Res No 152-20-15592RESOLUTION NO.:152-20-15592
A Resolution authorizing the City Manager to enter into an agreement with DBF
Construction, I.I.C. for the demolition of a single-family residence and other structures
located at 7435 SW 66et Avenue for the purpose of future park -related development.
WHEREAS, the subject property was purchased by the City in September 2019 for the
purpose of converting the lot into a neighborhood pocket park. The City officially took over
management of the property upon the expiration of the post occupancy agreement in September
30th, 2020; and
WHEREAS, this project involves the total demolition and clean -out of the existing one-
story C.B.S. building structure, including concrete covered area, pavers, private asphalt driveway,
and wooden observation platform / deck in the rear at 7435 SW 66 Avenue; and
WHEREAS, the City issued a Request for Proposal ("RFP") #PR2020-23 on October 5, 2020
for "Demolition of Building Structure on 7435 SW 66 Avenue" and received eleven (11) proposals
on October 2% 2020. Pursuant to review, it was determined that the lowest, most responsive
and responsible bidder for this project is DBF Construction, LLC.; and
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION 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 and to enter into an agreement
with DBF Construction, LLC. in the amount not to exceed $11,000 for the demolition of a single-
family residence and other structures located at 7435 SW 661h Avenue for the purpose of future
park -related development. The City Manager is authorized to expend an amount not to exceed
$1,500 for unforeseen circumstances or for conditions that the Contractor could not have
foreseen. The total expenditure shall be charged to Parks & Recreation Capital Improvement,
account number 301-2000-572-6450, which has a balance of 899,635 before this request was
made.
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 S. Effective Date. This resolution shall become effective immediately upon
Res. No. 152-20-15592
adoption by vote of the City Commission.
PASSED AND ADOPTED this 211 day of November 2020.
ATTEST:
CITY CL RK
READ AND APPROVED AS TO FORM:
LANGUAGE, LEGALITY AND
EXECUTION T!'EREOF
CIPV.,fTORNEY
APPROVED:
MAYOR
COMMISSION VOTE:
5-0
Mayor Philips:
Yea
Vice Mayor Welsh:
Yea
Commissioner Harris:
Yea
Commissioner Liebman:
Yea
Commissioner Gil:
Yea
PA
Agenda Item NoA.
City Commission Agenda Item Report
Meeting Date: November 2, 2020
Submitted by: Quentin Pough
Submitting Department: Parks & Recreation
Item Type: Resolution
Agenda Section:
Subject:
A Resolution authorizing the City Manager to enter into an agreement with DBF Construction, LLC. for the
demolition of a single-family residence and other structures located at 7435 SW 66th Avenue for the purpose of
future park -related development. 3/5 (City Manager -Parks & Recreation Dept.)
Suggested Action:
Attachments:
Memo -Demo Property 7345 QP1.docx
Reso-De mo_Prope rty_7345CArev.docx
Bid Tabulation RFP PR2020-23.pdf
DBF Proposal.PDF
South eMiami
THE LILY 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
Via: Quentin Pough, Director of Parks & Recreation
DATE: November 2, 2020
SUBJECT: A Resolution authorizing the City Manager to enter into an agreement
with DBF Construction, LLC. for the demolition of a single-family
residence and other structures located at 7435 SW 66t' Avenue for the
purpose of future park -related development.
BACKGROUND: The subject property was purchased by the City in September 2019 for
the purpose of converting the lot into a neighborhood pocket park. The
City officially took over management of the property upon the expiration
of a post occupancy agreement in September 30th, 2020.
This project involves the total demolition and clean -out of the existing
one-story C.B.S. building structure, including concrete covered area,
pavers, private asphalt driveway, and wooden observation platform /
deck in the rear at 7435 SW 66 Avenue.
PROCUREMENT: The City issued a Request for Proposal ("RFP") #PR2020-23 on October 5,
2020 for the "Demolition of Building Structure on 7435 SW 66 Avenue."
Staff received eleven (11) proposals on October 23, 2020 as illustrated
below.
Bidders
Bid Price:
DBF Construction, I.I.C.
$11,000
Pronto Construction Developers
$17,444
Chin Diesel Inc.
$20,416
R2R Demolition Inc.
$21,000
Demcon Group LLC
$23,325
Okabrema Corp.
$27,950
Paragon Construction
$28,435
VPR Construction Corporation
$31,895
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
South Miami INTER -OFFICE MEMORANDUM
THE CITY Of PLEASANT LIVING
Tuccimar Inc.
$41,000
Vercetti Enterprises
$50,000
Aktiv Construction Group
$68,999
Pursuant to review, it was determined that the lowest, most responsive
and responsible bidder for this project is DBF Construction, LLC ("DBF")
VENDOR &
EXPENSE: DBF's proposal/contract amount shall not exceed $12,500 ($11,000
contract price & $1,500 contingency price), including any contingency
funds for unknown variables or issues that may arise during the project.
FUND &
ACCOUNT: The expenditure in the amount of $12,500 ($11,000 contract price &
$1,500 contingency price) shall be charged to the Parks & Recreation
Capital Improvement, account number 301-2000-572-6450, which has a
balance of $899,635 before this request was made.
ATTACHMENTS: Resolution
Bid Tabulation Report
Proposal — DBF Construction, LLC.
K?
Tabulation Sheet
Agency Name City of South Miami
Bid Number RFP-RFP #PR2020-23-0-2020/SK
Bid Name DEMOLITION OF BUILDING STRUCTURE ON 7435 SW 66 AVENUE
Bid Due Date 10/23/2020 10:00:00 AM
Bid Opening
Closed
11
responses
found.
✓
online offline
• not submittina.
9 not received
1 .
