACTOR, but before starting the Work at the site, a pre -construction conference will 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 OWNER'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 must submit to the City Manager and 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, CONSULTANT will notify CONTRACTOR in writing if either the City Manager or CONSULTANT has reasonable objection to any Subcontractor, person, or organization on such list. The failure of the City Manager or CONSULTANT to make objection to any Subcontractor, person, or organization on the list within thirty (30) calendar days of the receipt will constitute an acceptar6e)Qf I%uch Subcontractor, person or organization. Acceptance of any such Subcontractor, person or organization will not constitute a waiver of any right of OWNER or 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.Manager or 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 to be done and materials to be furnished, will be regarded as meaning that only best practices are to prevail and only materials and workmanship of the best quality are toBeusseec -in the performance othe ARTICLE 3—CORRELATION INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS 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 OWNER and 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 must, before proceeding with the Work affected thereby, immediately call it to CONSULTANT's attention in writing. The various Contract Documents are complementary; in case of conflict, error or discrepancy, the more stringent interpretation and requirement that will provide the maximum benefit to OWNER will apply 3.3 The words "furnish" and "furnish and install", "install", and "provide" or words with similar meaning will 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, must be furnished and installed without change in the Contract Price. Such miscellaneous items and accessories must 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 will be approved by 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 must be coordinated by CONTRACTOR in such a manner as obtain the best workmanship possible for the entire Project, and all components of the Work must be installed or erected in accordance with the best practices of the particular trade. 3.6 CONTRACTOR will 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 CONTRACTOR is prevented from complying with this provision due to the Drawings or Specifications, CONTRACTOR must immediately notify CONSULTANT in writing of such limitations before proceeding with construction in the area where the problem exists. 3.7 Manufacturer's literature, when referenced, must 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 organizations, including but not limited to National Electrical Code, applicable State Building Code, Florida Building Code, Federal Specifications, ASTM Specifications, various institute specifications, and the like, it will 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, will 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 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", CONTRACTOR must 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 will be made by 63GNSWLTANT as set forth in Section 9.3 below. 3.1 1 CONTRACTOR must advise CONSULTANT, prior to performing any work involving a conflict in the Contract Documents and CONSULTANT will make the final decision as to which of the documents will take precedence. If there is a conflict between or among the Contract Documents, only the latest version will apply and the latest version of the Contract Documents. CONSULTANT must 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 - (e) upp ementary Con dons, (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 (j) Drawings and Specifications are to be considered complementary to each other ARTICLE 4 — AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS Availability of Lands: 4.1 OWNER will 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 CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise specified in the Contract Documents. Other access to such lands or rights -of -way for CONTRACTOR'S convenience will be the responsibility of CONTRACTOR. CONTRACTOR must 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 Manager will, upon request, furnish to the Bidders, copies of all available boundary surveys and subsurface tests at no cost. Subsurface Conditions: 4.3 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. 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 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 CONTRACTOR to acquaint itself with the available information will not relieve it from responsibility for estimating properly the difficulty or cost of successfully performing Work. OWNER assumes no responsibility for any conclusions or interpretations made by CONTRACTOR on the basis of the information made available by OWNER/ CONSULTANT. DifferingSite ite Conditions: 4.4 CONTRACTOR must within forty-eight (48) hours of its discovery, and before such conditions are disturbed, notify the City Manager in writing, of- 4.4.1 Subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents, and 4.4.2 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 Manager will 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 CONTRACTOR'S cost of, or the time required for, performance of any part of the Work under this Contract, an equitable adjustment will be made and the Contract modified in writing accordingly. 91 of 118 4.5 No claim of CONTRACTOR under this clause will be allowed unless CONTRACTOR has given the notice required in 4.4 above; provided, however, the time prescribed therefore may be extended by the City Manager, but only if done in writing signed by the City Manager or CONSULTANT. ARTICLE 5 — INSURANCE Contractor must comply with the insurance requirements set forth in the Supplementary Conditions to the Contract. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence: 6.1 CONTRACTOR must supervise and direct the Work. It will be solely responsible for the means, methods, techniques, sequences and procedures of construction. CONTRACTOR must employ and maintain a qualified supervisor or superintendent (hereinafter referred to as "Supervisor" at the Work site who must be designated in writing by CONTRACTOR, before CONTRACTOR commences the Work and within the time required by the Contract, as CONTRACTOR'S representative at the site. The Supervisor or the person designated will have full authority to act on behalf of CONTRACTOR and all communications given to the Supervisor will be as binding as if given to CONTRACTOR. The Supervisor(s) will always be present at each site as required to perform adequate supervision and coordination of the Work. (Copies of written communications given to the Supervisor will be mailed to CONTRACTOR'S home office). 6. I.I CONTRACTOR must 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 must be available to CONSULTANT and any OWNER 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, will be made available to City Manager at all times and it must be delivered to the City Manager upon completion of the Project. Labor, Materials and Equipment: 6.2 CONTRACTOR must provide competent, suitably qualified personnel to lay out the Work and perform construction as required by the Contract Documents. It must always maintain good discipline and order at the site. 6.3 CONTRACTOR must 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 must 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 must be delivered to the site in their original packages or containers with seals unbroken and labels intact. 6.5 All materials and equipment must 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 CONTRACTOR. CONTRACTOR must submit to 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 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 is 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 must be considered. CONTRACTOR may recommend the substitution of a material, article, or piece of equipment of equal substance and function for those referred to in the Contract Documents by reference to brand name or catalog number, and if, in the opinion of CONSULTANT, such material, article, or piece of equipment is of equal substance and function to that specified, CONSULTANT may approve its substitution and use by CONTRACTOR. Incidental changes or extra component parts required to accommodate the 92 of 118 substitute will be made by CONTRACTOR without a change in the Contract Price or the Contract Time. 6.6.2 No substitute may be ordered or installed without the written approval of CONSULTANT who will be the judge of quality. 6.6.3 Delay caused by obtaining approvals for substitute materials will 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 Specifications or become damaged during the progress of the Work, such Work or materials must be removed and replaced, together with any Work disarranged by such alterations, at any time efo`re compietion and acceptance of th"FPFoli—EC—All such or must be done at the expense of CONTRACTOR. 6.6.5 No materials or supplies for the Work may be purchased by CONTRACTOR or any Subcontractor that are subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the Seller. CONTRACTOR warrants that they have good title to all materials and supplies used by them in the Work. 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 must be removed or uninstalled within five (5) business days by CONTRACTOR at his own expense and redelivered and/or reinstalled at his expense._ Rejected goods left longer than thirty (30) calendar days will be regarded as abandoned and OWNER will have the right to dispose of them as its own property and 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 CONTRACTOR being found in default. 6.6.7 In case of default by CONTRACTOR, the City of South Miami may procure the articles or services from other sources and hold CONTRACTOR responsible for any excess costs occasioned or incurred thereby. 6.6.8 OWNER reserves the right, in the event 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 CONTRACTOR may not employ any Subcontractor, against whom the City Manager or CONSULTANT may have reasonable objection, nor will CONTRACTOR be required to employ any Subcontractor who has been accepted by the City Manager and CONSULTANT, unless CONSULTANT determines that there is good cause for doing so. 6.8 CONTRACTOR is 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 directly employed by them. Nothing in the Contract Documents create any contractual relationship between OWNER or CONSULTANT and any Subcontractor or other person or organization having a direct contract with CONTRACTOR, nor may 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 Manager or CONSULTANT may furnish to any Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to 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 does not control CONTRACTOR in dividing the Work among Subcontractors or delineating the Work performed by any specific trade. 6.10 CONTRACTOR agrees to bind specifically every Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER. 6.11 All Work performed for CONTRACTOR by a Subcontractor must be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor. 6.12 CONTRACTOR is be responsible for the coordination of the trades, Subcontractors material and men engaged upon their Work. 6.12.1 CONTRACTOR must inserted in all subcontracts relative to the Work appropriate provisions to bind Subcontractors to CONTRACTOR by the terms of these General Conditions and other Contract Documents insofar as applicable to the Work of Subcontractors, and give CONTRACTOR the same power as regards to terminating any subcontract that City Manager may exercise over CONTRACTOR 42�?, &y provisions of the Contract Documents. 6.12.2 The City Manager or CONSULTANT will not undertake to settle any differences between CONTRACTOR and their Subcontractors or between Subcontractors. 6.12.3 If in the opinion of CONSULTANT, any Subcontractor on the Project proves to be incompetent or otherwise unsatisfactory, they must be promptly replaced by CONTRACTOR when directed by CONSULTANT in writing. 6.12A Discrimination: No action may 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 must be made a part of the subcontractor s contract wit+ii COI�lTRi4CTOR-- -J Patent Fees and Royalties: 6.13 CONTRACTOR must 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. CONTRACTOR must indemnify and hold harmless OWNER and CONSULTANT and anyone directly or indirectly employed by either of them from against all claims, damages, losses and expenses (including attorney's fees) arising out of any infringement of such rights during or after the completion of the Work, and must defend all such claims in connection with any alleged infringement of such rights. 6.14 CONTRACTOR is responsible for determining the application of patent and/or royalty rights as to any materials, appliances, articles or systems prior to bidding. However, he is not responsible for such determination on systems which do not involve purchase by them of materials, appliances and articles. Permits: 6.15 CONTRACTOR must secure and pay for all construction permits and licenses and must 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 OWNER and when so stated in the Special Conditions, there will be no charges to CONTRACTOR. The City Manager will assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR must also pay all public utility charges. Electrical Power and Lighting: 6.16 Electrical power required during construction must be provided by each prime CONTRACTOR as required by it. This service must be installed by a qualified electrical Contractor approved by CONSULTANT. Lighting must be provided by CONTRACTOR in all spaces at all times where necessary for good and proper workmanship, for inspection or for safety. No temporary power may be used off temporary lighting lines without specific approval of CONTRACTOR. Laws and Regulations: 6.17 CONTRACTOR must comply with all notices, laws, ordinances, rules and regulations applicable to the Work. If CONTRACTOR observes that the Specifications or Drawings are at variance therewith, it must give CONSULTANT prompt,written notice thereof, and any necessary changes must be adjusted_by.an appropriate modification. If CONTRACTOR performs any Work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to CONSULTANT, it must bear all costs arising there from; however, it will 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 may be taken by 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 CONTRACTOR is liable under the Contract must be included in the Contract Price stated by CONTRACTOR. Safety and Protection: 6.19 CONTRACTOR is be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. They must take all necessary precautions for the safety of, and must provide the necessary protection to prevent damage, injury or loss to: 6.19.1 All employees and other persons, wh$4rpar,ke 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 CONTRACTOR must designate a responsible member of their organization at the site whose duty must be the prevention of accidents. This person must be CONTRACTOR'S Superintendent unless otherwise designated in writing by CONTRACTOR to the City Manager. 6.21 In emergencies affecting the safety of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from CONSULTANT or City Manager, is obligated to act, at his discretion, to prevent threatened damage, injury or loss. He must give CONSULTANT prompt written notice of any significant changes in the Work or deviations from the Contract Documents caused thereby. If 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 Price or an extension of the Contract Time, he may make a claim therefore as provided in Articles I I and 12. The City Manager reserves the right, in the City Manager's sole and absolute discretion and when in the best interest of the City, to suspend the work or services or cancel this contract in the event of an emergency that effects the City of South Miami, its residents or businesses and that has been declared an emergency by the Governor, Mayor of Miami -Dade County or by the City Manager pursuant to the City Manager's Emergency Management powers set forth in Ch. 14 of the City's Code of Ordinances. In such event, the CONTRACTOR is only be entitled to be paid for the reasonable value of the work performed and any costs advanced that cannot be mitigated by CONTRACTOR. Shop Drawings and Samples: 6.22 After checking and verifying all field measurements, CONTRACTOR must submit to CONSULTANT for review, in accordance with the accepted schedule of shop drawing submissions, six (6) copies (or at CONSULTANT option, one reproducible copy) of all Shop Drawings, which must have been checked by and stamped with the approval of CONTRACTOR. The Shop Drawings must be numbered and identified as CONSULTANT may require. The data shown on the Shop Drawings must be complete with respect to dimensions, design criteria, materials of construction and the like to enable CONSULTANT to review the information without any unnecessary investigation. 6.23 CONTRACTOR must also submit to CONSULTANT for review, with such promptness as to cause no delay in Work, all samples required by the Contract Documents. All samples must have been checked by and stamped with the approval of CONTRACTOR, identified clearly as to material, manufacturer, any pertinent catalog numbers and the use for which intended. 6.24 At the time of each submission, CONTRACTOR must notify CONSULTANT, in writing, of any deviations between the Shop Drawings or samples and the requirements of the Contract Documents. 6.25 CONSULTANT must review with responsible promptness Shop Drawings and Samples, but his review is 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. CONTRACTOR must make any corrections required by CONSULTANT and must return the required number of corrected copies of Shop Drawings and resubmit new samples until the review is satisfactory to CONSULTANT. CONTRACTOR must notify CONSULTANT, in writing, of any prior Shop Drawing or revisions to Shop Drawings that are in conflict with each submission or re -submission. CONTRACTOR'S stamp of approval on any Shop Drawings or sample will constitute representation to OWNER and CONSULTANT that 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 may be commenced until the submission has been reviewed and approved in writing by CONSULTANT. A copy of each Shop Drawing and each approved sample must be kept in good order, in a book or binder, in chronological order or in such other order required by CONSULTANT in writing, by CONTRACTOR at the site and must be available to CONSULTANT. 