Aktiv
Construction
10/22/2020
11936 SW 79 TERRACE,
$68999.00
Bidding
IV,
Group
Miami, FL, 33183
Document
2
Chin Diesel,
10/21/2020
1820 NE 144th St.,
$20416.00
Bidding
Inc.
, North Miami, FL, 33181
Document
3.
DBF
Construction
10/23/2020
3710 Park Central Boulevard North,
$11000.00
Bidding
LLc
Pompano Beach, FL, 33064
u
✓
4'
Demcon
10/20/2020
4671 NW 103rd Ave,
$23325.00
Hispanic
Bidding
Group LLC
Sunrise, FL, 33351
Owned
Document
✓
5'
OKABREMA
10/23/2020
6708 San Vicente St,
$27950.00
Bidding
CORP
Coral Gables, FL, 33146
Document
✓
6'
Paragon
10/23/2020
po box 823491,
$28435.00
Bidding
Construction
Pembroke pines, FL, 33082
Document
✓
Pronto
Hispanic
7
Construction
10/23/2020
21030 North Miami Avenue,
$17444.00
Owned,
Bidding
.
Deveopers
,Miami Gardens, FL, 33169
Small
Document
✓
Business
8.
r2r
demolition
10/23/2020
2000 nw 18th st,
$21000.00
Bidding
✓
inc
,pompano beach, FL, 33069
Document
9
Tucomar inc
10/23/2020
46 vanderburgh ave, Larchmont, NY 10538, US,
$41000.00
Bidding
•
.
Larchmont, NY, 10538
Document
Hispanic
10
Vercetti
10/16/2020
7296 SW 48th Street,
$50000.00
Owned,
Bidding
'
Enterprises
Miami, FL, 33155
Small
Document
✓
Business
Small
11 .
VPR
Construction
10/23/2020
461 nw 87th lane,
$31895.00
Business,
Woman
Bidding
✓
Corporation
apt 101, Plantation, FL, 33324
Document
Owned
0'
PROPOSAL SUBMITTAL CHECKLIST FORM
DEMOLITION OF BUILDING STRUCTURE ON 7435 SW 66 AVENUE
RFP #PR2020-23
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 elearonically through the
Demand Star Electronic Bid System (E-Bidding). To register as a business,
go to bttps:ynetwork.demandstar.com/ The City, at its discretion, may
X request hard copies of proposals received from a specific Respondent or all
Respondents, y�
X Indemnification and Insurance Documents EXHIBIT 2
X Respondents Bid Form. EXHIBIT 3 Y�
X Signed Contract Documents (All — including General Conditions and
Supplementary Conditions if attached) EXHIBIT 4, 5 & 6
X Respondents Qualification Statement
T
X List of Proposed Subcontractors and Principal Suppliers
X Non -Collusion Affidavit x
X Public Entity Crimes and Conflicts of Interest
X Drug Free Workplace
X Acknowledgement of Conformance with OSHA Standards X
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
14 of 77
Client#: 6898
DBFCON
A(:UHLJL CERTIFICATE OF LIABILITY INSURANCE DATE(RtJM/Q0IYYYY)
08/12/2020
THIS CEFMFICATE 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: ff the certificate holder Is an ADDITIONAL INSURED, the policy(tes) must be endorsed, If SUBROGATION IS WAIVED, $object to
the termer 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
ZERVOS GROUP INC
24724 Farmbrook
rPmcw,', 7.:
248 355-4411 �. : 248 3SS-2175
E-MAIL
P 0 Box 2067
INSURE AFFORDING COVERAGE
NAIC #
Southfield, MI 48037-2067
INSURER A: Vspay ftro t"sumrm ConVw
20508
INSURED
DBF CONSTRUCTION LLC
INSURER s : Cwtd w?" mom ca"w•"r
36289
INSURER c : Iftd0t d Rn kwaten= ft tleetloed
20478
3710 Park Central Blvd N
INSURER D ` -----
Pompano Beach, FL 33064
INSURER E:
INSURER F • -_--
-- - nGrICIVII M61QI UCM:
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 REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICPTE 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.
L.TTRR TYPE OF INSURANCE ADDL U POLICY NUMBER POLO i,PI O IJM;IT8
A
X
OmwaRcIAL GENERAL LIABILITY
CLAIMS D
X
X
6078749646
202020 08/10=21
EACH OCCURRENCE
61,000,000
D xe
s 100 Q00
-MADE OCCUR
X
Contractual
i
X
{
MED F.XP ( one person)
$15 000
Xs & U
.0
& ADV INJURY
S 1 00O 000
AGGREGATE LIMIT APPLIES PER:
PRO.
POUCY D C
_PERSONAL
GENERAL AGGREGATE
s2,000,000
GEML
X
LOC
OTHER:
i
PROgucTS•COMOPAGG
s2,000,000
$
+
C
AUTOU084LE LIABILITY
X
X
6078749M
OM =020
08/10=21
COMBINED INGLE LIMIT
1 000 Qoo
X AN- AUTO
1
BODILY INJURY (Par person)
S
ALL AUTOS AUTOS AUT�LrLED
1
BODILY INJURY (Per acddenq
S
X MItl1ED AUTOS X NON -OWNED
'
Per ETO
S
OOrd)
S
X1 I.A _ X OCCUR
UNBREXCESS
B
X
X 607874MO - -
8/10/2020
08/10/2021
EACH OCCURRENCE
S5,000,000
S DJAB GLAlMS•MADE
AGGREGATE
S5 o0O 000
MO I X1 RETENTION SO
S
+
C
WORxeas COMPENSATION
AND EMPLOYERS' UABIUTY
X I 6078749677
8/1 Qf2020
08J1 Q/2021
X PEa OTH.