6.27 CONSULTANT's review of Shop Drawings or samples will not relieve CONTRACTOR from his responsibility for any deviations from the requirements of the Contract Documents unless CONTRACTOR has informed CONSULTANT,, iy yriting, to each deviation at the time of submission and CONSULTANT has given written approval to the specific deviation, nor may any review by CONSULTANT relieve CONTRACTOR from responsibility for errors or omissions in the Shop Drawings or samples. 6.27A CONTRACTOR is be liable to OWNER for any additional cost or delay that is caused by its failure to notify 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 CONTRACTOR must clean up behind the Work as much as is reasonably possible as the Work ------pr-ogresses. Upon-completion-of-the-Work.-and-before-acceptance-of-final-payment-forthe-Project-by-- - -- OWNER, CONTRACTOR must 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, CONTRACTOR must clean his portion of Work involved in any building under this Contract, so that no further cleaning by OWNER is necessary prior to its occupancy and he must 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 CONTRACTOR does not clean the Work site, OWNER may clean the Work Site of the materials referred to in paragraph 6.28 and charge the cost to CONTRACTOR. Public Convenience and Safety: 6.30 CONTRACTOR must, at all times, conduct the Work in such a manner as to ensure 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 must be provided for in a satisfactory manner, consistent with the operation and local conditions. "Street Closed" signs must 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 closed, CONTRACTOR must notify law enforcement agencies and in particular, the City of South Miami Police Department, before the street is closed and again as soon as it is opened. Access to fire hydrants and other fire extinguishing equipment must be provided and maintained at all times. Sanitary Provisions: 6.31 CONTRACTOR must 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 must be kept in a clean and sanitary condition and must comply with the requirements and regulations of the Public Authorities having jurisdiction. They may not commit a public nuisance. Temporary field office and sanitary facilities must be removed upon completion of the Work and the premises must be left clean. Indemnification: 6.32 Contractor must 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 the City Manager, must defend such action or proceeding by counsel satisfactory to the City Manager. The indemnification provided above obligates CONTRACTOR to defend at its own expense or to provide for such defense, at OWNER'S option, any and all claims of liability and all suits and actions of every name and description that may be brought against OWNER or CONSULTANT, excluding only those claims that allege that the injuries arose out of the sole negligence of OWNER or CONSULTANT. 6.34 The obligations of CONTRACTOR under paragraph 6.33 will not extend to the liability of 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 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 will survive the term of the Contract to which these General Conditions are a part. Indemnification may 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 CONTRACTOR, CONTRACTOR's 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. 96 of 1 i 8 Responsibility for Connection to Existing Work: 6.35 CONTRACTOR must 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., must be done in accordance with requirements of the special conditions. OWNER will be responsible for obtaining all permits necessary for the Work described in this paragraph 6.36. Upon completion of the Wvrk; C-ON-TR-AC—T-OR-must-present-to-CQNSUL-TAN-T-certiftates, in-tripllzate; f am"tlwp o-per authorities, stating that the Work has been done in accordance with their requirements. 6.36.1 OWNER will cooperate with CONTRACTOR in obtaining action from any utilities or public authorities involved in the above requirements. 6.36.2 CONSULTANT is responsible for obtaining elevations of curbs and gutters, pavement, storm drainage 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 CONTRACTOR is 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 relocation if CONTRACTOR desires to relocate the item. CONTRACTOR must give all proper notices, must comply with all requirements of such third parties in the performance of his Work, must permit entrance of such third parties on the Project in order that they may perform their necessary work, and must pay all charges and fees made by such third parties for their work. 6.37.1 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. CONTRACTOR must cooperate with the above parties in every way possible, so that the construction can be completed in the least possible time. 6.37.2 CONTRACTOR must be 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 must 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 Manager, and may not unnecessarily encumber any part of the site or any areas off site. 6.38.1 CONTRACTOR nay not overload or permit any part of any structure to be loaded with such weight as will endanger its safety, nor may it subject any work to stresses or pressures that will endanger it. 6.38.2 CONTRACTOR must enforce the rules and regulation promulgated by CONSULTANT and OWNER as well as their instructions with regard to signs, advertisements, fires and smoking. 6.38.3 CONTRACTOR must arrange and cooperate with the City Manager 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. 6.38.4 The City Manager will designate specific areas on the site for storage, parking, etc. and the job site must be fenced to protect the job site and the general public. 6.38.5 CONTRACTOR must furnish, install and maintain adequate construction office facilities for all workers employed by it or by its Subcontractors. Temporary offices must be provided and located where directed and approved by CONSULTANT. All such facilities must be furnished in strict accordance with existing governing regulations. Field offices must include telephone facilities. Protection of Existing Property Improvements: 6.38 Any existing surface or subsurface improvements, such as pavements, curbs, sidewalks, pipes or utilities, footings, or structures (including portions thereof}; rggfgind shrubbery, not indicated on the Drawings or noted in the Specifications as being removed or altered must be protected from damage during construction of the Project. Any such improvements damaged during construction of the Project must be restored at the expense of CONTRACTOR to a condition equal to that existing at the time of award of Contract. ARTICLE 7 - WORK BY OTHERS. 7.1 OWNER may perform additional Work related to the Project or may let other direct contracts therefor which must contain General Conditions similar to these. CONTRACTOR must afford the other contractors who are parties to such direct contracts (or OWNER, if it is performing the additional Work itself), reasonable opportunity for the introduction and storage of materials and equipment and the —� execution o Work, and must properly connect ana coordinate its Wor with theirs. i 7.2 If any part of CONTRACTOR'S Work depends upon proper execution or results of the Work of any other contractor or OWNER, CONTRACTOR must promptly report to CONSULTANT in writing any defects or deficiencies in such Work that render it unsuitable for CONTRACTOR's Work. 7.3 CONTRACTOR must 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. CONTRACTOR may not endanger any Work of others by cutting, excavating or otherwise altering their Work and may only cut or alter their Work with the written consent of CONSULTANT and of the other contractor whose work will be affected. 7.4 If the performance of additional Work by other contractors or OWNER is not noted in the Contract Documents prior to the execution of the Contract, written notice thereof will be given to CONTRACTOR prior to starting any such additional Work. If CONTRACTOR believes that the performance of such additional Work by OWNER or others will cause 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, CONTRACTOR must build around the work of other separate contractors or must 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 will require specific approval of CONSULTANT. 7.6 Necessary chases, slots, and holes not built or left by CONTRACTOR must be cut by the separate contractor requiring such alterations after approval of CONTRACTOR. CONTRACTOR must do all patching and finishing of the work of other contractors where it is cut by them and such patching and finishing will 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 must 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 must 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 CONTRACTOR's operations, CONTRACTOR must notify CONSULTANT immediately and in writing. Lack of such notice to CONSULTANT will be construed as acceptance by 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 will be CONTRACTOR's cost. 7.10 The City Manager reserves the right in the event 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 — CITY'S RESPONSIBILITIES. 8.1 The City Manager will issue all communications to CONTRACTOR through CONSULTANT. 8.2 In cases of termination of employment of CONSULTANT, the City Manager will appoint a CONSULTANT whose status under the Contract Documents will be that of the former CONSULTANT. 8.3 The City Manager will promptly furnish the data required of them under the Contract Documents. 8.4 OWNER'S duties in respect to providing lands and easements are set forth in Paragraphs 4.1 and 4.2. 8.5 OWNER will 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 will not be deemed an acceptance of any Work not completed in accordance with the Contract Documents. 98 of 118 ARTICLE 9 — CONSULTANTS' STATUS DURING CONSTRUCTION. City's Representative: 9.1 CONSULTANT will be OWNER'S representative during the construction period. The duties and responsibilities and the limitations of authority of CONSULTANT as OWNER'S representative during construction are set forth in Articles I through 16 of these General Conditions and will not be extended without written consent of the City Manager and CONSULTANT. 9.1.1 CONSULTANTS decision, in matters relating to aesthetics, will 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 OVVNER anc[COT95ULTg-NT arising out of or relating to this Contract or the breach thereof, will be decided in a court of competent jurisdiction within the State of Florida. Visits to Site: 9.2 CONSULTANT must 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 must be directed toward providing assurance for 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 must keep the City Manager informed of the progress of the Work and must guard OWNER against defects and deficiencies in the Work of CONTRACTOR. Clarifications and Interpretations: 9.3 CONSULTANT will issue, with reasonable promptness, such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as it may determine necessary, which will be consistent with, or reasonably inferable from, the overall intent of the Contract Documents. If CONTRACTOR seeks an increase in the Contract Price or extension of Contract Time based on a written clarification and/or interpretation, it will be required to submit a timely claim as provided in Articles I I and 12. Measurement of Quantities: 9.4 All Work completed under the Contract will be measured by CONSULTANT according to the United States Standard Measures. All linear surface measurements will be made horizontally or vertically as required by the item measured. Rejecting Defective Work: 9.5 CONSULTANT will have authority to disapprove or reject Work that is "Defective Work" as defined in Article I. It will also have authority to require special inspection or testing of the Work including Work fabricated on or off site, installed or completed as provided. If CONSULTANT requires testing of completed Work, the cost of such inspections and/or testing must be approved in writing by the City Manager. 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, must paid by CONTRACTOR if the Work is found to be Defective Work. Shop Drawings, Change Orders and Payments: 9.6 in connection with CONSULTANT responsibility as to Shop Drawings and samples, see paragraphs 6.25 through 6.28, inclusive. 9.7 In connection with CONSULTANT's responsibility for Change Orders see Articles 10, 11, and 12. 9.8 In connection with CONSULTANT responsibilities with respect to the Application for Payment, etc., see Article 14. Decisions on Disagreements: 9.10 CONSULTANT will be the initial interpreter of the Construction Documents. Limitations on Consultant's Responsibilities: 9.11 CONSULTANT will not be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions and programs incident thereto. 99 of 118 9.12 CONSULTANT will not be responsible for the acts or omissions of 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 Manager may, at anytime or from time to time, order additions, deletions or revisions in or to the Work which will only be authorized by a written Change Orders. Upon receipt of a Change Order, CONTRACTOR must proceed with the Work involved. All such Work must 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 Manager and CONTRACTOR indicates their agreement to the terms of the Change Order. All Change Orders must be certified by 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 will result in a waiver of any extension of time due to the change in_the work as reflected in the Change Order. 10.2 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 CONTRACTOR does not request additional time or additional compensation. These may be accomplished by a written Field Order. If CONTRACTOR believes that any change or alteration authorized by CONSULTANT's Field Order would entitles CONTRACTOR to an increase in the Contract Price or extension of Contract Time, it must submit a written notice of intent to demand a Change Order within twenty-four (24) hours of the issuance of the Field Order and submit a written proposal for Change Order within four (4) days thereafter, otherwise CONTRACTOR will be deemed to have waived such claim. 10.3 Additional Work performed by CONTRACTOR without authorization of a written Change Order will not entitle it to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in paragraph 6.21 and except as provided in paragraph 10.2. 10.4 The City Manager will execute appropriate Change Orders prepared by 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 6.21 and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price which is approved by CONSULTANT. 10.5 It is 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 will be adjusted accordingly. CONTRACTOR must furnish proof of such an adjustment to the- City Manager before commencement of the Change Order Work. The Work will be stopped until CONTRACTOR provides such proof of adjustment in the Bond amount and any such delay will be charged to CONTRACTOR. ARTICLE I I — CHANGE OF CONTRACT PRICE. 11.1 The Contract Price constitutes the total compensation payable to CONTRACTOR for Performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR will be at its expense without changing the Contract Price: 11.2 The City Manager 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: 1 1.2.1 Specifications (including drawings and designs); 1 1.2.2 Method or manner of performance of the Work. 1 1.2.3 OWNER -furnished facilities, equipment, materials, services, or site; or 1 1.2.4 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 Manager will be treated as a Change Order or entitle 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 CONSULTANT and signed by the City Manager or issued by the City Manager in writing, CONTRACTOR must perform the Work even if CONTRACTOR does not agree with the dollar amount of the Change Order. If any Change Order causes an increase or decrease in CONTRACTOR'S cost of, or the time required for, the performance of any part of the Work under this 100 of 118 Contract, for which the City Manager and CONTRACTOR cannot reach a timely agreement, an equitable adjustment based on the cost of the Work will be made and the Contract modified accordingly. 11.5 If CONTRACTOR intends to assert a claim for an equitable adjustment or contest the equitable adjustment made by CONSULTANT, it must, within ten (10) calendar days after receipt of a written Change Order, submit to the City Manager 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 will be limited to those listed in section 11.7 and 11.8. 11.6 No claim by CONTRACTOR for an equitable adjustment hereunder will be allowed if not submitted in _ ----accordance-with-this-section-or-if-asserted-after-finalpaymenr-under-this-C—ontract-- - - 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 will be determined in one of the following ways: 1 1.7.I By negotiated lump sum. 1 1.7.2 On the basis of the reasonable cost and savings that results from the change in the Work plus a mutually agreed upon fee to CONTRACTOR to cover overhead and profit not to exceed 15%. If CONTRACTOR disagrees with CONSULTANT's determination of reasonable costs, the CONTRACT must 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 CONTRACTOR in the proper performance of the Change Order. Except as otherwise may be agreed to in writing by City Manager, such costs must be in amounts no higher than those prevailing in Miami - Dade County and may only include the following items: 1 1.8.1 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 Manager and CONTRACTOR. Payroll costs for employees not employed full time on the Work must be apportioned on the basis of their time spent on the Work. Payroll costs must be limited to: salaries and wages, plus the costs of fringe benefits which may 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 may include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Sunday or legal holidays will be included in the above only if authorized by OWNER and provided it was not in any way, whether in whole or in part the result of the fault of CONTRACTOR due to negligence of CONTRACTOR or those acting by or through him or due in whole or in part to Defective Work of CONTRACTOR. 1 1.8.2 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. CONTRACTOR must notify the City Manager of all cash discounts that are available and offer OWNER the opportunity to deposit funds with CONTRACTOR for the payment for items that offer a discount. Cash discounts will accrue to CONTRACTOR unless CONTRACTOR fails to timely notify the City Manager of the discounts or if OWNER deposits funds with CONTRACTOR with which to make payments in which cases the cash discounts will accrue to OWNER. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment will accrue to OWNER, and CONTRACTOR must make provisions so that they may be obtained. 