PR
MMETORIPARTNERIEXECUTIVE �Y / N
MSER EXCLUDED? ••
NIA
i
E.L EACH ACCIDENT
S1,000,000
E.L.DISEASE - EA EMPLOYEE
S1,000,000
+
(Mandd%xY In NH)
It yyeess,. dasa'Rra tinder
DESCFtPT1oN OF OPERATIONS
!
I
below
E.L. DISEASE - POLICY LIMIT
S1,000.000
A
Leaser) or Rented
6078749646
8M 0/2020
08/10/2021
$100,000 Limit
Equipment
$1,000 Deductible
Scheduled Equip.
See Below
DESCRIPTION 1OF OPERATIONS I LOCATIONS I V;7ZES (ACORD 101, Additional Ramarb Schedule, ntay be attached ll moro spse Is rvwlrecq
Illustration of coverage only.
ILLUSTRATION OF COVERAGE ONLY 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
a,A
01988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014101) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S4592981M459280 AJP
EXHIBIT 4
CONSTRUCTION CONTRACT
DEMOLITION OF BUILDING STRUCTURE ON 7435 SW 66 AVENUE
RFP #PR2020-23
THIS CONTRACT was made and entered into on this 2 day of NOVEMBER, 2020by and between
DBF 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:
1. 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:
ELEVEN THOUSAND DOLLARS ($ 11,000. 00)
(Spep Dolhr Amount 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 30 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 completed in 30 calendar days.
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
will be deemed to be due under this Contract until such new or additional security for the faithful
performance of the Work is furnished in the manner and in the form satisfactory to the City.
10. No additional Work or extras 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.
IN WITNESS WHEREOF, the parties hereto have executed this Contract on the day and date set
forth next to their name below and may be signed in one or more counterparts, each of which will, without proof
or accounting for the other counterpart, be deemed an original Contract.
CONTRACTOR: DBF CONSTRUCTION, LLC
Signature:
Print natorv's Name: Mark Glannettl
Tide of Siwat ice President
ATTESTED:
Signature: L)
Nken A. PahN
City Clerk
Read and Approved as to Form, Language,
Legality, and Execution Thereof:
Signature:
City Attorney
CITY OF SOUTH MIAMI
Signature:
Shari Karnali
City Manager
EXHIBIT 5
CONSTRUCTION CONTRACT
GENERAL CONDITIONS
DEMOLITION OF BUILDING STRUCTURE ON 7435 SW 66 AVENUE
RFP #PR2020-23
ARTICLE I —DEFINITIONS
Whenever used in these General Conditions or in the other Contract Documents, the following terms have the
meaning indicated. These definitions always apply when the section of the Contract specifically refers to this
Article for the purpose of interpreting a word or group of words in that section of the Contract Document.
However, when the section of the Contract, where the word to be defined is used, does not specifically refers to
this Article to define the word or group of words, the definitions contained in this Article 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.
ARolication 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.
Bjc�; 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 Pro o� salsa 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.
QM 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.
CQX 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 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
!OJ �WNER's designated representative as identified in the Supplementary Conditions.
V•
QM 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.
D 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 act, event 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
permitted by the Contract Documents.
Drawings: The drawings which show the character and Scope of the Work to be performed and which have been
prepared or approved by 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.
Policy: 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.
M: 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.
Shoo 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 site of the 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, dudes 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 to an authorized representative of such individual, firm, or
corporation, or if delivered at or sent by registered mail to the last known business address. Unless otherwise
stated in writing, any notice to or demand upon 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 Did Securi /Performance and Payment Bond. if any are required by the applicable RFP:
2.3 Within ten (10) calendar days of being notified of the Award, CONTRACTOR 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 (I 007o) 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.
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 Re..Rresentation:
2.4 CONTRACTOR represents that it has familiarized itself with, and assumes full responsibility for having
familiarized itself with the nature and extent of the Contract Documents, Work, locality, and with all local
conditions and federal, state and local laws, ordinance, rules and regulations that may in any manner affect
performance of the Work, and represents that it has correlated its study and observations with the
requirements of the Contract Documents. CONTRACTOR also represents that it has studied all surveys
and investigations, reports of subsurface and latent physical conditions referred to in the specifications
and made such additional surveys and investigations as it deems necessary for the performance of the
Work reflected in the Contract Documents and that he has correlated the results of all such data with
the requirements of the Contract Documents.
Commencement of 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
Qualifications 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 acceptance of such 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
to be used in the performance of the Work.
ARTICLE 3&ORRELATION 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
1.
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".
3A 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 Manufacturers 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 CONSULTANT as set forth in Section 9.3 below.
3.11 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) Amendmentsfaddenda to Contract
(c) Supplementary Conditions, if any
(d) Contract with all Exhibits thereto
(e) General Conditions
(0 Written or figured dimensions
(g) Scaled dimensions
(h) Drawings of a larger scale
(i) Drawings of a smaller scale
0) Drawings and Specifications are to be considered complementary to each other
ARTICLE 4 —AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS
Availability of Land
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.
Differing Site 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.
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 S — 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).
6.1.1 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
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 before completion and acceptance of the Project. All such Work 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 under any 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 with CONTRACTOR.
Patent Pees 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, who may be affected thereby,
6.19.2 All the Work and all materials or equipment to be incorporated therein, whether in storage on or
off the site, and
6.19.3 Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements,
roadways, structures and utilities not designated for removal, relocation or replacement in the
course of construction.
6.20 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.
Emergencies:
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 entities 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, in writing, 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
progresses. Upon completion of the Work, and before acceptance of final payment for the 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 S. I 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.