1 1.8.3 Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by City Manager, CONTRACTOR must obtain competitive bids from Subcontractors acceptable to him and must deliver such bids to City Manager who will then determine, with the advice of CONSULTANT, which Bids will be accepted. No subcontract may be a cost-plus contract unless approved in writing by the City Manager. 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 will be determined in accordance this section 11.8 and in such case the word "Subcontractor" will be substituted for the word "CONTRACTOR". 1 1.8.4 Rentals of all construction equipment and machinery, except hand tools, and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by City Manager 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 must cease when the use thereof is no longer necessary for the Work. 1 1.8.5 Sales, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by any governmental authority. 101 of 118 11.8.6 Payments and fees for permits and licenses. Costs for permits and licenses must be shown as a separate item. 1 1.8.7 The cost of utilities, fuel and sanitary facilities at the site. 1 1.8.8 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. 1 1.8.9 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. 1 l .9 The term "Cost of the Work" does NOT include any of the following. 1 1.9.1 Payroll costs and other compensation of CONTRACTOR'S officers, executives, principals (of ------—parrmrship-an-d-sote-proprietorships)—general-managers;effgihnr�architects—estimators; lawyers, �- agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in its principal or a branch office for general administration of the Work and not specifically included in the schedule referred to in Subparagraph 11.5. 1 1.9.2 Expenses of CONTRACTOR'S principal and branch offices other than its office at the site. 1 1.9.3 Any part of CONTRACTOR'S capital expenses, including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 1 1.9.4 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 11.8.9). 1 1.9.5 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 CONTRACTOR'S fee which will be allowed to CONTRACTOR for its overhead and profit will be determined as follows: 1 1.10.1 A mutually acceptable firm fixed price; or if none can be agreed upon. 11.10.2 A mutually acceptable fixed percentage (not to exceed 15%). 1 I.1 1 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 will be computed to include overhead and profit, identified separately, for both additions and credit, provided however, CONTRACTOR will not be entitled to claim lost profits for any Work not performed. ARTICLE 12 - TIME FOR COMPLETION. LIQUIDATED DAMAGES AND CHANGE OF TH CONTRACT TIME. 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 must be commenced on the date specified in the Notice to Proceed and completed within the time specified for completion of the work. 12.2 CONTRACTOR must 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 CONTRACTOR and City Manager, 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 will be granted due conditions that 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 CONTRACTOR fails to complete the Work within the Contract Time, or extension of time granted by the City Manager, then CONTRACTOR must pay to 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 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 will apply separately to each phase of the Project for which a time for completion is given. 12.3.2 City Manager is authorized to deduct the liquidated damages from monies due to CONTRACTOR for the Work underoNs iftntract. 12.4 The Contract Time may only be changed by a written Change Order. Any claim for an extension in the CONTRACT TIME will be based on written notice delivered to the City Manager 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 will be evaluated and recommended by CONSULTANT, with final approval by the City Manager. Any change in the Contract Time resulting from any such claim must 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 damage claim for delay is allowed and CONTRACTOR's sole remedy for delay caused by OWNER will 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 will 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: CONTRACTOR agrees that he will not have any claim for damages due to delay unless the delay exceeds 6 months, whether individually or cumulatively, and then the damages will 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 will be limited to an extension of time as provided for in Section 12.4 which will be the sole and exclusive remedy for such resulting delay. Other than as set forth above, CONTRACTOR will 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 inefficiency, 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 CONTRACTOR waives all claims that are not presented to City Manager 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, CONTRACTOR and the city department responsible for the administration of the Contract will 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 CONSULTANT will rule on the disputed issue and send a written copy of its decision to CONTRACTOR. CONTRACTOR must comply with such decision and may not delay the project. ARTICLE 13 —GUARANTEE. 13.1 CONTRACTOR guarantees and unconditionally warrants through either the manufacturer or 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 CONSULTANT Letter of Recommendation of Acceptance, if issued, the Certificate of Occupancy, if issued, or the Certificate of Completion, if issued by City Manager, whichever is applicable and if more than one is applicable, the one that is issued last, for patent Defective Work,. CONTRACTOR guarantees and unconditionally warrants through either the manufacturer or CONTRACTOR directly, all materials and equipment furnished and Work performed for three (3) years from the date of Final Acceptance as indicated in CONSULTANT Letter of Recommendation of Acceptance, if issued, the Certificate of Occupancy, if issued, or the Certificate of Completion, if issued by City Manager, whichever is applicable and if more than one is applicable, the one that is issued last, for latent Defective Work. The City Manager will give notice of observed defects with reasonable promptness. In the event that CONTRACTOR should fail to commence to correct such Defective Work within ten (10) calendar days after having received written notice of the defect, or should 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 Manager 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 CONTRACTOR's expense, and the City Manager will charge CONTRACTOR the cost thereby incurred. The Performance Bond will 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, will take precedence over Section 13.1. 13.3 CONTRACTOR must act as agent, on a limited basis for OWNER, at the City Manager's option, solely for the follow-up concerning warranty compliance for all items under manufacturer's Warranty/Guarantee and for the purpose of completing all forms for Warranty/Guarantee coverage under this Contract. 103 of 118 13.4 In case of default by CONTRACTOR, the City of South Miami may procure the articles or services from other sources and hold CONTRACTOR responsible for any excess costs occasioned or incurred thereby. 13.5 The City Manager may withhold acceptance of, or reject items which are found upon examination, not to meet the specification requirements. Upon written notification of rejection, items must be removed within five (5) business days by CONTRACTOR at his own expense and redelivered at his expense. Rejected goods left longer than thirty (30) calendar days will be regarded as abandoned and City Manager will have the right to dispose of them as its own property and 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. ARTICLE 14 - PAYMENTS AND COMPLETION. Payments to Contractor 14.1 CONTRACTOR will 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 City Manager of a "purchase order", or any other document, does not and will 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), CONTRACTOR must submit to CONSULTANT a partial payment estimate filled out and signed by CONTRACTOR covering the Work performed during the period covered by the partial payment estimate and supported by such data as CONSULTANT may reasonably require. All progress payment applications after the first progress payment must 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 must also be accompanied by such supporting data, satisfactory to the City Manager, which establishes 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. CONTRACTOR must replace at its expense any stored materials paid for which are either damaged or stolen before installation. 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 City Manager, or return the partial payment estimate to CONTRACTOR, indicating in writing his reasons for refusing to approve payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the partial payment estimate. OWNER, will within thirty (30) calendar days of presentation to it of any approved partial payment estimate, pay CONTRACTOR a progress payment on the basis of the approved partial payment estimate. City Manager may 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 will accrue to the benefit of OWNER. 14.2 CONTRACTOR, before it receives final payment, must deliver to the City Manager 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 Manager will have the right to issue a joint check made payable to CONTRACTOR and such person. 14.3 Punch list City Manager and CONTRACTOR will develop a single list of items required to render complete, satisfactory, and acceptable the construction services purchased by the local governmental entity. Within 30 calendar days after reaching substantial completion of the Project, City Manager will prepare a punch list of items that need to be completed and, within 5 days after the list of items has been developed and reviewed, the City Manager will deliver the punch list to CONTRACTOR. If the Project relates to more than one building or structure, or involves a multiphase project, the City Manager will prepare a separate punch list for each building and structure and if it is a multiphase project, for each phase, within 30 days of substantial completion of such building, structure and phase. (See Sec. 255.07, Fla. Stat.) The final contract completion date may not be less than 30 days after the delivery of the list of items. If the list is not timely delivered to CONTRACTOR, the contract time for completion must be extended by the number of days OWNER exceeded the required delivery date. Contractor's Warranty of Title 104 of 118 14.3 CONTRACTOR warrants and guarantees that title 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, will have passed to 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 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 CONTRACTOR or such other person. Approval of Payment . 14.4 CONSULTANT's approval of any payment requested in an Application for Payment will constitute a representation by him to OWNER, based on 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 1, to the results of any subsequent tests called for in the Contract Documents and any qualifications stated in his approval); and that CONTRACTOR is entitled to payment of the amount approved. However, the approval of such payment does not mean and may not imply that CONSULTANT 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 has made any examination to ascertain how or for what purpose CONTRACTOR has used the moneys paid or to be paid to him, or that title to any Work, materials, or equipment has passed to OWNER free and clear of any liens. 14.5 CONTRACTOR will not be entitled to be paid unless: (a) the labor and materials listed on a payment application have been used in the construction of this Work or, as to materials included in the request for payment that have not yet been incorporated into the construction, such materials are on the site or stored at an approved location, and (b) payment received from the last payment application has been used to fully pay for all the laborers, subcontractors and materials reflected in that request, other than amounts that are in dispute and that are listed in the payment application with reasonable clarity as to the reason for withholding payment with the name, addresses and telephone number of the person whose request is being withheld. The payment application must contain the forgoing statement and the statement must be certified by CONTRACTOR as being true. In the event that CONTRACTOR withholds payment from a Subcontractor or Supplier, the same amount of money will be withheld from CONTRACTOR's payment until the issue is resolved by written agreement between them and then a joint check will be made payable to the person in question and CONTRACTOR in accordance with the settlement agreement, otherwise the money will be held by OWNER until a judgment is entered in favor of CONTRACTOR or the person, in which case the money will be paid according with said judgment. Nothing contained herein will indicate an intent to benefit any third persons who are not signatories to the Contract. 14.6 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 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 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 Contract Price has been reduced because of modifications, 14.6.5 OWNER 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 6.34, 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 CONTAA�TOR, 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, City Manager, with the approval of CONSULTANT, may use any completed or substantially completed portions of the Work provided such use does not interfere with CONTRACTOR's completion of the Work. Such use will not constitute an acceptance of such portions of the Work. 14.8 The City Manager has the right to enter the premises where the Work is being performed for the purpose of doing Work not covered by the Contract Documents. This provision may not be construed as relieving 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 OWNER. 14.9 Upon completion and acceptance of the Work CONSULTANT will 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 CONTRACTOR, including the retained percentages, but except such sums as may be lawfully retained by OWNER, will be paid to 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 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, City Manager will provide 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 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 OWNER's Finance department at (305) 663-6343 with any questions. Acceptance of Final Payment as Release 14.11 The Acceptance by CONTRACTOR of Final Payment will be and will operate as a release to OWNER and a waiver of all claims and all liability to CONTRACTOR other than claims previously filed and unresolved. The waiver includes all things done or furnished in connection with the Work and for every act and neglect of OWNER and others relating to or arising out of this Work. Any payment, however, final or otherwise, will not release CONTRACTOR or its sureties from any obligations under the Contract Documents or the Performance Bond and Payment Bonds. 14.12 CONSULTANT may void any certification of Substantial Completion or Final Completion of the Work as may be necessary in his opinion to protect 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 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, 14.12.3 claims or Liens have been filed or received, or there is reasonable evidence indicating the probable filing or receipt thereof that, if valid and paid, would reduce the amount owing to 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 CONTRACTOR BY 20% in the case of Substantial Completion and 5% in the case of Final Completion. 14.13 If CONSULTANT de -certifies any portion of the Work that was certified ("Initial Certification") by CONSULTANT, CONTRACTOR must repay to OWNER any money paid as a result of said Initial Certification being issued which will be paid only when the decertified work is re -certified. ARTICLE IS — SUSPENSION OF WORK AND TERMINATION. 15.1 The City Manager may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety (90) calendar days by notice in writing to CONTRACTOR and CONSULTANT, which will fix the date on which Work will be resumed. Except for the City Manager's exercising his right to suspend or terminate the contract pursuant to Article 6, Section 6.21 due to a state of emergency, CONTRACTOR will 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 Amide 1 r2a City May Terminate 15.2 if 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 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 CONSULTANT, or if he otherwise violates any provision of, the Contract Documents, then the City Manager may, without prejudice to any other right or remedy and after giving CONTRACTOR and the Surety seven (7) calendar days written notice, terminate the services of CONTRACTOR and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by CONTRACTOR, and finish the Work by whatever method it may deem expedient. In such case CONTRACTOR will 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 will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR or the Surety on the Performance Bond must pay the difference to OWNER. Such costs incurred by OWNER will be determined by CONSULTANT and incorporated in a Change Order. If after termination of CONTRACTOR under this Section, it is determined by a court of competent jurisdiction for any reason that CONTRACTOR was not in default, the rights and obligations of OWNER and CONTRACTOR will be the same as if the termination had been issued pursuant to Section 15.5 15.3 Where CONTRACTOR'S services have been so terminated by the City Manager said termination will not affect any rights of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys by OWNER due CONTRACTOR will not release CONTRACTOR from liability. 