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
Work, CONTRACTOR must present to CONSULTANT certificates, in triplicate, from the proper
authorities, stating that the Work has been done in accordance with their requirements.
6.36.1 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 PropeM Improvements:
6.38 Any existing surface or subsurface improvements, such as pavements, curbs, sidewalks, pipes or utilities,
footings, or structures (including portions thereof), trees and shrubbery, not indicated on the Drawings or noted
in the Specifications as being removed or altered 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 of Work, and must properly connect and coordinate its Work with theirs.
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.
ARTICLE 9 — CONSULTANTS' STATUS DURING CONSTRUCTION
Cty'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. I.1 CONSULTANT's 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 OWNER and CONSULTANT 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 01jantities:
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 1. 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.
.imitations 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.
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 any time 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 entities 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);
11.2.2 Method or manner of performance of the Work.
11.2.3 OWNER -furnished facilities, equipment, materials, services, or site; or
11.2.4 Acceleration in the performance of the Work.
11.3 Except as provided in this section, or sections referred to in this section, no order, statement, or conduct
of the City 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
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 final payment under this Contract.
11.7 The value of any Work covered by a Change Order or of any claim for an increase or decrease in the
Contract Price will be determined in one of the following ways:
11.7.1 By negotiated lump sum.
11.7.2 On the basis of the reasonable cost and savings that results from the change in the Work plus a
mutually agreed upon fee to 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:
11.8.1 Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the
Work described in the Change Order under schedules of job classifications agreed upon by City
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".
11.8.4 Rentals of all construction equipment and machinery, except hand tools, and the parts thereof
whether rented from CONTRACTOR or others in accordance with rental agreements
approved by City 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.
11.8.5 Sales, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed
by any governmental authority.
11.8.6 Payments and fees for permits and licenses. Costs for permits and licenses must be shown as a
separate item.
11.8.7 The cost of utilities, fuel and sanitary facilities at the site.
11.8.8 Minor expenses such as telegrams, long distance telephone calls, telephone service at the site,
expressage and similar petty cash items in connection with the Work.
11.8.9 Cost of premiums for additional Bonds and insurance required solely because of changes in the
Work, not to exceed two percent (21Y.) of the increase in the Cost of the Work.
11.9 The term "Cost of the Work" does NOT include any of the following:
1 I.9.1 Payroll costs and other compensation of CONTRACTOR'S officers, executives, principals (of
partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers,
agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR
whether at the site or in its principal or a branch office for general administration of the Work
and not specifically included in the schedule referred to in Subparagraph 11.5.
11.9.2 Expenses of CONTRACTOR'S principal and branch offices other than its office at the site.
11.9.3 Any part of CONTRACTOR'S capital expenses, including interest on CONTRACTOR'S capital
employed for the Work and charges against CONTRACTOR for delinquent payments.
11.9.4 Cost of premiums for all bonds and for all insurance policies whether or not CONTRACTOR is
required by the Contract Documents to purchase and maintain the same (except as otherwise
provided in Subparagraph 11.8.9).
11.9.5 Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or
indirectly employed by any of them or for whose acts any of them may be liable, including but not
limited to, the correction of defective work, disposal of materials or equipment wrongly supplied
and making good any damage to property.
l 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%).
11.11 The amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in
a net decrease in cost will be the amount of the actual net decrease in costs calculated in the same
manner as provided in 11.8. When both additions and credits are involved in any one change, the net 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 THE
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 under this Contract
12.4 The Contract Time may only be changed by a written Change Order. Any claim for an extension in the
CONTRACT TIME 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.
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
14.3 CONTRACTOR warrants and guarantees that tide to all Work, materials and equipment covered by an
Application for Payment whether the Work, material or equipment is incorporated in the Project or not,
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 I, 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 6.30,
14.6.7 of persistent failure to cooperate with other contractors on the Project and persistent failure to
carry out the Work in accordance with the Contract Documents,
14.6.8 of liquidated damages payable by CONTRACTOR, or
14.6.9 of any other violation of, or failure to comply with provisions of the Contract Documents.
14.7 Prior to Final Acceptance, 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 fled 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.
ARTIGL.E 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 Article 12.
CiV 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.
I SA 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
15.5 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,
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 CONSULTANT's 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 1 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 (S) 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 request from the public agency's custodian of public records,
provide the public agency with a copy of the requested records or allow the records to be inspected or
copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as
otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt
from public records disclosure requirements are not disclosed except as authorized by law for the
duration of the contract term and following completion of the contract if the contractor does not transfer
the records to the public agency: and (d) Upon completion of the contract, transfer, at no cost, to the
public agency all public records in possession of the contractor or keep and maintain public records
required by the public agency to perform the service. If the contractor transfers all public records to the
public agency upon completion of the contract, the contractor 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@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 managers 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 parry 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.
IN WITNESS WHEREOF, the parties hereto have executed the General Conditions to acknowledge
their inclusion as part of the Contract Documents on this 4th day of November , 2020,
ATTESTED:
Signature:
Nke4a A.
City Clerk
Read and Approved as to Form, Language,
Legality, and Execution Thereof:
Signature:
City Attorney
CONTRA R: D F CONSTRUCTION LLC
Signature:
Print Signatory's Name: Mark Glannettl
Title of Signatory: Vice President
OWNER: CITY PF SOUT IAMI/
Signature: ~`a e
Shari Kamali
City Manager
EXHIBIT 6
Supplementary Conditions
CONSTRUCTION CONTRACT
DEMOLITION OF BUILDING STRUCTURE ON 7435 SW 66 AVENUE
RFP #PR2020-23
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 Representatives name, address, telephone number and facsimile number
are as follows:
Consultant:
N/A
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 I. Attachments A & B 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 30 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.
I.
IN WITNESS WHEREOF, the parties hereto have executed the Supplementary Conditions to
acknowledge their inclusion as part of the Contract on this 41h day of November . 20 20,
CONTRACTOR: DBF CONSTRUCTION, LLC
Signature: � � ' A�In
Print Signatory'sName: Mark/GlBnnettl
Tide of Signatory: V'
ATTESTED: OWNER: CITY WOUI�Signature: Signature:
Nkenga Payne Shari Karnali
City Clerk 10 City Manager
Read and Approved as to Form, Language,
Legality, and Execution Thereof.
Signature:
Attorney
EXHIBIT I
ATTACHMENT A
DEMOLITION OF BUILDING STRUCTURE ON 7435 SW 66 AVENUE
RFP #PR2020-23
Scope of Services & Schedule of Values/Summary of Quantities
1. Scope of Work:
Scope of work involves the total demolition of existing one-story C.B.S. building
structure, including concrete covered area, pavers, private asphalt driveway, and
wooden observation platform / deck in the rear at 743S SW 66 Avenue, in South
Miami, FL 33143. Refer to the attached Boundary Survey, Exhibit 1, Attachment
B, "Boundary Survey." HOWEVER, THE SEPTIC TANK AND DRAIN
FIELD MUST BE LEFT INTACT AND MUST NOT BE DAMAGED.
Respondents are responsible for removal of all debris and clean out; fill,
level and grade ground to match surrounding conditions and installation of
new St. Augustine sod. Contractor is responsible for initial watering upon
installation of new sod only.
All work is to be done in accordance with requirements, guidelines and regulations
included in the State of Florida Building Code, the City of South Miami Land
Development Code and all applicable ordinances of Miami -Dade County and the City
of South Miami.
The work specified in this Request for Proposal (RFP) consistS of furnishing all goods,
materials, supplies and services to perform the work described in this RFP. The Work
is to be performed per specifications and the contract documents. This includes, but
is not limited to the furnishing all labor of Contractor and the labor of all allowable
subcontractors, and cost of disposal of materials as well as all necessary machinery,
tools, transportation, equipment rental and permits, to perform all of the Work
described in this RFP and which is necessary to provide a completed project that
meets all of the needs described in this Scope of Services.
Prior to any digging, Respondents must locate all underground utilities and other
facilities as well as contacting Sunshine 811 to coordinate the process between
excavators and member utilities in Florida so that they can mark the approximate
location of underground lines, pipes and cables on construction site.
Work covered under this contract shall also include and is not limited to maintenance
of traffic, and off -duty Police officer if required.
An asbestos survey is not available nor is an asbestos report required for
demolition of a single-family residence. The property is connected to a
septic tank system.
Permit fees are waived for permits required for this project issued directly by the City
of South Miami Building Department. Permit fees from other government entities, if
required, shall be the responsibility of the Respondent/Contractor however, in all
3 of 77
cases; it is the responsibility of Respondent/Contractor to secure any and all
permits that may be required for this project.
The work associated with this project should be reflected in the
Respondent's proposal and in Exhibit I, "Scope of Services, Attachments
A & B."
Work activity is limited to the hours from 7:00 a.m. through 6:00 p.m., on
weekdays from Monday through Friday.
11. Site Location:
The project location is a single-family home located at 7435 SW 66 Avenue, South
Miami, FL, 33143. Respondents are encouraged to visit the site prior to submitting
a proposal.
WHEN SUBMITTING THE BID PACKAGE, THE RESPONDENT IS TO
PROVIDE A LUMP SUM PRICE FOR ALL WORK, REFER TO EXHIBIT 3
RESPONDENTS BID FORM.
Ill. Project Duration:
The time required to complete to complete all work in this project of the project is
30 calendar days to final completion from issuance of Notice to Proceed.
NOTE: A Performance and Payment Bond is NOT required for the project.
END OF SECTION
37 of 77
EXHIBIT I
SCOPE OF SERVICES
ATTACHMENT B
DEMOLITION OF BUILDING STRUCTURE ON 7435 SW 66 AVENUE
RFP #PR2020-23
"BOUNDARY SUREVEY"
38 of 77
�/_R=350.00'
DELTA=019027'56"
T=-60.03'
t L=118.91'
� r i
i• �
\ CANAL /
TOP} OFBANK_`_
DGE or WATER
UTCROPPING ROCK
1/2" \
PIPE-
335) `I r
21
22
WOOD DECK
24 \
I
30
TREE
UNKNOWN
50'
60'
24"
31
TREE
UNKNOWN
50'
60
24"
32
SOUTARIE PALM
Ptychosperma elegans
25,
12'
4"
33
TREE
UNKNOWN
50'
60'
24"
34
SABAL PALM
Sabal mauritiiformis
12'
10'
10"
35
SABAL PALM
Saba) mauritiiformis
12'
10,
10"
36
COCONUT PALM
Cocos nucifera
25'
15'
24"
37
SABAL PALM
Sabal mauritiiformis
7'
7'
9"
38
COCONUT PALM
Cocos nucifera
25'
15'
24"
39
AUSTRALIAN PINE
Casuarina equisetifolia
8'
10"
40
TREE
UNKNOWN
25'
15'
18"
41
GAMBO LIMBO
Bursera simaruba
12'
13'
6"
42
SABAL PALM
Sabal mauritiiformis
20'
15'
6"
43
TREE
UNKNOWN
25'
20'
8"
44
ROYAL PALM
Roystonea
15'
15'
8"
45
TREE
UNKNOWN
15'
15'
10"
46
TREE
UNKNOWN
15'
15'
4"
LEGAL DESCRIPTION:
TRACT B, LUDLAM PARK ACCORDING TO THE PLAT THEREOF AS R
65, PAGE 55 OF THE PUBLIC RECORDS OF MIAMI-DADE COUNTY f
SURVEYOR'S NOTES:
DATE OF FIELD SURVEY:
PROPERTY INFORMATION
The date of completion of the original field Survey was on Januc
Address: 7435 SW 66 Avenue, South Miami, Florida 33143.