15.4 Upon seven (7) calendar days' written notice to CONTRACTOR and CONSULTANT, the City Manager may, without cause and without prejudice to any other right or remedy, elect to terminate the Contract for the convenience of OWNER. In such case, CONTRACTOR will be paid for all Work executed and accepted by the City Manager as of the date of the termination, minus any deduction for damage or Defective Work. No payment will be made for profit for Work which has not been performed. I SAA OWNER reserves the right in the event 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 Equipment 1-5.5 In the case of termination of this Contract before completion for any cause whatever, CONTRACTOR, if notified to do so by the City Manager, must promptly remove any part or all of its equipment and supplies from the property of OWNER. Should CONTRACTOR not remove such equipment and supplies, the City Manager will have the right to remove them at the expense of CONTRACTOR and CONTRACTOR agrees that OWNER will not be liable for loss or damage to such equipment or supplies. Equipment and supplies will not be construed to include such items for which CONTRACTOR has been paid in whole or in part. Contractor May Stop Work or Terminate 15.6 If, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety (90) calendar days by the City Manager or by order of other public authority, or under an order of court or CONSULTANT fails to act on any Application for Payment within thirty (30) calendar days after it is submitted, or OWNER fails to pay CONTRACTOR any sum approved by CONSULTANT, within thirty (30) calendar days of its approval, and presentation, then CONTRACTOR may, upon twenty (20) calendar days written notice to the City Manager and CONSULTANT, terminate the Contract. The City Manager may remedy the delay or neglect within the twenty (20) calendar days. If timely remedied by OWNER, the Contract will not be considered terminated. In lieu of terminating the Contract, if CONSULTANT has failed to act on an Application for Payment or OWNER has failed to make any payment as afore said, CONTRACTOR may upon ten (10) calendar days' notice to the City Manager and CONSULTANT stop the Work until it has been paid all amounts then due. Indemnification of Independent Consultant. 107 of 118 15.7 CONTRACTOR and the City Manager hereby acknowledges that if CONSULTANT is an independent contractor of OWNER, CONSULTANT may be reluctant to rule on any disputes concerning the Contract Documents or on the performance of CONTRACTOR or OWNER pursuant to the terms of the Contract Documents. Therefore, OWNER, at CONSULTANTs request, agrees to provide CONSULTANT with a written indemnification and hold harmless agreement to indemnify and hold CONSULTANT harmless as to any decision in this regard before CONSULTANT makes an interpretation, de -certifies a payment application, decertifies Substantial Completion, decertifies Final Completion, certifies an event of default, or approves any action which requires the approval of CONSULTANT. ARTICLE 16 — MISCELLANEOUS. 16.1 Whenever any provision of the Contract Documents requires the giving of written notice it will 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 are the property of OWNER. CONTRACTOR and CONSULTANT will 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 OWNER and CONSULTANT thereunder, will be in addition to, and will not be construed in any way as a limitation of, any rights and remedies available by law, by special guarantee or by other provisions of the Contract Documents. 16.4 Should OWNER or 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 must 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 / VENUE / GOVERNING LAW. 18.1 The Contract will 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. The parties agree that venue of any action to enforce the Contract is 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 OWNER and CONTRACTOR arising out of or relating to this Contract or the breach thereof, will be decided in a court of competent jurisdiction within the State of Florida. ARTICLE 19 - PROJECT RECORDS. 19.1 The City Manager has the 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 will retain and make available to City Manager 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 must provide City Manager access to its books and records upon five (5) business day's written notice. 19.2 CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.1 19.0701) while providing services on behalf of OWNER and CONTRACTOR, under such conditions, must 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 regWgbfgW 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 must 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 must 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 rr?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 Manager has the right to enforce this contract provision by specific performance and the person who violates this provision is 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 is, to any extent, held invalid or unenforceable, the remainder of the Contract, and the application of such provisions to persons or situations other than those as to which it is held invalid or unenforceable will not be affected thereby, and will continue in full force and effect, and be enforced to the fullest extent permitted by law. ARTICLE 21 — INDEPENDENT CONTRACTOR. 21.1 CONTRACTOR is an independent CONTRACTOR under the Contract. Services provided by CONTRACTOR must be by employees of CONTRACTOR and subject to supervision by CONTRACTOR, and not as officers, employees, or agents of 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 must be those of CONTRACTOR. ARTICLE 22 — ASSIGNMENT. 22.1 CONTRACTOR may not transfer or assign any of its rights or duties, obligations and responsibilities arising under the terms, conditions and provisions of this Contract without prior written consent of the City Manager. The City Manager will not unreasonably withhold and/or delay OWNER'S consent to the assignment of CONTRACTOR's rights. The City Manager may, in the manager's sole and absolute discretion, refuse to allow CONTRACTOR to assign its duties, obligations and responsibilities. In any event, OWNER is not obligated to 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 OWNER's requirements to the City Manager's sole satisfaction and the assignee executes all of the Contract Documents that were required to be executed by CONTRACTOR. ARTICLE 23 — FORCE MAIEURE. 23.1 Neither party may hold the other responsible for damages or for delays in performance caused by force majeure, acts of God, or other acts or circumstances beyond the control of a party or that could not have been reasonably foreseen, prevented or avoided. For this purpose, such acts or circumstances include, but not limited to, weather conditions affecting performance, floods, epidemics, war, riots, strikes, lockouts, or other industrial disturbances, or protest demonstrations. Should such acts or circumstances occur, the 109 of 118 parties will use their best efforts to overcome the difficulties and to resume the work as soon as reasonably possible. IN WITNESS WHEREOF, the parties hereto have executed the General Conditions to acknowledge their inclusion as part of the Contract Documents on this 3rd day of September , 20 20 , CONTRACTOR: LA Cunstructiun LLC Signature: 40 /l Print Signatory's Name: An y Diaz Titleofof Signatory: Representative ATTESTED: Signature: NkenWa A. P ne City Clerk Read and Approved as to Form, Language, Legality, and Execution Thereof: Signature: _ / City Attorney OWNER: Signature: Y OF SOUT IAMI Shari Karnali City Manager I)a of Its EXHOBIT 7 Supplementary Conditions CONSTRUCTION CONTRACT SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 A. Consultant: In accordance with ARTICLE I of the General Conditions the consultant (CONSULTANT) is defined as the person identified as the consultant in the Supplementary Conditions or if none, then OWNER's designated representative as identified in the Supplementary Conditions. CONSULTANT's, if any, and OWNER's Designated Representative's name, address, telephone number and facsimile number are as follows: Consultant: STANTEC 901 Ponce de Leon Suite 900 Coral Gables, FL 33134 Ph: 3051445-2900 Fax: 305/445-3334 B. Termination or Substitution of Consultant: Nothing herein will prevent the City Manager from terminating the services of CONSULTANT or from substituting another "person" to act as 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 CONTRACTOR at a cost to 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 1. Attachments A. B & C to the _RFP and if there is a conflict the attached Exhibit will take precedence. E. Contractor must 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 will take precedence. F. The Work must be completed in 120 calendar days unless a shorter time is set forth in the Contract and in such event the Contract will 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 Manager 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, CONTRACTOR represents, by submitting its proposal to the City Manager, that CONTRACTOR has received sufficient notice of the resolution thereof from the City Manager, that such resolution is acceptable to CONTRACTOR and that CONTRACTOR waives any claim regarding the conflicts, errors or discrepancies. IN WITNESS WHEREOF, the parties hereto have executed the Supplementary Conditions to acknowledge their inclusion as part of the Contract on this 3rd day of cr.ntPm},Pr , 20_2jL, CONTRACTOR: UAG Construction LLC Signature: Print Signatory's Name: Andy, Dingy Title of Signatory: Representative III of 118 ATTESTED: OWNER: CITY OF S UTH MI Signature: K)XSignature: NkenA A. Pa a Shari kamali City Clerk City Manager Read and Approved as to Form, Language, Legality, and Execution Thereof: Signature: Ciq Attorney 112 of 118 EXHIBIT I ATTACHMENT A SUNSET D1tIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 Scope of Services & Schedule of Values/Summary of Quantities I. General Requirements: The work specified in this Request for Proposal (RFP) consists of furnishing all goods, materials, supplies and services necessary to provide a completed project that meets all of the needs described in this Scope of Services and as otherwise described in this RFP (the "Work"). The Work is to be performed in accordance with the specifications and the contract documents. The Work includes, but is not limited to keeping the project site clean and safe, the furnishing all labor of Contractor and the labor of all allowable subcontractors, the cost of dumpster(s) and the disposal of materials as well as the cost of all engineering and architectural plans, drawings, technical specifications and permits, all necessary equipment, including rental equipment machinery, tools, transportation, freight, the coordination with any other City contractor, subcontractor and utility companies (i.e. power, gas, water), construction safety measures including erecting fencing and cones, root pruning, sod restoration at affected areas to the City's satisfaction, cleaning the construction siter at the end of each working day, maintenance of traffic, and hiring of off duty City police officer if required by the City and to perform all of the Work that 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 (not taxes) are waived for permits issued by the City of South Miami. Taxes, and if required, permit fees from other government entities, are the responsibility of the Respondent/Contractor however, in all cases; it is the responsibility of Respondent/Contractor to obtain all licenses and laboratory tests and to prepare all engineering and architectural plans, drawings, and technical specifications in order to secure any and all permits required to complete this contractual service/project. The Contractor is responsible to prepare, pay for and deliver as built drawings under seal of a licensed architect or engineer at the conclusion of the Work. The work associated with this project should be reflected in the Respondent's proposal and "Schedule of Values Form, "`Scope of Services," Exhibit 1, Attachment B. 11. Scope of Work: The scope of work for Sunset Drive Modifications include a modification to the roadway alignment at Sunset Drive from SW 62' Avenue to East SW 61 ' Court Circle to achieve a smoother transition in the eastbound travel lanes and median landscape and irrigation improvements on Sunset Drive betwgggf;Y1/ 69' Avenue and US -I. The new landscape will include a variety of predominately native and xeric tree, and shrub species. The irrigation system was updated to allow for 100% coverage and to provide an automatic controller with a rain sensor. The Schedule of Values is divided into three Options, any of which are at the City's discretion: OPTION A: US- I TO SW 62nd AVENUE (Roadway Modification, Landscaping, and Irrigation) OPTION B: SW 6V AVENUE TO SW 69T" AVENUE (Landscaping and Irrigation) OPTION C: THE ENTIRE PROJECT, OPTIONS A & B Work activity is limited to the hours from 7 a.m. through 6 p.m., Monday through Friday, Saturday is limited to the hours from 9 a.m. to 4 p.m. Lane Closure on Sunset Drive is NOT allowed any time before 9 a.m. III. Site Location: Site Location Option A — US- I to SW 62' Avenue Site Location Option B — SW 62ad Avenue to SW 69' Avenue Please refer to Exhibit 1, Scope of Services, Attachment C, "Sunset Drive Roadway & Landscaping Modifications Plans" IV. Pricing: Respondents shall submit a Lump Sum Price, in accordance in the Scope of Services, Attachments A, B & C, in Exhibit 4, "Respondents Cost & Technical Proposal," for: OPTION A: US- I TO SW 62"d AVENUE OPTION B: SW 62"d AVENUE TO SW 69d' AVENUE OPTION C: THE ENTIRE PROJECT, OPTIONS A & B NOTE: The City reserves the right to award the project to a single Respondent for each Option; Option A, Option B, or Option C (i.e. one Respondent may be awarded Option A and another respondent may be awarded Option B). Respondents may submit Lum Sum pricing for a single Option or multiple Options. V. Construction Notes: 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. THE SCHEDULE OF VALUES IS PROVIDED FOR ESTIMATING PURPOSES, BUT THE LUMP SUM AMOUNT SHALL BE PROVIDED UNDER EXHIBIT 4, "RESPONDENTS COST & TECHNICAL PROPOSAL." THE RESPONDENT MUST CARRY THE TREE MITIGATION ALLOTMENT AS WELL AS THE CONTINGENCY IN THEIR TOTAL BASE BID. 38 of 118 VI. Plans and Specifications: Please refer to Exhibit 1, "Scope of Services" and Attachment C, "Sunset Drive Roadway & Landscaping Modi fications Plans." VII. Project Duration: The complete construction of the project is Option A: 60 calendar days; Option B: 60 calendar days; Option Q 120 calendars days from notice to proceed. VII1. 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. If the manufacturer's warranty is issued to the respondent/contractor, it shall be assigned to the City. NOTE: A Performance and Payment Bond is required for the full amount of the project END OF SECTION 39 of 118 EXHIBIT I SCOPE .OF SERVICES ATTACHMENT B SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 "SCHEDULE OF VALUES" NOTE: THE SCHEDULE OF VALUES IS PROVIDED FOR ESTIMATING PURPOSES, BUT THE LUMP SUM AMOUNT SHALL BE PROVIDED UNDER EXHIBIT 4, RESPONDENTS COST & TECHNICAL PROPOSAL." 40 of 118 City of South Miami -SCHEDULE OF VALUES Sunset Drive Modifications (100%Submittal) South Miami Landscaping, Roadway 8 Drainage Improvements OPTION A: US-1 TO SW 62ND AVE ITEM PAY ITEM DESCRIPTION UNITS OUANTITY ROADWAY PAY ITEMS (OPTION A) 1 2 3 110.41 t t 0.4 110-4 Clear and Grubbing Removal of Existing Concrete Removal of Existin Concrete Cure I..&So S.V. S.Y. t 390 4 5 6 7 8 104-1 lPrevention. 110.15-2 '160L 210-2 327-70.1 Control and Abatement of Erosion and Water Pollution ExWMg Tree Protection and PreservaUM T e "B" Stabilization 021(Min. L.B.R. of 40 Lim. "B" Base 8' PrimeO M; n hx r510n As heft Pavement 1"Average De L.S. S.V. S.V. S.V. 1 36 36 540 9 337-7-82 As haft Concrete Friction Course Tramc C. FC-9.5, High Polymer (I- Thick) (Resurfacing) TON 50 10 520-1-10 lConcrete Curb and Gutter Type -F" lnclud.. Cost of Urnerock L.F. 175 11 520-2-4 Concrete Curb Type "D' includes Cost of Urnerock LF. 165 12 520-3 Concrete Valley Gutter L.F. 50 13 522-1 lConcrete Sidewalk 4" Thick S.Y. 80 14 526-1 Pavers. Architecture. Sidewalk S.Y. 40 15 527-2 Delectable Warning Surface S.F. 30 16 570-1-2 Sodding Pensacola Bahia or Match Exislin Includes Watering and Maudenancel S.V. 180 17 700.1-60 Single Post Si n. Remove AS. 1 18 706-3 Retr Reflecbve Pavement Markers RPMS EACH 21 19 711-15-101 Therine lastic white solid) (S'L LF. 20 711-15-201 Thermoplastic (yellow) (solid) (6') L.F. 260 0 21 711-11-141 ThemloPlastic (While) (skip) (E') L.F. 100 ITEM PAY ITEM DESCRIPTION UNITS QUANTITY DRAINAGE PAY ITEMS (OPTION A) 22 425-6 jAdjust existing valve boxes S meter boxes LS. I 23 425.74-1 Clean Existing Catch Basins EACH 2 ITEM PAY ITEM DESCRIPTION UNITS QUANTITY LANDSCAPING PAY ITEMS (OPTION A) 24 560.5-22 iLandsclaping (includingTree Removal B Irrigator) LS. 1 25 590-70 I ' lion L.S. 1 ITEM PAYITEM DESCRIPTION T UNITS QUANTITY MISCELLANEOUS ITEMS (OPTION A) 26 101-1 MOBILIZATION 10% L.S. 27 102-1 MAINTENANCE OF TRAFFIC 1 L.S. 1 26 102-14 TRAFFIC CONTROL OFFICER H.R. 120 29 SUE-001 ADVANCED UTILITIES EXPLORATION SOFT DIGGING EXPLORATION I L.S. 30 PERM -ALLOW PERMIT ALLOWANCE(5%1 1 LS- I 31 CCNT CONTINGENCY 10% LS. �Iglla City of South Miami -SCHEDULE OF VALUES Sunset Drive Modifications (100%Submittal) South Miami Landscaping Improvements OPTION 8: SW 62ND AVE TO SW 69TH AVE PMITEM DESCRIPTION mIS{IT5 QUANTITY LANDSCAPING PAY ITEMS (OPTION D) 32 580-5-22 Lanescain (IncludingTres Removal 8l ' ation 33 590-70 linigation I L.S. I 1 IITEM PAVo7£il DESCRIPIM1 ll7t;IT.S QUANTITY MISCELLANEOUS ITEMS (OPTION 9) 'OLt MOBILIZATION 10% 1 �1 MAINTENANCE OF TRAFFIC L.S. 1 G?-;< TRAFFIC CONTROL OFFICER 120 37 SG6001 ADVANCED UTILITIES EXPLORATION SOFT DIGGING EXPLORATION OH.R. 1 35 PERWALLOW PERMIT ALLOWANCE(5% 1 39 CONT CONTINGENCY 10% 1 neu2 City of South Miami -SCHEDULE OF VALUES Sunset Drive Modifications (100%Submittal) South Miami Landscaping, Roadway & Drainage Improvements OPTION C: US-1 TO SW 69TH AVE (OPTION A & B) ITEM PAY ITEM DESCRIPTION UNITS OUANTITY ROADWAY PAY ITEMS (OPTION CI 1 110.1-1 Clear and Grubbing L.S. 1 2 110-4 Removal of Existing Concrete S.Y. 80 3 110-4 Removal of Existing Concrete Curb L.F. 390 4 104-1 Prevention, Control and Abatement of Erosion and Water Pollution L.S. 1 5 110-15.2 Existing Tree Protection and Pmservallon L.S. 1 6 16GA T 'B' Stabilization 12 (Min. LB.R. of 40) S.Y. 36 7 210-2 Umerock Base (8`) (Primed) , S.Y. 36 8 327-70-1 Milling Existing Asphalt Pavernenl(1"AveraeDepth) S.Y. 540 9 337-7-82 As all Convele Fnoion Course Traffic C. FC-9.5, H' h Polymer 1' Thick(Resurfacing) TON 50 10 520-1-10 Concrete Curb and Gufter 7 "P ixludes Cost of Limerock L.F. 176 11 520-2-4 lCwcmte Curb Type "D" includes Cost of Umerock L.F. 165 12 520-3 Concrete Valley Curer LF. 50 13 522.1 Concrele Sidewalk 4"Thick S.Y. 80 14 526-1 Pavers. Architectural, Sidewalk S.Y. 40 15 527-2 Detectable Waming Surface S.F. 30 16 570-1-2 Sodding Pensacola Bahia or Match Exic Includes Watering and Maintenance S.Y. 180 17 700-1-60 Single Post Sign, Remove AS. 1 18 706-3 Retro-Reflective Pavement Markers RPMs EACH 21 19 711-15-101 Thermoplastic (while) (solid) LF. 700 20 711-15-201 Thennaplastic(yellow)(solid){b) LF. 260 21 711-11 141 Therrnoplaslic(white)(Skip)(S") LF. 100 ITEM PAY ITEM DESCRIPTION UNITS QUANTITY DRAINAGE PAY ITEMS (OPTION C) 22 1425.E 1Adjust a%ish g valve boxes & meter boxes L.S. 1 23 425-74-1 Clean Exisli Catch Basins EACH 2 ITEM PAY ITEM DESCRIPTION UNITS QUANTITY LANDSCAPING PAY ITEMS (OPTION C) 24 580-5-22 J1.anFGpIng (includingTree Removal &Irrigation)I 25 590.70 bri ation L.S. 1 ITEM PAYITEM DESCRIPTON T UNITS QUANTITY MISCELLANEOUS ITEMS (OPTION C) 26 101-1 MOBILIZATION 10% L.S. 1 1 27 102A MAINTENANCE OF TRAFFIC L S 1 1 28 102-14 ITRAFFIC CONTROL OFFICER H.R. 1 240 29 SUE-001 JADVANCED UTILITIES EXPLORATION SOFT DIGGING EXPLORATION I LS. 1 30 PERM -ALLOW JPERMIT ALLOWANCES% L.S. 1 31 CONT CONTINGENCY 10% L.S. I i QOIIIB EXHIBIT I SCOPE OF SERVICES ATTACHMENT C SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020- l 9 "SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS PLANS" Prepared by: Stantec 44of 118 CITY OF SOUTH MIAMI SUNSET DRIVE MODIFICATIONS CAPITAL IMPROVEMENTS PROGRAM MIAMI-DADE COUNTY, FLORIDA INDEX OF SHEETS SHEET NO. SHEET DESCRIPTION C-00 COVER SHEET G-01 SUMMARY OF QUANTITIES G-02 GENERAL NOTES C-01 DEMOLITION PLAN C-02 GEOMETRY PLAN C-03 PAVEMENT MARKING PLAN LA1.01- LA1.09 EXISTING TREE DISPOSMON PLAN LA2A1- LA2.09 PLANTING PLAN LA3.01 PLANTING NOTES, SPECS 6 DETAILS LA4.01- LA4.04 IRRIGATION PLAN LA5.01 IRRIGATION NOTES, SPECS d DETAILS S-01 TOPOGRAPHIC SURVEY THE SCALE OF THESE DRAWINGS MAY HAVE CHANGED DUE TO REPRODUCTION mam nr Cownca Id ft%oW W a m aft to d d wmn 00 4Mleft art eowv.wv~p 0-cow ld0�e0�bObtb�t.