Containing 1,738.51 sq. ft. or 0.04 acres, more or less, by calcula-
Folio No.: 09-4036-050-0020
w^^IleA^%I.
The accuracy obtained by field measurement methods and offi
geometric figures meets and exceeds the Minimum Technical Si
Suburban Area (Linear: 1 foot in 7,500 feet) as defined in Rule 5J
Administrative Code.
EXHIBIT 2
DEMOLITION OF BUILDING STRUCTURE ON 743S SW 66 AVENUE
RFP #PR2020-23
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) must 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 may be issued or written by a surplus lines carrier unless authorized
in writing by the CITY and such authorization is at the CITY's sole and absolute discretion. The FIRM
must purchase insurance from and must 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 must 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 must further ensure that all of its Subcontractors maintain
appropriate levels of Worker's Compensation Insurance.
Commercial Comprehensive General LiabiliiV insurance with broad form endorsement, as well as
automobile liability, completed operations and products liability, contractual liability, severability of interest with
cross liability provision, and personal injury and property damage liability with limits of $1,000.000 combined single
limit per occurrence and $2,000,000 aggregate, including.
• Personal Injury: $1,000,000;
• Medical Insurance: $5,000 per person;
• Property Damage: $500,000 each occurrence;
Umbrella Commercial Comprehensive General Liability, insurance must 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 40 of 77
(c) Products and/or Completed Operations Hazard
(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 must
contain the same insurance provision as set forth in these insurance and indemnification requirements, other than
the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM where
applicable.
Fire and Extended Coverage Insurance (Builders' Risk), IF APPLICABLE:
A. In the event that this contract involves the construction of a structure, FIRM must 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 must 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 must be in the name of the CITY
and the CONTRACTOR, as their interest may appear, and must also cover the interests of all
Subcontractors performing Work.
B. All of the provisions set forth in the Miscellaneous section below 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
Is 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 must eliminate or reduce such deductible or the FIRM must procure a Bond, in a
form satisfactory to the CITY covering the same.
C. The policies must contain waiver of subrogation against CITY where applicable, must 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
must contain a "severability of interest" or "cross liability" clause without obligation for premium
payment of the CITY as well as contractual liability provision covering FIRM's duty to indemnify the City
as provided in this Agreement.
D. Before starting the Work, the FIRM must 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
must be rated A.VII or better per A.M. Best's Key Rating Guide, latest edition and authorized to issue
insurance in the State of Florida. All insurance policies must be written on forms approved by the State
of Florida and they must remain in full force and effect for the duration of the contract period with the
CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a "certified copy" of the
Policy (as defined in Article I of this document) which must include the declaration page and all required
endorsements. In addition, the FIRM must 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:
41 of 77
"The City of South Miami is an additional insured. The insurer must pay all sums that the City of
South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property
damage', or "personal and advertising injury" and it will provide to the City all of the coverage
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 must 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 must be delivered to the City by certified mail, with
proof of delivery to the City."
E, 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 must 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 becomes 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 must 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 may 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. FIRM 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 FIRM or
anyone acting through or on behalf of FIRM.
B. FIRM must 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 FIRM, 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 FIRM's obligations under this AGREEMENT.
C. FIRM must 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 FIRM, 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 FIRM's obligations under this AGREEMENT.
D. FIRM agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successors
and assigns are to 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 FIRM, its contractor/subcontractor or any of
their agents, representatives, employees, or assigns, or anyone acting through or on behalf of the them, and arising
out of or concerning the work or event that is occurring on the CITY's property. In reviewing, approving or
rejecting any submissions or acts of FIRM, CITY in no way assumes or shares responsibility or liability for the acts
or omissions of FIRM, its contractor/subcontractor or any of their agents, representatives, employees, or assigns,
or anyone acting through or on behalf of them.
E. FIRM 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 must apply and this
subparagraph must set forth the sole responsibility of the design professional concerning indemnification. Thus,
the design professional's obligations as to the City an4i%fapncies, as well as to its officers and employees, is to
indemnify and hold them harmless from liabilities, damages, losses, and costs, including, but not limited to,
reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful
conduct of the design professional and other persons employed or utilized by the design professional in the
performance of the contract.
END OF SECTION
43 of 77
EXHIBIT 3
DEMOLITION OF BUILDING STRUCTURE ON 743S SW 66 AVENUE
RFP #PR2020-23
RESPONDENTS
BID FORM
THIS PROPOSAL IS SUBMITTED TO:
Shari Kamali
City Manager
City of South Miami
6130 Sunset Drive
South Miami, FL 33143
SUBMITTED THIS 23rd DAY OF
PROPOSAL SUBMITTED BY.
DBF Construction, LLC
Company
Mark Giannetti
Name of Person Authorized to Submit Proposal
October
954-532-9869
20 20 .
Telephone Number
Aleiandra(&-dbf-construction.com
E-mail Address
1. 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.)
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: 10/15/2020
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) 0 such examinations, investigations, explorations, tests and studies in addition to or to
supplement those referred to in this paragraph which pertain to the subsurface or physical conditions
at the site or otherwise may affect the cost, progress, performance, or the furnishing of the Work at
the Contract Price, within the Contract Time and in accordance with the other terms and conditions
of the Contract Documents. The Respondent hereby acknowledges that no additional examinations,
investigations, explorations, tests, reportr¢iV ffimilar 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 assumes responsibility 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
MarfRCespondent 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, if any, 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:
LUMP SUM BASE PRICE: Eleven thousand dollars and zero cents
Alternates: #1 #2
A fee breakdown for each task included in the lump sum contract price, if applicable, must be provided.
Failure to provide this information will render the proposal non -responsive.
S. insert the following information for future communication with you concerning this Proposal:
RESPONDENT:
Address:
Telephone:
Facsimile:
DBF Construction, LLC
N/A
Contact Person Mark Ciannetti
ou
45 of 77
IF
m
DBF CONSTRUCTION U.0
CURRENT CONTRACTS
BROWARD COUNTY: FLL GREEN BELT PARK IRRIGATION MAIN EXTENSION
CONTRACT AMOUNT: $1,327,293.75
OWNER: BROWARD COUNTY
2019-2020
SCOPE OF WORK: CONSTRUCTION, FURNISHING AND INSTALLATION OF THE PROXIMATELY 6,000 LF OF 8" AND 4" IRRIGATION TRANSMISSION
SYSTEM. THE IRRIGATION MAIN INSTALLATION INCLUDES CROSSING UNDER THE FEC AND FDOT RIGHT-OF-WAY WITH TWO DIRECTIONAL DRILL
OPERATIONS AND TWO JACK AND BORE OPERATIONS. THE MAIN WILL ALSO BE INTERCONNECTED AT THE SEVEN LOCATIONS. UPGRDES MADE TO
THE EXISTING IRRIGATION PUMP LOCATED ATTHE NE POND AND ALSO THE INSTALLATION OF ANEW BOOSTER PUMP AT THE SOUTH GREENBELT
BUFFER PRIOR TO CONNECTION TO THE EXISTING SYSTEM. UPGRADE, PROGRAMING MAXICOM SYSTEM.
CITY OF GREENACRES
CONTRACTAMOUNT 276,76550
OWNER: CITY OF GREENACRES, LAKE WORTH DRAINAGE DISTRICT
2020
PERCENTAGE COMPLETE: 95%
SCOPE OF WORK: DREDGING CANALS, RE -SLOPPING OF CANAL EMBARKMENTS, DRAINAGE HEAD WALLS, RE -STRUCTURING, RE -SLOPPING,
DEMUCKING EXISTING CITY OF LAKE WORTH DRAINAGE CANALS,
CITY OF NORTH MIAMI
CONTRACT AMOUNT: $441,049.00
PROJECT: WATER MAIN IMPROVEMENT PROJECT- NW 8TH AVENUE
2020
SCOPE OF WORK: CONSTRUCTION OF A NEW 8-INCH DIAMETER C-900 WATER MAIN TO REPLACE THE EXISTING 64NCH ACP AND 2 INCH GALVANIZED
STEEL PIPES. RELOCATION OF WATER METERS FROM REAR OF THE PLOTS TO FRONT OF LOTS, THE ADDITION OF FIRE HYDRANTS AND RIGHT OF WAY
UTILITY EASEMENT RESTORATION.
CITY OF PLANTATION: GOLF ESTATES DRAINAGE IMPROVEMENTS
CONTRACT AMOUNT $3D8,012.00
SCOPE OF WORK: INCORPORATE THE REPLACEMENT OF EXISTING STORM DRAINAGE STRUCTURES AND PIPES LOCATED WITHIN CITY RIGHT-OF-WAY
THROUGHOUT THE NEIGHBORHOODS CAST IN PLACE PIPE TECHNOLOGY WILL ALSO BE USED FOR EXISTING 0UTFALL PIPES LOCATED IN DRAINAGE
EASEMENTS BETWEEN HOMES. A FEW EXISTING OUTFALL PIPES BETWEEN HOMES ARE UNDERSIZED AND WILL BE REPLACES WITH LARGER PIPES
UTILIZING PIPE BURSTING TECHNOLOGY.
e
D B F
CON-STRUCTION LLC
Mark Giannetti
Executive in Charge
Jake Watterworth �� Pablo C. RiaRo
Project Manager/Estimator Sr. Project Manager
Chris lacobelli
Superintendent
Fred Tingberg
Head of Engineering & OA/QC
Steph Campo
Office Manager
Alejandra Villatoro
Admin. Assistant
I
Manuel A. Gordillo Francisco Garcia Primitivo Hernandez
Main floe Foreman Main Line Foreman Service Crew Foreman
Spencer Mart
Safety Officer
Natalia Gonzalez
Admin. Assistant
0)
CM
0 B F
CONSTRUCTION LLC
Demolition Building Structure FIL
7435 SW 66t' '" Ave, South Miami, FL
Pablo C. Who
Sr. Project Manager
Chris lacobelli Spencer Mart
Superintendent Safety Officer
Manuel A. Gordillo Francisco Garcia
Main Line Foreman Main Line Foreman
Primitivo Hernandez
Service Crew Foreman
e
CHRISTOPHER
J. IACOBELLI
CHRIS@DBF-
CONSTRUCTION.COM
954-892-0678
EXPERIENCE
Equipment operator / Foreman / Superintendent I
Project Manager / Estimator
Dates From 1982 to 1990
lacobelli Contracting, Inc.
Medley, Florida
Performed multiple tasks on large diameter transmission mains for
Miami Dade Water & Sewer Authority
Tasks included:
- Planning laying schedules
Coordinating crews for installation, cleaning, joint welding,
testing, & restoration
Also oversaw all heavy equipment maintenance and repair
OWNER / PRESIDENT OF
COASTAL UTILITIES, INC.
COOPER CITY, FL.