�0/O�bI MC=fWnbdonpti ovao-ppa Ypew @ Swan tra,og 20, e w V otiOv�wAw raw aW OrOyO A Snpwc � bbSlr 0 Q PROJECT LOCATION Stantec 901 Ponca do loon 8W. Suite 900 Corot Goble& FWdo 33134 Tel 305.445-2900 FOIL = 44S U" www.stontoc.com 45 of 116 LOCATION MAP sab: NT9 DEVELOPED FOR: 14 O� SOUTy� ,16 7 U • INCORPORAIEd • 1927 �. O R l �• PROJECT No. 215614561 100% SUBMITTAL ; No. 47660 ram' STATE OF PEWb'(fiV f._M}ilQ&VM. 00000 W H Q LL O Q co � rr 1 1 1 1 I 1 . jL 1101 oil 2_4 son T 6ag 6193 I 6161 F- 10 �ma V) I a SW 72ND STREET(SUNSET DRIVE)B � vA�tYIIIN � 9FNAIXJ � P C S!� IglY91 O. usr. nry ml gym,. rnt x �m is I . J. 'gyaMm as _. R'e mew nnv:` 6180 pYfl96ffit YIS /-yy� TPt1A1®IT'H BHAH rr.a.erw eur�.�./r'". oar H AG1AY9 (:ALL Bll BHPOHH Y00 OIO rw ,aar •...°n yrM..r tre..rru.r rrwa aw tartar. bnr lr ��ra Tarr an.u. � .a�.nr r V wwrm,uxNwa %M1r �inii..r, ny qa f�rw'iar� tw. a naw.s rM.r r.a Mr r M rra s ua,r r. s ra.u� / rtuu VT m � 61so �♦� I , � t x»u !e5 Vlgd[ N4 Ylp Yi D.TS vLLM d nK y .�YN Nf raa Ml•Wr//Rl pµll W.. SrtD9N..LL t°YMtl M��� ICIn1YM2 n IaVln'AMIDr IP ITlIF° 4l YIDSiN! YY/M1 L {OI4rM 9Wl .® If. 4K [NVi N[R OIN.O,Y46 BEM- <Inrtnm n Mno+ln nmv. twnn axm ua naam Aw alum Arta ma,rra a a, . sltm m roar r°n rae. ru ran aern,asawno.. . wartrr ruu wm ua m M rtv tmr tar rm w 614-3 I 6101 I *127T11 aM+^ / �\ Stantec c+rdsamu ce,uLtrioNPv+l :. TE - = lY1J�1 I,YWI, SEE PLANS 6193 6161 6143 /vM UI •-� // H I f, 3o fir. rmnY rrsmon lr �� ®.. w sma.A YA Yu rw sA mr¢ tune c n-.f n9� m,evJ wbma� a wm n mwvmn n,n,.P � BgpokA�BQAB ,V.R�Y9 LBll BRPORB YOU OIB � u..ywY,..m.. Uw arow ws b..w w..srns �pe m,.e.m..nw waxes bm.rt A,rb PVb w,rY s, Y 4,w NiVIn MPYVp 411runWp¢mn YMa[Yb M1,w N9M1. Ab Ony M IYM wa Y F Y l�l M1V MIl�p Nrp I,wM1e � [Ylnw MW,.l..4,/ 4YIrM Y pb b marMp DRIVE) SW 72ND STREET(SUNSET mnaems rr nwPs N'lt W[Y OIAI.L9 ga /rE:72- Am, sane c rtns m O —� Af S� ^X Imn of �N,IOft fmM 6160 �Y\ 3 m 6130 I 1 , YB� . MI 6iOq WMp( W VY, WniIY IY[ /9 VIR,[1P IVtY p(wp[n Yfl. pmlR �Im N W Id nll,®Y L Iv P6 GI4.t1P. Nx9 M¢SL>Y /W /Pu5 Nfx4 mV . i51Om➢&[ /pn W MOLL M¢YIYv UMI1Y .s .,e+nno 1 fmm�LLrCmY ➢4LL MN We N0 [NM1W M[R GfW S /uINO s,Y Mat m.m Mu rofsmmc.o/ DWO Z rrortclnd[ n 4Mw.rt .vucv/ apP¢ fiY°MAi �vA nlmim sm an,ao AR. msw[mv a .me. • Ara ro mos An m Ys /m omrw. m/smemm .u, nln.uo mn u m rvo. m,r em w On,PAII n nl I �.MO I� MO NfI N M[ OM1MVR f,'_ ` PA"'� \� \\\\ NI{IIU ` s 490119 Sta ntec V knca P.w Ne6bliom I=ryd9wm.bnr w,n.mos coven Mnias ONB,R, PINY yrr a NNYHI SEE PLANS P Pvwr L-i tb,l Y -- 4 ~rSNY14335 1XNI5.! csov'uM^oJJantmm _ +a .cwa raannwcn.ao wsms M dDNIMern MAnMYd wn...nj.Na Y1r4TW DranrOlW l]rMMY AATI[P laltlLJrY� x tKt lW/CY Jr [iW M61W xntl liLaa .d1]MI]/OJ AOINb pl SK lry/ (�a' IOb N IKM T xunnm .our dram oa a.wiv an JJJWJ nM9e r`a®ri r.aa.m.T.yM av%a eroro' fur .+i+nm.a°irmiu mn: awsm oiv aav uw nrra niarmw] z mrsnor a a sa YIYII YYJ41T Tr dY gOl nIIR.M. YVnI]rOIO LMvmm n. uTEI}M 9Pvmr m rM Iw Arn LaY mu.aaw>b u Jnn rsuu nta a auJmr a +rna asou ao Nn. sm uuo. rY.. m sm r J++.A �rc ran ran sm aoxa. wumJ m a max .n..sa✓wws __ aaw� nr.J «M..n a.w .a)WNtaKpnMu _pW .�pr�H,x]r�MK W�V 411yw N*MW •••••••-.••—•• a�igpm�uM Wa�.w'YMx� r . Maw aaa. ra wwx.wa� w ra Boxato � �y981tlLl YOl1 � 'IIBJrmAV1rID r � t � FOE, R t� ul N i ouE —i z o et �, y0 .o. 6 � ya aMMJ/ a ia. I 4x N:ad4+� LO 99 I L. (DAING 13SNf1S(1332llS ONZL MS I N O� ( K C) EbL9 I 70 it -T ]nn Nal \ as � IRI► 11 I _ 4 I• I I , 1 1 1 I , '1' I s':• J if -� ,• g�j '10 418 M'S \ iLpl� 1 � I Z � ` I T 1E fi r- I i IW r► I ,\,I � { ' IN ! z, Ia I - lcn 1; 1 411: 1 Ivi I - 1 � I W Z H z. O N 00 a N 0 W W cc F- Z X W 4 �����IIII�IIII��IIII ���III��E9lelll�lle OV1101, lijil p ZOIV1 .aw• wrs ara.••.0 � - - - - 195►19S1L �S •11�1 NVU NOIIISOdS10 33H1 DNIlSIX3 SenrNs Isar Q OI"OMIe 11 O1 f ♦� n1VUIIII ISri n11r4•le;im lY OI envdI I.1 17111 { O 1 l+Vn3f Cl f � VlmrulAt lssl { ' 1 c, aaros• r. • .� .. ttwar NYId NOIlISOdS10 33s1 c-musim YClftlnl! •AL WtOJ 30Y0'lCMN suQgv2uFOA Owp Imes jweiyl y{noS,O Nio - aM•M•�•Ir•wy al 3a:tue:tS -_ Q�G•M7 � qr7 I - I Sv a L• it, a - CS 1i-♦ log `� I> % •• -69 ---19 ----- ----=vf--- - - --- -•o - - -- -- "�5 1d' --------------------- -- — — — — — --- i f� ' _ 00_L.u�_________�_-----=-=--oo•vr-" �'(M.fj80 13SNns) as Pu'< - _�y_:=/ _ - - L' ••--s• -------- - -'------------------------------------------------------- -------------- .� ---------� - ; ♦� ------ - - - - -- - ------1------� . o- �- _ { • : Imo_ � �.�� 1 1 I FIMW 4u,°S to I I, � I { Ca,dneldnian � `� � ♦ � � r . 0811-Isael i . ; i der 7 W a % Flouso lop I .___— •d—ice ,,. ` t u�-Q— {'- — — — — •— — — -^� -- — — — — — + — i � ! � L ♦ — '�"' i ♦J t i----1 ♦ i �, ♦ 1 - -J It-LI-------------------- .— ------_-_---- __- � l0 • — — — — — — — — — — — — — — — — — — — — — — — — 1e CD 91 107 I V% - }e•oo '� --- is•� �ttu _li_SXi �X IJ,� 17•DO 1 - IF O7 - — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — - -�-i------------------------`-------------------------------------------------- -- 1 � i�� �,�i�•._ _� — — — � —=�=+ _ — — _ — __ .l- — — �- ----a-r--�— — — — — t — __ ._ — _ _ — _ — ` ID, ; fibrin+ Chwch 3` ONIh Muni t e 1 w/ 4dbm Eler:[enfsry � � tt � J 6750 `` tt V Ifl ; • L/ 1 [ 1 ' t�:_�—s p�tau�sslla0�t�1•� u� iaca[atnl�ltttlst�na�al� �y�'�' I� i�sc7tt01• MM UMClts ttt� tttttttt� Oa•ttt� 47 "�'Z'�C.�L-�arl �! � zu :Am rimmmm � S'.�' -Z' - tJ/Y�tl3lO��� MMAM 0 wz�'--+-*-� uti es cao EXISTING TREE DISPOSITION PLAN fa n .. [, 6C." r.q•lNdL PIANi lfGilYA i 1 � S fa3T Ttff/►rV� 10 nwwf 1 O 1 f�ST Tl1f/0AW 1p ifM S,INi1fD X % ♦__/ tOlef lffMOVED CD Mlt SMfUSS s•r Cw b n Stantec I city olSouth Wan EXISTING TREE DISPOSITION PLAN �. r..s•r••w b.ti SU+Taet Dnvo Wbtt6cabcnt p rd w Sub twaw►. rbaUku MIAMN Aor couN Y, nomA ! 21561l3fi1 .. .. I � i•i..»I.w^�»..w•..�w... a...••.. O'au•S NO S!NI 9nfi• ..f.....«�+.v •.. rM. l Ff-1. Ii',x 11 it 1 1 �1 t I 1 S. I I I i I f • 7lS{1 1 t 1 1 r S 1 1 I 1 I 1; /•I • � l I , i t r r t I 1 , 1 1 � 1 , g • j It I 1 1 ( 1 I 1 t � ' � 1 1 , � It t I , 1 I i 1 I / I ' I 1 I I I I RHII I go IVI Its v I 9S I I svoucvpm 2A110 Jews NVId N011190dG10 33H ,j Wcq 10 Apo L DNILSIX3 fLuer KL) NVId N0111SOdSIO 93R VNIISIX3 cgwlm:) - I ... " I - - % ogzg f 5ple 10 &Vm Moo V) -A . . . . . . . . . . . . . . . . ........ C) - - - - - - - - - --- CL ol it 0% - - - - - - - - - - - — — — — — — — — — — — — — — t — — — — — — — ni M "I Silt psi Sol P91 T— .. !?'NO .30S) -iS'PUZL X- Z-\,- ------------------------------- . .............. fA N ...................................... ............... . ... ............ ............... ---- ------------ — ... .................. - - - - - - - - - - 0 ;re - - - - - - - - - - - - - - --- - - - - - - - - - Z saeg 0 bpta r.019 0 6pte 19 494 bm &wm —310 MumwAdV %4ppm T Aims-c A-15-L 1 I > 10C9 0 61ne < Fq AMS I K mm lIqgmlpll � i�mnnm�nu�m Z a g a Zr o_ O NN 0 LU W ce r� V Z P N W ma mma�mm� �Ill�fli��il�il 3�I7 IFlS1S!!lRRk!!! ,�nuumm�m�munn ��onoi��iacio�annm 133�93AAA�3,A3P�A9�19 z 5 IL 0 0 a a N O { W i W C H 2 h � a i d a o a U to 3 • P BD 1Vl 7.wa•..�. �......r••. n..» i ....... •.+r++•.•..r►... ►. •d•PI•.. rr.•. vatr• IwS od tk Pap - r•.. ...�..wP..•w...•w�—w..r.•r.. 19S/issli YQld01.1 'A11'InQ770YQtYlYIM •t.R •Y•y .•W�P.•J NVIdNOIl1SOd8ta33biVN11SIX3 I I.ur,riVIRoSWNi3 I :)Ozue4s s•nlws ISDI OIAO"ll3101 I X ; Wlv11311* Sul 1 /� I"+ O1L INS11v11 1101 I % mviilltl ISD7 1 I RnnU 01 / % /+40i.l'lsni 1 1 UN 31 iN lm 7Of7�0i P:.1 t u.. NVId NOI11SOdS10 33a1 ONIISIX3 IM/tl , aTtJJ AK I � � � t1• �'1 �; Sil �iSi2 ��+r7 �Ri t�tsl•�7 't+•7��iLS� tl:'J �ti ta•r O sl tl!!1 s7 S:•ii dmwmmv-•T•s--• r';1 �S1�ti ti �itil s:l �m ....T93 -'d 9�1 r��r�lta�tl sS w �m1 mm �O tD END �•L Iwo rfq I�Iltt�t�t�tat3�r�tt�:et�tr��_7 �.. Ha• tat= fall nib ni7t 'z�z'^ I�rssas�llrazw ��c,�- r3:^.IGIi / / 1 _-- . 1 le .�.=--=ice—=�i� �• / ` ,,—��m--s `w•�—�r-JYr.��'G�'�=—t^`- .................................... ...................../L /------•�----- -----• —C— ..................... .............................. I OO�OS 00 i0 — e------------+— ` -------------IlK 3iNns) / / ` J NOTE- MAINTAIN AND/OR REPAIR EXISTING IRRIGATION ACCORDING TO IRRIGATION EXPANSION NOTES (SHEET LAS 01) UNLESS OTHERWISE NOTED Haltsc House House 0 0631 House 111 6871 6041 0 5891 U, Ham Him 06851• e 00, ✓ • C.- —,t. ---4xk tN I 04w:t=-- 610F�:i= zill 0, ryl, sc)" % --------- CHIH-50 BUFR•264. RGI•135 cKlH- 145 -- — — — — — — — — — — — — — — — — - !RU-206 ! hn—d 7 F-§TCS071tFSOT—DR. r-,, - - - — - - - - - - - - - - - - - - - - - - - - - - - A-W �7 - - - - - - - - - - - - - - - - - 'VIWL•315 L— — ---BUFR-478- CHIH-263 -- --- — — — — — SFRE-6 — — — — — — — — -- - — — -- -- -- -- -- ------- ----- -r ------- 00 ......... to 71 % lo HuHouse 1 l ` " 1.••.r .".. - 0 6990 0 4880 NOW&= 11 mmnomcmKmllmmc� stantec PLANTING PLAN.(2) 111ST 1141flPAaAA TO R[MAA4 FAST. TOUFAIM TOM TIANSIPLANTIO jILlJ;,TQjIjlAllA TO UMOVID ml $"tugs Coy 01 SOLO WMI I PLANTING PLAN Sumel. Dove Vocilicalors. 1AAKOWE COUNTY, FICAIDA om" M. Shw tA2 01 1 .. - +' to tvt -- Rue mo•eb Suo.gmw GOLIJOlosunS a.n•.e.�.r�.ww NV3d SNI1NVld i WMA VInoS {o 40 { Datu ets t.neNs Inr, U3norlie tool I t mW3341 Isix I ( /•� I QIII+VIANYII IQ OI It nlydl33a1 ISM S E 1 ,4dl33ll ISM) 1 L %�-� (INan71 INN LI a NVld JNl1NVld JIiJ all arm awl aam aac: a[7 a w nim 81111111110=0= W.2 0111^_ _- = araf aam aar. arg aaacs— mllmll* • .A as ar�aa�saarac3 lwmlmL--T,_.=mLtl a�atla�:a[p�•'^�• �-.3" sal as ��ars�saarsaa�-^r.. tal aa[3a�aC1� Li on ��aa1�tA �"L� no ata amaar,=4Owl aat7 aar ow 3 aaast��� �-.mw aa�e mmmmin o=��No=� aaa�snaaaa�a �_ aa� anal al Z aa� aa� � t� aaal a�za aa� a13s ays�an>+lr�z;.� SS+TC4"L7 iCA l I p p cv w av s 9C K S Ow c: .e- K— tt — cs--------- ^ ev tV dv N E 31l3S w ooz•��tro ze•t�aa - - - - - 9 3a3S- - - — - t •Ow3n- Osz•ntt ic SL 1�1ivy 8S'HIH� 88 I1b3 s v� I _ - 1- ----- -- --- - ---- --us 9lnnt7 1 .6 -- --- -- --- 80 13SNns) as Psi ..-I-LSz•141H -------------------------------------------------------- ESlI011-- -------------------------------- —. �__�.•--�— r-- ---•—•-refer-..-�� --• �� -�---. ..�-���-- of 1 l l 1 PAM 44nos to yumq updog ssuy 03LON 3SIMl13H10 SS3INn (to W 133HS) S310N NOISNVdX3 NOUVE)WHI 01 ON1011033V NO11VE)WHI ONIISIX3 HlVd3b SO/ONV NIVINIVW 310N CO ZVl 19S/t44t1 Vatt011'A-LW10330V&1VMV1 mpr.w.-40"0-a +ws -%Ok-a 904834P&A anu0laang ..,M..� ..,......,d tSNV1d 9NI1NVId I 1watyV VNa3 io Apo �8: jULKL) S"NS 1SaJ OJ.,ohil to 01 rOvi"Hal MIJ c J1Mr1lSr, hl 770. / 1 mrd/Ji.J is Ai 1\ 0 NIVA" 01 WCr./JJOJ lSIJ l atYOMa.a l-Jn• L p NV1d JNIINYId 44rw7 MyI - _ �Os aa���aas MWES NNW a� O �_UWAM �al�al• aaRTzr'sS7l0111111111 V= r�a.•rci`,•r /1 . I•, , f, �� �l 1 os�9 � etas / �! i1 WOO L W 94 keluauup t115Prt1 , � /� ` �\ 4��4� �Ps!el -- — ———------------- SIN3S < -------------- z•tnnt)-——————— — — — — —- ?l-------- 6L1-1143 _ 161'na� oct•na3 __ _ -------------' "-- --- --- 0t-lDaV- -- 00•il -- -- ll -- - OD•YI ----- 00•LI - ;; I ----------- el coaa�n�'r------------- 091013—----LLt 1�J�lV------------ --ram-----P--Y�,T ' a 1 '♦�—_> CUMH a , 1 I - • J I 0310N 3S1MM3H10 SS31N11 (t0 9VI 133HS) 93ION NOISNVdX3 NOUVOMW 01 ON1011000V NOIIVOIMMI DNUSIX3 MIVd3tl tlO/ONV NIVINIVA 310N done �M� u 1.1 lz z� O Q Ow U r U O � H z a � W Q 2 cr �o ems" 61 61 LL' � [C a W W ~ �O az oz _o 10 <Z za tx � W z < Q H W t,' M 2 tr W Wro a Z - � I - � 1 I ; I ' I 1 I , Q 1 / 1 , 1 , . 1 ` , . 1 1 1 , 1 ' I I� 1 ce T si' a z l~ s� i 0 so Zvi MIMI valbOb 'Almnmaevarown ws [arid ujogealpoA o4(3 laums NVId SMINVId Full'A 41-S 10 AVD iis CD OiAQ"lt 11 0. 0 lipi".4sp#1111 to 01 n1rd 'Url WVnill 01 01WHIL'I4x1 UN-3-0 3-1 TN-V-1 3 zt, NY1d ONIINYId ccco 0 Opte 04pm Ono Asols-L Ong I 6ple CKO IF 6p13 Aimw 471 Simme -j;O 1. Biwa "10 0- ............... 113—F;R—a 4 ............. - - - - - - - - - - ell Otl SCI rLt - - - - - - - - - - - - - 011 — — — — — — — — — — - ---------- - I Its :1 u 6L -m-S --------------- 1 P --------------------- --------- cn ................ ...... . .......... =r rn "CO b;,(, IST9 6pra Stwo -U;o bjAinq wgjo 12cg 0 bpto CC. Axq% Np" 97j;o AxnS-z aRON 3SMAH10 SS31Nn (to soq.L33HS) SILON NOISNVdX3 NOUVOIM11 01 ON1011033V NOUVORMI 9NIISIX3 HIVd3H bO4aNV NIVINIVA 310N 90 Zvi Alms N•li M e,Ae.Q ..Y. — 195Y14S1L I V0910U ALNnDa iaVPI/11IM .{.R.O�,.Ke]I.oJ wn sa3ogn;PDA "PC jetun8 �^1ID.MIRIM.IK.a.,r NVId ONI1NVld + rwaw wws ►o ApO i ✓aT1u eT1S WINS 1Sts1 OIAOY43. 3s 01 w1Vl/Ile1 1Sn1 1 X i 01114"SNVf11 li O1 I "a/31Y1 fUs1 l` i11♦ M fO1. 01 RnU11.11Sn3 nn• o a NYId JNIINVId I I' 1 1 1 pets / ODQ I -we asq. Bum wolo •� _ . c• SLP-sAns— — — —=r:MI -----------_ ---_ _ -- -----i MC —_ — — -- — — — — — _ --ov►- — __ tit .Tr----- _-- --- __--_---- ---- 961'HIHJ 09 Ilan -- — — — — — — — — — - CIO — ---- _ ---- oe9•ajne SE I�Ij t 06....Jad .... .... ... cr i� G9Z9 / 6Gle 1 1t. 9999 / 6ale SuPP a S6i9 / 6a19 a -ulo numauedV S01110 Si 1 I 1 1 , 1 1 I � , 1 N 011:9 ! sale %\ M4,(i)O ve .•,. 5 141 ------------ V3 —O /V1131HS 33S 335 liOd f -------------- •S• VtS IS PUZL M 1 ------- ------Il i — — — F— 91F ( Ila3 Ir TiSI I � 1 D< Ire tt1 loc9l6ate -tllo Axns- 1S1 0310N 391MU N1O 9931Nn (lo SV1 A3HS) S310N NOISNVdX3 NOIIVOIkIHI Ol ON102l000V NOI1VOIM ONIISIX3 dIVd3H 21016NV NIV1NIM -310N NOTE: MAINTAIN ANDIOR REPAIR EXISTING IRRIGATION ACCORDING TO IRRIGATION EXPANSION NOTES (SHEET LAS 01) UNLESS OTHERWISE NOTED I stoly qv Commud"etmA Gm Station c I tu "11% 1 1 Bldg It 5201 04 B wg 0 6233-6237 ... ...... . ........ Is* ........................ .... . ................................ ..... ... ......... FIGI- 154 1ps lis SERE•3 ERLI-206 BUFR-280 SERE-6 1b ARGL-95 i .155 ONSET DR.) CHIH-95 - — — — — — — 4 r--W— —ERLI 40:00 - - - - - - - - - - - - "T - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - SEE SHEET LA4 02 IFOR SEE SHEET LA4 02 FOR — — — — — — z z iIRRIGATION IN THIS AREA 191 THIS HISAREA .......................... z ................................................................ .................... .............. . ....... Southm ffv A r pos Bldg 0 0200-5250 CAs Station 52 9 PLANTING PLAN of PLAN[ LLGEND TONfMAN O (AISI TRIWALM 10 a 14wipwstlo x I 1111T 111EUPAW TO of 1111640M fx,st s"lluss c 5 ' CRY at South Owl PLANTING PLAN StanteI Sumel Drrve Madficuborms P.VdAb k* Inum a, Colipm. FIL01901 715411561 LA2 07 no. -I w.r. iw.; ayir I �I9�lj y0lbu u-Alftria'13avViA7,A nn...w NYJ v'J woge:,yPoA ana0 lasvng r.n Mt w..►...v.L NVIdONI1NVld tWs'A4LnOSIDNIO :)ewe�JC i f I Lvq�w» 0310N 3SIMH3H10 SS31Nn (to yVl 133HS) S310N NOISNVdX3 NOUVOINtil 01 ON108033V NOlIVJlaMI ONI1SIx3 21IVd3kJ HO/ONV NIVINIVA 31ON OW NOTE MAINTAIN AND/OR REPAIR EXISTING IRRIGATION ACCORDING TO IRRIGATION EXPANSION NOTES (SHEET LA50I) UNLESS OTHERWISE NOTED 41 a tr 75F ---- ---- --- �1— C-S 0-N—s C-T st forL 0 ...... ---------- BUFR-370- SPBA. 16 — — — — — — — — -- ERLI-328 vajAC0.5 ............... T_ . ... . .... -_ - ----- -0 -- — — — — — — — — — — — — — — — — — — -- L LFIGI-142 . .................. . ......... . ....... .47 a ... ... .............. I ------------ . .. . ....... ............................ UNA.. A/li p'l Ran$ 110 v, gm. is PLANTING PLAN PIANT LEGEND MST 74;j/7At. k TO I Q) 10 IF TtANMANTM IN57 1Q!(/PAt0A 10 9t grAAOVID (list SHRURS Stantec City of South h M PLANTING PLAN W%= Sumet Onve w4cificoom pludus stab cecodft.� 04. LMAWOADE COUNTY. FLMIDA 2ISS14561 Olwg wo VW4 LA2 09 /\ � � § \ Ii! Pi\ \\\\\�\�}\ \\\\ 4J r m I IN■ III oil! Imisill varYoif 'uwtA�3aro lrmr. re�zrwvwar•1 tn! C%p"d woCv�gpc,ry aruta lawng b.w.wMUM�..•r NVIdNOILVOR181 �� we1 4;naS11)f413 I :)ezueT1S aa�n I Ips olverlill 19�1 t I ON30311NV13` ' oean6uo•♦ e:... 0 NVId NOI1bJINl 1J 1 I . 1 i . 1 �+e -4K) alto eo�e f1 N . —-------�Axmsq --------_ — — -- ----------711------------------------- _ — — — — — — — — ` — — — — — — — — — — — — — — -- - �— — — — _ _ -_ _ _ -- -- — — V3!!V BIH1 NI NOIlV`Jltllll o318RPov dOfaNV M3N ( y 1- - ----- — 351 S) 1S P ZLe. M S -- --- — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — I — — — — — — — — — — — — t /.........I`�; -..__ _ •.� ` rn .. .err ... .... .._ .. -- ..._ ..- _. .. ..... ...: - -0 - o \ / cou AWr1Rr�1f a/ *dV6ple I BARM =ii0 ILRW►B =910 1 ) \ A+o1S4 AIwS•t t � D I tOf9 / 6p,8 �t 1 sere -i;o Am7S-i I a310N 3SM13H10 SS31Nf1(l0'9VI 133HS) S310N NOISNVdX3 NOI1VVltlul Ol DNIOb003V NO11V`JIHMI ONIISIX3 111Vd3H a01aNV NIV1NIV" 31ON O O O F- Z W Z3 oQ �w �C) 60 zw o W t.-z cD i� I o zg r t~if W X w w z m a� !" a "' W C Z C[ z O O Q d) Z za H W Z z O w (7 O za 9 u J w 00 ,z r �, V 0 00 z �w x� oQ 0 LL, o= U F U O z'o Ow �z v Qo N ZS Fr y; w w= fx � aw W 0 �o a= Qg O y Z Z z<n tx W zz �a < W (7 0 0 za �Ilk. ' 1f _ FF•II(( ( ! i I'I I I C ` ��d Ou! •� v cr cr ' I 1 a ) . �c —5 O O O t � f a i�t�t� ���1 i i ! 0 z O It O If 110 14"45 - •••�----•»•••- - 00.01STSL � y...,X,.n.unXr,. anvo.wnmXm � V a.•n -i iypOC iuiiFie.AS:na � 0. in .^...» _. z C iammXmrmexno.,.ea, sun xaumwrinvm ssXxXwarmcn wfSiislWil.n1 [IN[AISW il/ vies X XbYXll lri(p mcWm li1WS Wn T1X Slli saon3nans 30n119N01 a � auuirw W snrXlii:w uunu �--'"� .. I '. .rnNp vunowoa o3sinaXl I a..X.X. ,., i as I .srioi I Wlo� i ruol I I � SppY I I I I r (Dula❑ 13SNns)i-L33li1S PuZL .aoainsson. I .eiur3o owrWi. l •'•�ni • 111— I I 8 3+ A3ANns OIHdVNDOd01 =10 dVW EXHIBIT 2 SUNSET DRIVE MODIFICATIONS RFP#PW2020-1 1 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 LiabilitX 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 M (d) Explosion, Collapse and Underground Hazard Coverage (e) Broad Form Property Damage (f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. (g) Personal Injury Coverage with Employee and 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' Risko, 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 A.M. Bests 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 0 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 endorsement with substantially 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 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 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 contractorlsubcontractor 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, a 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. END OF SECTION kk,- ACOROa CERTIFICATE OF LIABILITY INSURANCE ��• DIYYYY) DAT2/2012o2o 2/zor2 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy les must have ADDITION NS RED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lasa Links Insurance 2000 Ponce De Leon Blvd Ste 530B Coral Gables FL 33134 NAME: PHONE 305-330-6218 305FAX -204-9563 AIC, No Ext : (A/C, No): ADDRESS: info@lasalinks.com INSURER(S) AFFORDING COVERAGE NAIC INSURER A: UNITED SPECIALTY INSURANCE CO, A. IX 12537 INSURED UAG Construction, LLC 490 NW S River Dr Miami FL 33128 INSURER B : ASCENDANT COMMERCIAL INSURANCE INC 13683 INSURER C : EVANSTON INSURANCE CO, A, XV 35378 INSURER D : INSURER E : INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSD I WVD I POLICY NUMBER (M&IIDDIYYYY) I (MMIDDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR Y I + DC100087-03 6/5/2019 615/2020 EACH OCCURRENCE S 1,000,000 PREMISES (Ea occurrence) S 100,000 MED EXP (Any one person) $ 5,000 PERSONAL 8 ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY F JECT LOC OTHER: GENERAL AGGREGATE S 2,000,000 PRODUCTS - COMPIOP AGG 5 2,000,000 Employee Benefits Liabilit% S 1,000,000 B AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY X AUTOS XHIRED NON -OWNED AUTOS ONLY X AUTOS ONLY UAAU080061 12/19/2019 12/19/2020 (Ea accident) S 1,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) S (Per accident) s S C UMBRELLA LIAR X EXCESS LIAR I OCCUR I CLAIMS -MADE MKLV2EUL103364 6/512019 6/5/2020 EACH OCCURRENCE S 4,000,000 X AGGREGATE S 4,000,000 . DED I I RETENTIONS S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECIJrI D OFFICERIMEMBER EXCLUDED? (Mandatory In NH) if yes. describe under DESCRIPTION OF OPERATIONS below N ! A - STATUTE ER E.L. EACH ACCIDENT S E.L. DISEASE - EA EMPLOYEE S E.L. DISEASE - POLICY LIMIT S DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) The below certificate holder is included on the policy as Additional Insured. GC License #CGC1521395 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN South Miami Procurement Office ACCORDANCE WITH THE POLICY PROVISIONS. 6130 Sunset Drive AUTHORIZED REPRESENTATIVE South Miami 33143 � V c'& n 1988-2015 ACORD CORPORATION- All riahts reserve ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD AC49Rbr CERTIFICATE OF LIABILITY. INSURANCE DATE (MMIDDNM) 12/25/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy (les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHONE: (800) 277-1620 X 4800 FAX: (727) 797-0704 E-MAIL ADDRESS: FrankCrum Insurance Agency, Inc. 100 South Missouri Avenue INSURERS(S) AFFORDING COVERAGE NAIC# INSURER A: Frank Winston Crum Insurance Company 11600 Clearwater, FL 33756 INSURED INSURER B: INSURER C: INSURER D: FrankCrum L1C/F UAG Construction, LLC 100 South Missouri Avenue INSURER E. INSURER F: Clearwater, FL 33756 COVERAGES CERTIFICATE NUMBER: 637684 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSRD SUBR WVD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP (MWDDIYYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURENCE $ CLAIMS MADE ❑ OCCUR DAMAGE TO RENTED PREMISES (Ea occurence) S MED EXP (Any one parson) 5 PERSONAL E ADV INJURY S GEN'L GENERAL AGGREGATE S AGGREGATE LIMIT APPLIES PER: POLICY ❑ PROJECT D LOC PRODUCTS-COMP:OP AGG S OTHER S AUTOMOBILE LIABILITY COMBINED SINGLE UNIT (Ea accident) S ANY AUTO BODILY INJURY (Par person) S OWNED AUTOS SCHEDULED ONLY AUTOS BODILY INJURY (Per accident) S PROPERTY DAMAGE (PG accident) S HIRED AUTOS NON -OWNED ONLY AUTOS ONLY S UMBRELLA LIAB OCCUR EACH OCCURENCE S EXCESS LIAB CLAIMS MADE AGGREGATE S DED RETENTION S S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN X PER STATUE OTHER A AOFFICERINY. PROPRIE70RIPARTNEEL'EXECUTIVE a htE1�iBEREXCLUDED? NIA WC202000000 01/01/2020 01/01/2021 -- -- - -- ACCIDENT E.L. EACH AC 51.000,000 E.L. DISEASE -EA EMPLOYEE $1.000.000 (Mandatory In NH) if yea, dc3cw*e undet DESCRIPTION OF E.L. DISEASE -POLICY LIMIT S1,000,000 OPERATIONS bctav DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Add Itionat Remarks Schedule, may be attached If more space 1s required) Effective 07/24/2017, coverage is for 100%a of the employees of FrankCrum leased to UAG Construction, LLC (Client) for whom the client is reporting hours to FrankCrum. Coverage is not extended to statutory employees. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE South MiamiCity Hail, Building Department, Syiva Martin Building 6130 Sunset Drive South Miami, FL 33143 ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD EXHIBIT 3 SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 RESPONDENTS BID FORM --TI41STRWOSAL.ISSUBMITT-ED-TO: Shari Kamali 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 1 (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. Dated: 08/31 /2020 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 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 to in this paragraph which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performante, 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 will 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, will 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 assume§0r&rq$nsibility for the accurate location of all Underground Facilities and conditions that may affect the Work. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect to any Underground Facilities or conditions are, or 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 submitting the bid or proposal as required in subsection ii 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 it needs to furnish and install all 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 will form the basis for calculating the pricing of change orders. The Contract Price may not be adjusted in any way 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 must 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 Technical Proposal, Exhibit 4, as may be set forth in an exhibit to this Solicitation, such proposal must be attached to this Bid Form and will take the place of the Lump Sum Price, otherwise, the Contract Price for the completed work is as follows: TO SUBMIT A LUMP SUM COST PROPOSAL, REFER TO EXHIBIT 4 "RESPONDENTS COST & TECHNICAL PROPOSAL" A fee breakdown for each task included in the lump sum contract price, if applicable, must be provided. Failure to provide this information will render the proposal non -responsive. 5. The ENTIRE WORK for project in accordance with Exhibit 1, Scope of Services, Attachment A, B & C must be completed, in full, within 1.20 calendar days from the commencement date set forth in the NOTICE TO PROCEED. Failure to complete the entire work during the described time will 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: UAG Construction LLC Address: 490 NW S River Drive, Miami FL 33128 Telephone: Office 305-901-1228 Cell 305-504-9937 Facsimile: 888-672-9865 Contact Person Andv Diaz 7. The terms used in this Proposal which are defined in the Contract have the same meaning as is assigned to them in the Contract Documents, unless specifically defined in this Solicitation Package. 8. If a Respondent's Cost & Technical 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 81 of 118 is made a part of the Solicitation, are true and correct and are hereby adopted as part of this Respondents Bid Form, and are made a part of this proposal, by reference. 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 penalties of perjury that I am the lawful epr-esentat-ive-of-the-business-entity-referenced-in-this-Bid-Form; that-hhave-authority-to-bid-for diac 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 SUBMITTED THIS 3rd DAY OF Septmeber PROPOSAL SUBMITTED BY: UAG Construction LLC Company Andy Diaz Name o,MAMzed to Submit Proposal Signature Representative Title 2020 Cell: 305-504-9937 Office 305-901-1228 Telephone Number 888-672-9865 Fax Number ADiaz@UAGconstruction.com Email Address END OF SECTION 82 of 118 EXHIBIT 4 RESPONDENTS COST & TECHNICAL PROPOSAL BID FORM SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 IN ACCORDANCE WITH EXHIBIT I, "SCOPE OF SERVICES, ATTACHMENTS _.-.----A,_B-BL-C,-RESP�ID.BNTS�9AY SUBMIT__LUA9P.-SUM PRICING -FOR A -.SINGLE-- - --- OPTION OR MULTIPLE OPTIONS. LUMP SUM: LUMP SUM: LUMP SUM: OPTION A: US I TO OPTION B: SW 62 OPTION C: SW 62 AVENUE AVENUE TO Ste/ 69T" (OPTIONS A & 8 AVENUE COMBINED) $ 183,500.00 276,399.52 $ 459,900.50 NOTE: The City reserves the right to award the project to a single Respondent for each Option; Option A, Option B, or Option C (i.e. one Respondents may be awarded Option A and another Respondent may be awarded Option B). Respondents may submit Lum Sum pricing for a single Option or multiple Options. SUBMITTED THIS 3rd PROPOSAL SUBMITTED BY: UAG Construction LLC Company Andy Diaz Na er n Authorized to Submit Proposal Signature Representative Title DAY OF Setpemelher 20 20 . Cell 305-504-9937 Office 305-901-1228 Telephone Number 888-672-9865 Fax Number A ia7['A(, onstrtiction.com Email Address END OF SECTION 83 of 118 OPTION A: US-1 TO SW 62ND AVE ITEM PAY ITEM DESCRIPTION I UNITS QUANTITY UNIT PRICE TOTAL ROADWAY PAY ITEMS (OPTION A) 1 110-1-1 Clear and Grubbing L.S. 1 S 432.00 $ 432.00 2 110-4 Removal of Existing Concrete S.Y. 80 $ 19.85 $ 1,587.60 3 110-4 Removal of Existing Concrete Curb L.F. 390 $ 8.31 $ 3,240.00 4 104 1 Prevention, Control and Abatement of Erosion and Water Pollution L.S. 1 $ 1,296.00 S 1,296.00 5 110-15-2 Existing Tree Protection and Preservation L.S. 1 $ 1,296.00 S 1,296.00 6 160-4 Type'B" Stabilization (12") (Min. L.B.R. of 40) S.Y. 36 $ 93.30 S 3,359.80 7 210-2 Limerock Base (8") (Primed) S.Y. 36 $ 90.39 S 3,254.04 8 327-70-1 Milling Existing Asphalt Pavement (1" Average Depth) S.Y. 540 $ 10.91 $ 5,890.32 9 337-7-82 Asphalt Concrete Friction Course Traffic C, FC-9.5, High Polymer (1" Thick) (Resurfacing) TON 50 $ 218.70 $ 10,935.00 10 520-1-10 Concrete Curb and Gutter Type "F' includes Cost of Limerock L.F. 175 S 23.20 S 4,060.80 11 520-2-4 Concrete Curb Type "D" includes Cost of Limerock L.F. 165 S 23.76 S 3,920.40 12 520-3 Concrete Valley Gutter L.F. 50 $ 14.80 $ 739.80 13 522-1 Concrete Sidewalk (4" Thick) S.Y. 80 $ 49.48 S 3,958.20 14 526-1 Pavers, Architectural, Sidewalk S.Y. 40 $ 54.00 $ 2,160.00 15 527-2 Detectable Warning Surface S.F. 30 $ 32.40 $ 972.00 16 570-1-2 Sodding (Pensacola Bahia or Match Existing) (Includes Watering and Maintenance S.Y. 180 $ 16.95 $ 3,051.00 17 700-1-60 Single Post Sign, Remove A.S. 1 S 270.00 $ 270.00 18 706-3 Retro-Reflective Pavement Markers (RPMs) EACH 21 S 4.32 S 90.72 19 711-15-101 Thermoplastic (white) (solid) (6") L.F. 700 S 1.08 $ 756.00 20 711-15-201 Thermoplastic (yellow) (solid) (6") L.F. 260 S 1.08 S 280.80 21 711-11-141 Thermoplastic (white) (skip) (6") L.F. 100 S 1.08 $ 108.00 Sub TOT S 51,657.48 ITEM I PAY ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL DRAINAGE PAY ITEMS (OPTION A) 22 425-6 Adjust existing valve boxes & meter boxes L.S. 1 S 540.00 S 140.00 23 425-74-1 Clean Existing Catch Basins EACH 2 $ 810.00 $ 1,620.00 Sub TOT S 2,160.00 ITEM PAY ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL LANDSCAPING PAY ITEMS (OPTION A) 24 580-5-22 Landscaping (Including Tree Removal & Irrigation) L.S. 1 S 59,207.31 $ 59,207.31 25 590-70 Irrigation L.S. 1 $ 8,553.60 $ 8,553.60 Sub TOT S 67,760.91 ITEM I PAY ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL MISCELLANEOUS ITEMS (OPTION A) 26 101-1 MOBILIZATION(10%) L.S. 1 $ 18,350.00 S 18,350.00 27 102-1 MAINTENANCE OF TRAFFIC L.S. 1 $ 18,142.68 S 18,142.68 28 102-14 TRAFFIC CONTROL OFFICER H.R. 120 $ 59.40 S 7,128.00 29 SUE-001 ADVANCED UTILITIES EXPLORATION SOFT DIGGING EXPLORATION L.S. 1 S 1,620.00 $ 1,620.00 30 PERM- ALLOW PERMITALLOWANCE(5%) L.S. 1 $ 8,340.95 31 CONT CONTINGENCY(10%) L.S. 1 $ 8,340.95 Sub TOT S 61,922.59 TOT OPT A $ 183,500.98 OPTION B: SW 62ND AVE TO SW 69TH AVE ITEM IPAY ITEM I DESCRIPTION UNITS I QUANTITY UNITPRICE TOTAL LANDSCAPING PAY ITEMS (OPTION B) 32 580-5-22 Landscaping ( Including Tree Removal & Irrigation) L.S. 1 $ 199,721.79 S 199,721.79 33 590-70 lirrigation L.S. 1 S 9,266.40 S 9,266.40 Sub TOT $ 208,988.19 ITEM I PAY ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL MISCELLANEOUS ITEMS (OPTION B) 34 101-1 MOBILIZATION(10%) L.S. 1 S 13,413.75 S 13,413.75 35 102-1 MAINTENANCE OF TRAFFIC L.S. 1 S 8,400.00 S 8,400.00 36 102-14 TRAFFIC CONTROL OFFICER H.R. 120 S 57.75 S 6,930.00 37 SUE-001 ADVANCED UTILITIES EXPLORATION SOFT DIGGING EXPLORATION L.S. 1 S 1,575.00 S 1,575.00 38 PERM- ALLOW PERMIT ALLOWANCE(5%) L.S. 1 $ 11,965.35 $ 11,965.35 39 CONT CONTINGENCY(10%) L.S. 1 S 25,127.23 S 25,127.23 Sub TOT S 67,411.33 TOT OPT B $ 276,399.52 OPTION C: US-1 TO SW 69TH AVE (OPTION A & B) ITEM I PAY ITEM DESCRIPTION I UNITS QUANTITY UNIT PRICE TOTAL ROADWAY PAY ITEMS (OPTION C) 1 110-1-1 Clear and Grubbing L.S. 1 S 432.00 S 432.00 2 110-4 Removal of Existing Concrete S.Y. 80 $ 19.85 $ 1,587.60 3 110-4 Removal of Existing Concrete Curb L.F. 390 $ 8.31 $ 3,240.00 4 104-1 Prevention, Control and Abatement of Erosion and Water Pollution L.S. 1 $ 1,296.00 S 1,296.00 5 110-15-2 Existing Tree Protection and Preservation L.S. 1 $ 1,296.00 $ 1,296.00 6 160-4 Type'B" Stabilization (12") (Min. L.B.R. of 40) S.Y. 36 $ 93.30 S 3,358.80 7 210-2 Limerock Base (8") (Primed) S.Y. 36 S 90.39 $ 3,254.04 8 327-70-1 Milling Existing Asphalt Pavement (1" Average Depth) S.Y. 540 $ 10.91 S 5,890.32 9 337-7-82 Asphalt Concrete Friction Course Traffic C, FC-9.5, High Polymer (1" Thick) (Resurfacing) TON 50 $ 218.70 $ 10,935.00 10 520-1-10 Concrete Curb and Gutter Type "F" includes Cost of Limerock L.F. 175 S 23.20 S 4,060.80 11 520-2-4 Concrete Curb Type "D" includes Cost of Limerock L.F. 165 $ 23.76 S 3,920.40 12 520-3 Concrete Valley Gutter L.F. 50 $ 14.80 $ 739.80 13 522-1 Concrete Sidewalk (4" Thick) S.Y. 80 $ 49.48 $ 3,95&20 14 526-1 Pavers, Architectural, Sidewalk S.Y. 40 S 54.00 $ 2,160.00 15 527-2 Detectable Warning Surface S.F. 30 $ 32.40 $ 972.00 16 570-1-2 Sodding (Pensacola Bahia or Match Existing) (Includes Watering and Maintenance S.Y. 180 S 16.95 $ 3,051.00 17 700-1-60 Single Post Sign, Remove A.S. 1 $ 270.00 $ 270.00 18 706-3 Retro-Reflective Pavement Markers (RPMs) EACH 21 $ 4.32 $ 90.72 19 711-15-101 Thermoplastic (white) (solid) (6") L.F. 700 $ 1.08 S 756.00 20 711-15-201 Thermoplastic (yellow) (solid) (6") L.F. 260 $ 1.08 S 280.80 21 711-11-141 Thermoplastic (white) (skip) (6") L.F. 100 $ 1.08 S 108.00 Sub TOT $ 51,657.48 ITEM I PAY ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL DRAINAGE PAY ITEMS (OPTION C) 22 425-6 Adjust existing valve boxes & meter boxes L.S. 1 $ 540.00]S 540.00 23 425-74-1 Clean Existing Catch Basins EACH 2 $ 810.0S 1,620.00 Sub TOT $ 2,160.00 ITEM PAY REM DESCRIPTION 7U 13 QUANTITY UNIT PRICE TOTAL LANDSCAPING PAY ITEMS (OPTION C) 24 580-5-22 Landscaping (Including Tree Removal & Irrigation) L.S. 1 S 280,000.00 $ 280,000.00 25 590-70 Irrigation L.S. 1 $ 17,820.00 $ 17,820.00 Sub TOT $ 297,820.00 ITEM I PAY ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL MISCELLANEOUS ITEMS (OPTION C) 26 101-1 MOBILIZATION(10%) L.S. 1 $ 21,600.00 $ 21,600.00 27 102-1 MAINTENANCE OF TRAFFIC L.S. 1 $ 10,800.00 $ 10,800.00 28 102-14 TRAFFIC CONTROL OFFICER H.R. 240 S 59.40 S 14,256.00 29 SUE-001 ADVANCED UTILITIES EXPLORATION SOFT DIGGING EXPLORATION L.S. 1 $ 1,620.00 S 1,620.00 30 PERM- ALLOW PERMIT ALLOWANCE(5%) L.S. 1 $ 19,995.67 S 19,995.67 31 CONT CONTINGENCY(10%) L.S. 1 $ 39,991.35 $ 39,991.35 Sub TOT $ 108,263.02 TOT OPT C $ 459,900.50 RESPONDENT QUALIFICATION STATEMENT SUNSET DRIVE MODIFICATIONS RFP#PW2020-11 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 4 In the past 5 years On Schedule 2 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: The Sands of Key Biscayne -Pool Paths Owner Name: The Sands of Key Biscayne Association Inc. Owner Address: 605 Ocean Drive, Key Biscayne FL 33149 Owner Telephone: 305-361-5737 Original Contract Completion Time 21 Days (Days): Original Contract Completion Date: 02/ 11 /2019 Actual Final Contract Completion Date: 02/ 18/2019 Original Contract Price: $58,739.54 Actual Final Contract Price: $58,739.54 b) Project Name: I-75 Express Segment A/B Owner Name: Community Asphalt Corporation Owner Address: 14005 NW 186th Street, Miami FL 33018 Owner Telephone: (305) 829-0700 Original Contract Completion Time 150 Days (Days): Original Contract Completion Date: No Date- "Time is of the Essence" Actual Final Contract Completion Date: May 2019 Original Contract Price: $67,999.77 Actual Final Contract Price 156,314.77 c) Project Name: The Sands of Key Biscayne- Common Areas Owner Name: The Sands of Key Biscayne Association 202 Owner Address: 605 Ocean Drive, Key Biscayne FL 33149 Owner Telephone: 305-361-5737 Original Contract Completion Time (Days): 420 Days Original Contract Completion Date: June 19, 2020 Actual Final Contract Completion Date: May 2020 Original Contract Price: $2,183,704.44 Actual Final Contract Price: $2,500,701.14 d) Project Name: SR 826 Express Lanes Owner Name: Community Asphalt Corporation Owner Address: 14005 NW 186th Street, Miami FL 33018 (305) 829-0700 Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date. August 2017 Actual Final Contract Completion Date: April 7, 2020 Original Contract Price: $4,019,723.96 Actual Final Contract Price: $4,804,644.19 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: 203 3. Current workload Project Name 14462 Owner Name ommunity Asphalt Cori Telephone Number (305) 829-0700 Contract Price $3,059,838.05 244-90 SW 17th Warren Strifling (305) 603-2514 $1,130,425.84 252-The Sands of Key Biscayne he Sands Condominium (305) 361-5737 $2,5000,701.14 256-Marathon Key Halley Engineering (305) 883-0055 $233,514.11 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. 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: Florida Department of Transportation Address: 605 Suwannee Street Tallahassee, Florida 32399 Telephone No.: Contact Person: Type of Project 866-374-3368 r� Name of Agency: Address: Telephone No.: Contact Person: Type of Project: Name of Agency: Address: Telephone No.: Contact Person: Type of Project: 205 4A. Office Organization Chart Principal: Daniel Buraglia Office Manager (Account Payables & Receivable): Katherine Reyes Senior Project Manager: Andy Diaz 4.13 Proposed Project Organizational Chart Project Manager: Andy Diaz Assistant Project Manager: Mike Delgado Superintendent: Julio Suarez Accounting: Katherine Reyes 10, 206 ANDRES DIAZ DE VILLEGAS 490 NW S RIVER DRIVE MIAMI, FL 33128 PHONE: (305)901-1228 ADIAZ@UAGCONSTRUCTION.COM As a Senior Project Manager of UAG Construction Mr. Diaz brings a wealth of knowledge and experience. He is well versed in the processes of how to successfully manage construction projects, personnel, and equipment from an operations perspective. He provides the experienced and knowledge at every facet of the construction process as it relates to Civil Construction on small and large projects. At UAG Construction Mr. Diaz has been an integral part of building the self -performing crew with labor and equipment. Currently he oversees 2 crews with manpower of 4 and a fleet of 5 pieces of equipment consisting of Excavator, Skid steer, compacting roller, concrete cutting saws and plate compactors. Mr. Diaz past experience on equipment such as: CAT 300 Class Excavators, Komatsu 300 and 400 Class Excavators, Volvo EX 300 Class Excavators, John Deere Backhoes and Front Loaders, Bomag 190 Rollers, John Deere Articulated Off Road Dump Trucks, Gradall XL 3300, Volvo EW 180 Wheel Excavators, Cat D4 — D-6 Bulldozers, Komatsu D30's to D60's Bulldozers, John Deere Motor Graders 670G, Wirtgen Milling Machines. PROFESSIONAL ACTIVITIES o Construction Training Qualification Program (CTQP)- Asphalt Level I & II, Earthwork Level I & II, QC Manager o American Traffic Safety Services Association (ATSSA)-Advanced MOT o Occupational Safety & Health Association (OSHA)-10 & 30 Hour Certification EXPERIENCE 2/2017 — Present UAG CONSTRUCTION, LLC - MIAMI, FL Sr. Project Manager. Oversee the civil division of the company along side Principals of the company. Directly manage and coordinate the daily progress and performance of projects. Coordinate and -facilitate execution of work with FDOT and CEI as well as all field personnel and on -site subcontractors. o Manage and track purchase orders, contracts, and maintain vendor and subcontractor relationships. o Develop cost database and maintain prices for bidding and estimating current and future projects. o Manage and oversee field operations and track project progress within the company. o Direct company employees including Project Superintendents and Field Labor. o Effectively track, update and maintain project scheduling 1 2009 — 2/2017 COMMUNITY ASPHALT CORP- MIAMI, FL 9/2015- 2/2017 Sr. Project Manager e Managed team consisting of Jr. Project Managers, Project Engineers, and Field Superintendents for multiple projects in excess of $50,000.000.00 o Developed and update project schedules using FDOT approved format o Worked and completed several successful CST's (Cost Saving Initiatives) with FDOT and their Construction Engineers o Created and tracked weekly cost reporting that allowed Project Managers to forecast their projects accurately o Worked directly with different departments within the Company finding and implementing different practices to ensure efficiency and productivity. 207 11/2012- 9/2015 General Superintendent o Responsible for placement, coordination, and dispatching of over 100 employees spanning across 3 counties. v Projects ranging from $100,000 to $300 million. o Managed 12 direct report supervisors across a variety of projects. o Coordinated between Project Management and Field to ensure proper implementation of scope of work. o Lead efforts in developing creative and innovative solutions to improve efficiency across projects. a Track and modify daily production rates of earthwork seeking optimal extraction conditions. o Developed and implemented trucking production reports that greatly reduced equipment down time. o Responsible for dispatching, scheduling, and monitoring 6 Maintenance of Traffic crews. 11/2010-11/2012 Project Manager o Lead review process, assessment and election of subcontractor scope buyout. Create, implement and manage primavera completion schedule. o Manage subcontractor coordination and scheduling for entire job. a Responsible for submitting and approval of project payment requisition. o Handled submission and close out of all delay claims. 1/2009-11/2012 Field Superintendent MIC Orange Line Metro Rail Project o Responsible for subcontractor supervision, coordination, and scheduling v Mange schedule and painting Maintenance of Traffic devices for daily and nightly road closures. o Assist in the scheduling of critical path work with project General Superintendent 8/2007 — 8/2009 MK Contractors LLC- MIAMI, FL 8/2007 - 8/2009 Assistant Project Manager a Allocate and track disbursement of funds associated with all subcontractor change orders. o Negotiate, review and execute contracts with prospective subcontractors. o Attend and participate in OAC and weekly subcontractor meetings. o Assist in preparation of contractor monthly payment requisitions. v Finalizing buyout of remaining items need to finish the project. o Logging and tracking subcontractor and owner change orders and supporting documentation. 7/2004-7/2007 Project Engineer o Responsible for preparing, logging, and tracking all submittals, transmittals, and samples as well as owner and subcontractor change orders o Attend and participate in weekly OAC and subcontractor meetings. 7/2003 -- 7/2004 Estimator a Perform take -offs for all trades, excluding concrete & rebar. o Develop bid books and presentation binders for prospective developers 5/2002- 7/2003 Assistant Superintendent o Assist General Superintendent with preparation of daily reports and field survey for sitework. a Responsible for maintaining up to date history and track changes for on -site construction plans. EDUCATION o FLORIDA INTERNATIONAL UNIVERSITY — Miami, FL o Master of Science in Construction Management (2010) o FLORIDA INTERNATIONAL UNIVERSITY— Miami, FL a Bachelor of Science in Business Administration (2006) 208 PROJECTS 2/2017 — Present UAG Construction — Senior Project Manager — Miami, FL AIA Hollywood Beach —Civil Roadway FDOT T-4462 FIN 432323-1-52-03 Project Value $3,500,000 Projected Completion 2020 Project consists of 1.5 miles of roadway reconstruction along AIA at Hollywood beach UAG Construction is a subcontractor to Community Asphalt OHL for large scope of work. - UAG Construction self -performing work includes, clearing of existing concrete sidewalk and curb, placement of new subgrade and limerock base for both roadway and sidewalk areas, installation of drainage structures, and adjustment of storm drain and water valve utilities - UAG subcontracted work consisting of concrete, drainage, pavers. Coordinating on a daily basis with CEI and design team on design matters and challenges with tie into Side Street and varying elevations. 826 Express Lanes -Civil Roadway FDOT E6105 FIN 4326878-1-52-01 Project Value: $4,500,000 Projected Completion 2020 Design Build project in District 6 FDOT with implementation of express lanes along 826 from Flagler to 1-75. - UAG is a subcontractor to Community Asphalt OHL for all 5 tolling facilities for express lanes. - Self Perform work consists of Site work earthwork, excavation, Grading, Building Erection and Placement, Gantry Erection, Bollards. - UAG Subcontracted work concrete slabs, prefabricated buildings, all electrical infrastructure. I-75 Segment AB — Gravity Wall / Hub Building E8M05 FIN 431281-1-52-01 Project Value: $ 150,000 Completed 2018 Gravity Wall and Misc Hub Building Items - Installation of 450 LF of Gravity Wall for Southbound Florida Turnpike just south of Miramar Parkway. UAG was responsible for site grading and material purchasing. - HUB and Tolling buildings o Bollard Installation o Parking Stop Installation o Condensate Drain Installation 1V2010 — 2/2017 Community Asphalt Corp. —Senior PM / PM -Miami, FL OrangeLine MIC (Miami Dade) o Project value: $10,000.000 o The Orange Line project was a 1V between Community Asphalt, Tower and, Odebrecht. The project consisted of a new segmental bridge for a future metro rail service that would link to the Miami International Airport. Community Asphalt's scope consisted of roadway construction for the entire project. This included the reconstruction of NW 41" Street as well as new 48" storm water system that ran along that corridor. We were also successful in milling and resurfacing SR 112 and the new facility parking lots. Tamiami Trail to Krome Ave (Miami Dade) o Project Value: $8,000.000 o Project consisted of minor drainage work, milling and resurfacing, and concrete F curb removal and replacement Krome Ave (Davis to US1) (Miami Dade) c Project Value $9,000.000 c Project consisted of new drainage for north and Southbound, roadway widening, guardrail, signaliiation, and milling / resurfacing 209 SW 1121h at Florida Turnpike (Miami Dade) o Project value: $10,000.000 o Community Asphalt was tasked with widening the existing off ramp to southbound Florida Turnpike traffic. The entire median in the corridor was removed and reconstructed at a higher elevation to create new slope for the finished roadway. SR 9 from NW 27`h Ave to 195 (Miami Dade) o Project value: $12,000.000 o SR 9 was widened two feet on both north and southbound for almost 5 miles. There was some minor drainage as well, but the bulk of the work was in the widening and milling / resurfacing SR 856 William Lehman Causeway (Miami Dade) o Project value: $10,000.000 o The William Lehman Causeway had a new turning lane put in for their westbound traffic. This project also had new signalization for the intersection of SR 856 and Biscayne Blvd. In addition to the widening this project has milling and resurfacing done from the Biscayne Blvd intersection to the bridge. Coral Way (SW 24' St) from 37'h Ave to 121' Ave (Miami Dade) o Project value: $10,000,000 o This projects main objective was to solve the problem with the root intrusion into the roadway by all the large Banyan trees. There was a modified F curb created for this project that would prevent the roots from future intrusion into the roadway. The project also had new drainage scope, signalization, and concrete curb / sidewalk. SR 441(E4N82) DB o Project value: $30,000.000 o This project was a design build project between Watman Group and Community Asphalt. This project consisted of complete roadway reconstruction from Hollywood Blvd to Sterling. This project required all new storm drain, sanitary sewer, and waterline. In addition to the drainage scope there was new F curb, traffic separators, sidewalk, D curb, and retaining walls to be completed. This project also had the excavation of two large retention ponds on Farragut St. This was the only project that I was involved with in which we were the CAR contracting. We managed the assessment, containment, and removal of all contamination within the project corridor. While I was Project Manager there were no issues with contamination spreading outside of the containment zones. 210 M ICHAEL DELGADO 490 NW S RIVER DRIVE MIAMI, FL33128 PHONE: (305)901-1228 MDELGADO@ UAGCONSTRUCTION.COM As an Assistant Project Manager Mr. Delgado is responsible for day to day coordination's with both office and filed teams. He maintains daily communication with the project inspection team and with owner representatives. Mr. Delgado is responsible for tracking and forecasting the projects progress and for documenting and provided notification for any issues the need resolution. In addition to his role as Assistant Project Manager he Is also UAG Construction's Fleet Manager. He is responsible for coordination of delivery and use for all equipment. This role provides key experience in the management of equipment, daily production rates, as well as maintenance cycles. EC UCATION Florida International University - Miami, FL Bachelor of Arts: Liberal Arts (2006) EXPERIENCE 9/2019 — Present UAG CONSTRUCTION, LLC - MIAMI, FL Assistant Project Manager o Schedule and track daily progress with UAG field team o Schedule and track scope being performed by subcontractors o Issue Request for Information o Prepare and track project submittals o Provide project closeout documents o Assist in preparing and issue subcontractor contracts and material purchase orders o- Attend and participate in -weekly -progress meetings 5/2016 — 9/2019 UAG CONSTRUCTION, LLC - MIAMI, FL Project Superintendent o Supervised and coordinated project execution. o Monitor daily activities and daily safety procedures during project duration. o Conducted and assisted with submittal reviews to ensure compliance with specifications. a Prepared daily logs with subcontractor activities on project site, as well as tracked all deliveries, inspections and equipment on project. o Maintained up to date as built drawings. o Assisted with creating weekly and monthly schedules. o Coordinate all close out items, including punch list, warranties and certificates. PF,OFESSIONAL ACTIVITIES o OSHA Certified 211 PROJECTS 5/2016 — Present UAG Construction — Project Superintendent — Miami, FL Active Projects 2/2018 — Present UAG Construction — Senior Project Manager — Miami, FL AIA Hollywood Beach —Civil Roadway FDOT T-4462 FIN 432323-1-52-03 Project Value $3,500,000 826 Express Lanes -Civil Roadway FDOT Project Value: $4,000,000 9/2019 — Present UAG Construction — Assistant Project Manager— Miami, FL SR A1A-Civil Roadway FDOT Project Value: $3,500,000 Active Projected Completion 2020 212 JULIO SUAREZ 490 NW S RIVER DRIVE MIAMI, FL 33128 PHONE: (305)741-9687 JSUAREZ@ UAGCONSTRUCTION.COM EXPERIENCE 10,�2017 — Present UAG CONSTRUCTION, LLC - MIAMI, FL Supervisor/ Foreman Project supervisor to coordinating daily operations in the field. Overseeing field labor and managing company equipment and operators. o Heavy equipment operator and maintenance of company owned equipment. o Responsible for daily work coordination of on -site employees and subcontractors. a Assist with field operations and project tracking o Maintain and ensure clean work environment while meeting and enforcing all safety procedures. o Ensure that work is performed in accordance with contractual and quality standards. o Keep track of daily paperwork such as timesheets, schedules, email correspondence, delivery tickets and receipts. o Participate in training and other forms of continuous improvement initiatives. 2014 — 2015 PCL INDUSTRIAL CONSTRUCTION CO.- MIAMI, FL Heavy Equipment Operator u Provide and schedule maintenance of equipment to provide a safe working environment. o Knowledgeable with site plans, machine capabilities, safe digging procedures within each project. o Meticulously adhere to verbal or written instructions regarding all aspects of the job. 2009-2014 KIWEIT SOUTHERN- Miami, FL ROAD WORK FOREMAN 8/2007-8/2009 FODALE -Miami, FL FOREMAN 5/14003 — 8/2007 MARWS BROTHERS INCE- MIAMI, FL Assistant Superintendent Responsible for managing, coordinating and supervising major projects in the company's airport division. o Inspects construction site to monitor progress and ensure conformance to engineering plans, specification and construction and safety standards. . Responsible for designing and implementing quality control programs for airport projects. a Coordinates the implementation of maintenance -of -traffic plans for airport and highway construction. o Assist management with payment requisitions, contracts and change orders. o Supervises the procurement of materials. 213 7/1998 — 5/2003 Foreman Supervised and managed utility crew on numerous projects. • Coordinate daily activities with superintendent • Ensured proper installation of water, sewer and drainage utilities. • Reviewed shop drawings for conformance of plans and specifications. PROFESSIONAL ACTIVITIES • OSHA 30 PROJECTS 10/2017 — Present UAG Construction —Supervisor — Miami, FL SR A1A-Civil Roadway FDOT Project Value: $3,500,000 Active Projected Completion 2020 Completed Proiects 5/2003 — 8/2007 Mark's Brothers Inc — Assistant Superintendent - M iam i, FL Airport Concourse'A-B' Extension Apron & Utilities Project Value: $ 20,000,000 Airport Concourse'A-B' Extension Apron & Utilities Project Value: $19,000,000 5/2003 — 8/2007 Utilities — Foreman - Miami, FL Reconstruction of SW 8th Street Project Value: $ 8,300,000 Northside Utilities and Drainage Project Value: $ 3,000,000 Reconstruction of SW 8th Street Project Value: $ 8,300,000 214 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS SUNSET DRIVE MODIFICATIONS RFP #PW2020-XX 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 Other: Subcontractor Name AddressTelephone, Email MOT/Signage Acme Barricade 3400 Burris Rd, Davie. FL 33314 (954) 321-8205 info@acmebarricades. Striping 1 Roadrunner 804 NW 80th Ave, ialeah Gardens FL 33016 (305) 885-9448 Trucking C&A Trucking 3351 N.W. I ITH ST EMBROKE PINES FL 3 (407)467-4353 028 Material Vulcan 12201 NW 25th St, Miami, FL 33182 Phone: (305) 592-4100 Fax: 305 592-8576 Material White Rock 18300 NW 122nd Ave Hialeah, FL 33018 (305) 822-5322 Info@WRQuarries.com Asphalt Ranger Materials 17800 NW 122nd Ave Hialeah, FL 33018 Phone (305) 718-8070 Fax 305 718-8184 Landscape M&M Groundworks 16645 SW 235 Street Homestead FL 33031 Phone: 786-601-2677 Fax:786-601-2085 mmgroundworks@yah 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 om o.net 215 NON -COLLUSION AFFIDAVIT SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 STATE OF FLORIDA COUNTY OF MIAMI-DADE Andy Diaz being first duly sworn, deposes and states that (1) He/She/Theyis/are the Representative (Owner, Partner, Officer, Representative or Agent) of UAG Construction LLC 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: Witness �9y1 t c.h�l 7P1a �40 Witness STATE OF FLORIDA COUNTY OF MIAMI-DADE Signature Andy Diaz, Representative Print Name and Title 09/03/2020 Date ACKNOWLEDGEMENT On this the 3rd day of September , 20 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. 21 of 118 216 WITNESS my hand and official seal. NOTARY PUBLIC: SEAL OF OFFICE 22 of 118 Not#ry—Public, State of Floryes (Name of Noary Public PrinV SSSmmp or type as commissioned.) Personally known to me, or Personal identification: Type of entification Pii. `*< comKathenne Reyes mission I GG133503 Did take an oa ' ExPires: October 9, 2021 Bonded thru Aaron Notary Did Not take an oath. `AIM PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 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 City of South INlianii by And), Diaz, Representative [print name of the public entity] [print individual's name and title] LAG Construction LLC for [print name of entity submitting sworn statement] whose business address is 490 NNV S River Drive Nlianii FL 33128 and (if applicable) its Federal Employer Identification Number (FEIN) is 46-1192152 (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, 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 49rogrmnt, will be a prima facie case that one person controls 218 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 will be considered an affiliate. 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, " - - - - — ia—r—ehlders, emp ogees,—T' mem"Tiers, ana agen s w o are at. ive m management of an enticy. ----- - — - - ---- ----' 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 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 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 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 IDENTIFIED 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. Sworn to and subscribed before me this 3rd day of Personally known OR Produced identification (Type of identification) Form PUR 7068 (Rev.06/11/92) 24 of 118 Notary Public — My commission expiresr (Printed, typed or stamp name of notary public) Katherine Reyes mission If GG133503 es: October 9, 2021 kt1 thru Aaron Notary 219 DRUG FREE WORKPLACE SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 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 will be given preference in the award process. Established procedures for processing tie Bids or Proposals will be —foflowe� if none T e tie wen ors have a drug -free workplace program. In order to have a drug -free workplace - program, a business must: 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 will be taken against employees for violations of such prohibition.. 2) Inform employees about the dangers of drug abuse in the workplace, the business's 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 on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer 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 5 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 this statement, and under penalties of perjury, I declare that I have read the foregoing statement and that the facts stated in it are true and that this firm is in full compliance with the above requirements. RESPONDENTS Signature:�i Print Name: Andy Diaz Date: 09/03/2020 220 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 TO THE CITY OF SOUTH MIAMI We UAG Construction LLC (Name of CONTRACTOR), hereby acknowledge and agree that as ' - —CONTRACTOR for ifa SET-MVE-WYADWAY & LAN65CAIPM-HODTFICATIONS RFP #PW2020-19 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. COMTQR A UAG onstctiruon LLC BY: P1"a4 Name Representative Title 26 of I IS 221 AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 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 appears 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: h_5,rpd/www.dms.myflorida.com/business operations/state purchasing/vendor information/convicted susp ended discriminatory complaints vendor lists I. And}' Diaz DECLARATION UNDER PENALTY OF PERJURY (hereinafter referred to as the "Declarant') state, that the following facts are true and correct: (I) 1 represent the Respondent whose name is UAG Construction LLC (2) 1 have the following relationship with the Respondent Representative/ Memeh AOwner (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) I have reviewed the Florida Department of Management Services website at the following URL address: httpl/www.dms.myfl orida.com/bu siness_Operati on s/state_Purchasi ng/vendor_information/convicced_suspended_di scri minatory_co mplai nts_vendor_lists (4) 1 have entered an N" or a check mark beside each listing/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 List _ Vendor Complaint List FURTHER DECLARANT SAYETH NOT. Under penalties of perjury, and as the person authorized to sign this statement, I declare that I have read the foregoing statement and that the facts stated in it are true and that this firm is in full compliance with the above requirements, - Andv Diaz SPrin[ name of Declarant) By: — ` ignature edarant) ACKNOWLEDGEMENT STATE OF FLORIDA ) COUNTY OF MIAMI-DADE ) On this the 3rd day of September .20 20 , before me, the urI dersigned authority, personally appeared Andy Diaz who is personally kno to a or who provided the following identification and who cook an oath or a Ir /she/chey executed the foregoing Affidavit as the Declarant. WITNESS my hand and official seal. n, NOTARY PUBLIC: No _K tu'o,.$,"--ar�e0 �b G1503 SEAL ujA ? Expires: October 9, 2021 Scamp or type as commissioned.) 27 of I 1 e 222 RELATED PARTY TRANSACTION VERIFICATION FORM SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 1 Andy Diaz , individually and on behalf of UAG Construction LLC ("Firm") have Name of Representative CompanylVendorlEntity 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 penalties of perjury that to the best of �my knowledge, information and belief: (I) neither I nor the Firm have any conflict of interest (as defined in section 8A- I) 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-1, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public body created by the City Commission, i.e., a board or committee of the City, [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (2) must 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) must 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) must 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 Mvk IdSt appeared in representation of any third party 223 before any board, commission or agency of the City within the past two years 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). X:IPurchasing\Vendor Registration\I2.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx (7) Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e., as a spouse, son, daughter, parent, brother or sister) is related by blood or marriage to: (i) any member of the City Commission; (ii) any city employee; or (iii) any member of any board or agency of the City other than as follows: ----- ----_ -- -_ if necessary, use a3e arate sheet tosuPP additlonal- 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) must 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 Ocher 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, ocher 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) must 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 penalties of perjury, and as the person authorized to sign this statement, I declare that I have read the foregoing statement, that I have made a diligent effort to investigate the matters to which I am attesting hereinabove and to the best of my knowledge, information and belief the facts stated in it are true and this firm is in full compliance with the above requirements. Signature: Print Name & Title: Andy Diaz, Repr Isentative Date: 09/02/2020 29 of 118 224 NOTICE OF AWARD SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 The City has considered the Proposal submitted by your firm for the SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 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 SUNSET DRIVE ROADWAY & - - -- G MOD7�i- PFI[CATION W 2020-1-9 in the amount of $ broken down as follows: LUMP SUM TOTAL: $183,500.98 OPTION A: LUMP SUM TOTAL: $276,399.52 OPTION B LUMP SUM TOTAL: S459,900.50 OPTION C : 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 will 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: Shari Karnali City Manager Dated this day of September .20 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 35 of 118 225 PRESENTATION TEAM DECLARATION/AFFIDAVIT OF REPRESENTATION SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS RFP #PW2020-19 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- - --------220fi(t)j9j, nypersoTrwhrrappearsasarepresentativeforanindividualorfirrrrforan-oralpresentation before a City certification, evaluation, selection, technical review or similar committee, must list on an affidavit provided by the City staff, all individuals who may make a presentation. The affidavit must be filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager. Far 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, must not be required to pay any registration fees. No person may 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, Andy Diaz makes the following declaration under penalties 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 may 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. Daniel 8uraelia Nicolas Hamann Diaz NAME TITLE Principal Principal Representative 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, will not be required to pay any registration fees. The Affidavit of Representation must 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. Exiicuted this 3rd day of September , 20 20 . Signature of Representative Andy Diaz, Representative Print Name and Title UAG Construction LLC Print name of entity being represented END OF SECTION 34 of 118 226 IU' South Miami TI If cr V nr PI TASANT I IVIKG VIRTUAL Non -Mandatory Pre -Bid Conference Sign -In Sheet Date: August 25, 2020 RFP Title: Sunset Drive Roadway & Landscaping Modifications RFP No.: PW 2020-19 Please Print Clearly I Johnny Dao CompanyAddress Florida Construction En ineerin 305) 883-760 1 'dao fcebuild.com 2 Kiehl Semler GSLA DESIGN Kiehl Semler <kiehl sladesi n.com> 3 J. Quintero VisualSca e SFL Properties 4 Nicloe Perez 5 Carlos Herdocia Stantec 6 7 8 9 10 11 https://seurhmiamiflgov.sharepoint.com/Finance/PTocurementtShared Documents/Purchasing/Request for Proposals & Qualification (RFPs)2020 ver3 SUNSET DRIVE MODIFICATIONS/PRE BID/Pre-Bid Meeting RFP PW2020-19 8.25.20 .doc 227 https://southmiamiflgov.sharepoint.com/Finance/procurement/Shared Documents/Purchasing/Request for Proposals & Qualification (RFPs)/2020 ver3 SUNSET DRIVE MODIFICATIONS/PRE BID/Pre-Bid Meeting RFP PW2020-I9 8.25.20 .doc 228 Member Name CITY OF SOUTH MIAMI Bid Number RFP PW2020-19 Bid Name SUNSET DIRVE RAODWAY & LANDSCAPING MODIFICATIONS 3 e ocument(s) found for this bid 22 Planholder(s) found 584 NOTIFIED Supplier Name Addressl city State Zip Phone Attributes Fort Action Property Services 1825 Main Street Lauderdale FL 33326 9546513177 Blue Native Landscape & Irrigation 201 SW 2nd Ave Florida City FL 33034 3058724050 Bob's Barricades 921 Shotgun Rd Sunrise FL 33326 9544232627 C&I Construction and 14031 SW 143 Court Design Inc. Unit 6 Miami FL 33186 3OS2556067 Calvin, Giordano & 1800 Eller Drive Fort Associates, Inc. Suite 600 Lauderdale FL 33316 9549217781 Coco Tree Service, Corp 3300 NE 192 ST AVENTURA IFIL 33180 3057289445 ConstructConnect 3825 Edwards Rd Cincinnati OH 45209 8772271680 100 North Conahan DeAngelo Brothers LLC Drive Hazleton PA 18201 5704591112 4300 Beltway Place, Dodge Data Ste 150 Arlington TX 76018 4133767032 Asian/Hawaiia FG, Construction LLC 2701 N.W. 35th Ct. Tamarac JFL 33309 9548564925 n Owned 1287 W. Atlantic Pompano Florida Blacktop Inc. Blvd. Beach FL 33069 9549439700 Kailas Contractors 3450 W 84 Street Hialeah FL 33018 3057220099 Ka lex Construction & Developement Inc 11401 SW 40TH ST. MIAMI FL 33165 Magnum Construction 6201 SW 70th St, Management, LLC 1st Floor Miami FL 33143 Hispanic Miliani Construction Corp 2051 Nw 112 Ave Miami JFL 33172 3054244414 Owned Small Business, 114Indian Lakes Woman Paveway Systems, Inc. Lane Florahome FL 32140 3866591316 Owned Reef Tropical lA Barracuda Lane Key Largo FL 33037 3053672005 SF _ Property Maintenance Corp 17718 Sw 139 Court Miami IFL 33177 Sun Eagle General Contractors, Corp. 12300 SW 130 st Miami FL 33186 3057413847 Superior Landscaping & Lawn Service, Inc. 2200 NW 23 Avenue Miami FL 33142 3056340717 4121 SW 47th Ave The Green Experts #1335 Davie FL 33314 8887700072 Small Business VisualScape Inc. 17801 NW 137 Ave Miami FL 33018 3053622404 229 9/3/2020 Detail by Entity Name I�eQarimPni of Stple / Division of CntpzLaliOns / SearCh Rec„irdc / c:-arch by ntiIy Name / Detail by Entity Name Florida Limited Liability Company UAG CONSTRUCTION, LLC Filing Information Document Number L12000131393 FEIIE[N Number 46-1192152 Date Filed 10/16/2012 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 09/26/2017 Principal Address 3275 CRYSTAL CT MIAMI, FL 33133 Mailing Address 3275 CRYSTAL CT MIAMI, FL 33133 Rggistered Agent Name & Address BURAGLIA, DANIEL 3275 CRYSTAL CT MIAMI, FL 33133 Name Changed: 09/27/2016 Authorized Persons) Detail Name & Address Tile Manager, Principal BURAGLIA, DANIEL 3275 CRYSTAL CT MIAMI, FL 33133 Title Principal HAMANN, NICOLAS 2401 TIGERTAIL AVE MIAMI, FL 33133 I T.l_ MMM1^1MA1 ' 230 search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetall?inquirytype=EntityNarne&directionType=lnitial&searchNameOrder-UAGCONSTRU... .. _ 91W2020 iiue rraNIL.01 HL Detail by Entity Name FERNANDEZ,JOSE 820 SAN PEDRO AVENUE CORAL GABLES, FL 33156 Annual Re o�rts Report Year Filed Date 2018 04/28/2018 2019 05/01 /2019 2020 06/17/2020 Document Imaaea '&.1712020 — ANNUAL REPORT View image �n PDF format `15101t2019 — ANNUAL REPORT View ima :e ir, PDF format Al2$+2018 — ANNUAL REPORT View ima je in PDF format �9%26M?017 — REINSTATEMENT V:e►v image in PDF format :19,2712016 — REINSTATEMENT Vie v image in aDF format -W30R015 — ANNUAL REPORT View image in PDF format W30:2014 — ANNUAL REPORT View image rn PDF format 14'M2013 -- ANNUAL REPORT View image n PD= format 'Cr1612012 — Florida Limited Liability. Vic%v image in PDF format search.s=biz.o /in ui /Co oraUonSearch/SearchResuilDetail?in ui e-EntityName&directionT e-iniUal&searchNameOrder-UAGCONSTRU... 231 rg q ry rp q rYtYP - YR - 2020 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT DOCUMENT# L12000131393 Entity Name: UAG CONSTRUCTION, LLC Current Principal Place of Business: 3275 CRYSTAL CT MIAMI, FL 33133 Current Mailing Address: 3275 CRYSTAL CT MIAMI, FL 33133 US FEI Number: 46-1192152 Name and Address of Current Registered Agent: BURAGLIA, DANIEL 3275 CRYSTAL CT MIAMI, FL 33133 US FILED Jun 17, 2020 Secretary of State 7764062889CC Certificate of Status Desired: Yes The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: DANIEL BURAGLIA 06/17/2020 Electronic Signature of Registered Agent Date Authorized Person(s) Detail : Tide MANAGER, PRINCIPAL Name BURAGLIA, DANIEL Address 3275 CRYSTAL CT City -State -Zip: MIAMI FL 33133 Title PRINCIPAL Name FERNANDEZ,JOSE Address 820 SAN PEDRO AVENUE City -State -Zip: CORAL GABLES FL 33156 Title PRINCIPAL Name HAMANN, NICOLAS Address 2401 TIGERTAIL AVE City -State -Zip: MIAMI FL 33133 I hereby car* that the trdarmation indkated on tlds report or supplemental report is due and accurate and that my eleclmalc signature shall have the same legal effect as if made under calh; that f am a managing member or manager of the timfted fiab0ity company or the receiver or trustee empowered to execute this report as requtred by Chapter 605. Florida Statutes: and that my name appears above, or on an sltadhment wAh aU other flke empowered. SIGNATURE: NICOLAS HAMANN PRINCIPAL 06/17/2020 Electronic Signature of Signing Authorized Person(s) Detail Date 232 r i MIAMI DAILY BUSINESS REVIEW Published Daily excepl Saturday, Sunday and Legal Holidays Miami, Mami4)ade County. Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before the 'undersigned authority personally appeared GUILLERMO GARCIA. who on oath says that he or she is the DIRECTOR OF OPERATIONS. Legal Notices of the Miami Daily Business Review flWa Miami Review, a dairy (except Saturday. Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade County, Flonda', that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI - RFP #PN2020-19 in the XXXX Court, was published in said newspaper in the issues of 08202020 Af6ent further says that the said Miami Deily Business Review is a newspaper published at Miami, in said Miami -Dade County. Florida and that the mid newspaper has heretofore been continuously published in said Miami -Dade County, Florida each day (except Saturday. Sunday and Legal Holidays) and has been entered as second Gass mail matter at the post office in Miami in said Miami -Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advenisemenh and arrant further says that he or she has neither paid nor promised any person. firm or corporation any discount, rebate, commission or refund for the purpose of searing this advertisement for publication in the said newspaper. S.T. and subscribed before me this 20 day of AUGUS .D. 2020 (S�j GUILLERMO GARCIApetsonally known to me 17771 2022 f goury 7 O mconrwmo 3 1927 r �tORIO CITY OF SOUTH MIAMI SUNSET DRIVE ROADWAY & LANDSCAPING _ MODIFICATIONS RFP #PW2020-19 _ SUBMITTAL DUE DATE: SEPTEMBER 3, 2020 AT 10 AM SOLICITATION COVER LETTER The City is hereby requesting Sealed proposals In response to this RFP MPW2020-19 'SUNSET DRIVE ROADWAY & LANDSCAPING MODIFICATIONS" project The purpose of this Solicitation is to contract for the Services necessary for the completion of the project in accordance with the Scrape of Services, (EXHIBfT 1, Attachments A, B, & C) and Respondent's 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 by accessing the following webpage: http:nw".$outhmiamifl.gov/ which is the City of South Miami's web address for solicitation information. The City will only receive submittals electronically through the DemandStar Electronic Bid System (E-Bidding). To register as a business, go to hhs_//network.demandstaccom/ See directions for registering and signing into your DemandStar user account on the next page following this Solicitation Cover Letter in the RFP. Proposals must be received electronically through DemandStar, no later than 10:00 A.M. local time (the "Closing Date') on September 3, 2020 and any Proposal received by the City through Demand5tar after 10:00 a.m. local time on said date will not be accepted under any circumstances. Hand delivery will not be accepted. BID OPENING VIA VIDEO CONFERENCING: The opening of E-Bids for this solicitation will occur at 10:30 A.M. local _ time on (the Closing Date, September % 2020. The Cfty'Clei -01 conduct the Bid Opening through video conferencing using the Zoom platform. Members of the public may view the meeting via Zoom at httpsJ/zggm.uW305663 3339, or listen to the meeting on a dedicated phone line by dialing +1.786-635-1003 Meeting ID: 305663(1 NON -MANDATORY PRE -BID MEETING VIA VIDEO CONFERENCING A Non -Mandatory Pre -Bid meeting will be conducted through video conferencing on August 25, 2020 at 10:00 AM using the Zoom plattorm. Interested parties who are considering attending the Pre -Bid meeting, must Identify your Company Name In the 'Participants Ust" on the Zoom platorm. The meeting will be held regardless of weather conditions. After the meeting, an email unit be sent, confirming your attendance, to the attention of Steven P. KWIck, Chief Procurement Officer at skulicWSOuthmiamifLeov Members of the public may view the meeting via Zoom at ItUPS /zoom.usgf 3056636339 or listen to the meeting on a dedicated phone fine by dialing +1-786-635-1003 Meeting ID: 3056636339. Nkenga A. Payne, CMC City Clerk City of South Miami a20 20-36/0000483961M `919j