Dates From 1990 - 1997
Completed approximately $30 million of Water Main, Sanitary
Sewer, & Storm Drainage Improvements in the Dade, Broward, Palm
Beach, & Monroe Counties
Project Manager / Estimator
Megan South, LLC
Davie, FI.
Dates From 1997 - 2001
Completed approximately $10 million of
Earthwork, Water Main, Sanitary Sewer, Storm Drainage, &
Roadway construction within Dade, Broward, Palm Beach, & Monroe
Counties
Part Owner / Estimator / Project Manager
GMI Contracting, Inc.
Davie, FI.
Dates From 2001 - 2012
Completed approximately $15 million of Earthwork, Water Main,
Sanitary Sewer, Storm Drainage, & Roadway Construction within
Dade, Broward, Palm Beach, & Monroe Counties.
Project Superintendent / Estimator
Charlie Frymyer Paving, Inc.
Davie, Fl.
Dates from 2012 — 2014
Completed:
3,500 LF Water Main
• 3,500 LF Force Main
1,200 LF of Poured in place concrete containment (30' wide x 4'
high within the Fort Lauderdale Airport Runway expansion and
US I Tunnel Project
Several thousand LF of Storm Drainage (15" up to 60" RCP)
within the Fort Lauderdale Airport Terminal 4 Improvements
Project Manager ! Estimator
TV Diversified, LLC
Lake Worth, FI.
Dates from 2014 — 2016
Completed approximately $6 million of Lift Station Rehabilitation,
Water Main Improvements, Sanitary Sewer Point Repairs, &
Treatment Plant Improvements
Project Superintendent
All County Paving, Inc.
Delray Beach, FI.
2
N
d
Dates from 2016 - 2018
Oversaw multiple crews and subcontractors on the Hard Rock
Stadium Site Improvements Project including Demolition, Water
Main, Storm Drainage, Sanitary Sewer, Textured Concrete, Brick
Pavers, Curb & Gutter, Parking Lot Reconstruction, Striping /
Signage, & Landscaping,
Also oversaw the scheduling, Inspection, material requirements,
equipment allocation, and manpower allocation for multiple Road
Building crews on a Neighborhood Improvement project in Davie, FI.
Project Manager and Field Superintendent
DBF Construction, LLC
Dates from 2018 — Current
Oversee multiple crews on several Water Main, Sanitary Sewer,
Storm Drainage, & Water Reuse projects
EDUCATION
DEGREE/DATE EARNED
School
Bachelor of Arts
Florida Atlantic University
1982
CM
It
Mark Giannetti / Vice President
1850 NW 151^ AVE., SUITE 225
0 B F
POMPANO BEACH, FLORIDAIDA 33069
Ph: 954-532-9869 Fax: 954-532-9897 C p 119T R U CT I O N LLC
Mark@dbfconst.comcastbiz.net
Mark Giannetti has over 25 years' construction experience as a project manager,
estimator, superintendent, foreman, and general partner, and owner in the underground
construction industry with governmental agencies in Florida.
EMPLOYMENT:
Giannetti Contracting Corp. 1994-2004
JC Fodale Group of Florida 2004- 2006
DBF Construction, LLC 2006- Present
RECENT PROJECTS:
Operator. Foreman. Director of Field Operations for
Underground Utilitv Crews
Superintendent
Vice President / Partner
City of Oakland Park Florida -Bid Pack 11 - 2017
Contract Amount: $2,037,595.35
• This project included the installation of 8" ductile water main, 18", 24", and 36" drainage and
french drain, complete road rehabilitation, 8" sewer main repairs, mill and overlay.
Palm Beach County, Florida - South County Phase 5 - 2018
Contract Amount: $2,065,681.87
This neighborhood infrastructure improvement project included the installation of approximately
12,000 LF of 6" water main, 1,000 LF of 8" water main, 4,000 LF of 12" water main, 8" aerial water
main crossing and approximately 285 water services.
City of Pompano Beach, Florida -Reuse System Phase 1- 2018
Contract Amount: $1,767,428.87
• This neighborhood infrastructure project included the installation of 9,000 FT of reclaimed water
main from 4" to 16" diameter, also included trench restoration and mill & overlay.
Town of Lantana, Florida -South Lake Drive Force main Replacement, South 131h Place Water Main
Replacement, Lantana Cove Stormwater Improvements - 2018
Contract Amount: $1,118,760.24
• This project included the installation of 6" PVC C900 (DR18) force main, 6" PVC C900 (DR18) water
main and drainage improvements, dewatering.
Monroe County, Florida -Tarpon Harbour- 2015
Contract Amount: $1,174,000.00
• This project included installation of sewer force main, high pressure fire main, water main,
drainage, gravity sewer, drainage outfall into the Gulf of Mexico, and vacuum sewer.
F1
City of Weston, Florida -Country Isles Water Service Replacement 2015
Contract $1,003,000.00.
This project consisted of various water service replacements including wet taps, taps on existing
main, open cut and/or directional drilling missile installation. Mill & overlay, striping and concrete.
City of Lighthouse Point, Florida - Frank McDonough Park - 2018
Contract Amount: $115,746.00
• Project included the installation of approximately 12,000 LF of 6" water main, 1,000 LF of 8" water
main, 4,000 LF of 12" water main, 8" aerial water main crossing and approximately 285 water
services.
Palm Beach County Water Utilities Department, Florida/ Giannetti Contracting Corp. - Belvedere
Homes Phase 2 - 2013
Contract Amount: $ 677,000.00
• This project consisted of labor only. Installation of 5,800 LF of 15" - 48" storm water. 16,000 LF of
water main 8" -12" diameter, 14,000 LF of 8" vacuum sewer, vacuum pits and laterals, water
services, roadway restoration, Swale grading.
City cf Hollywood, Florida / Giannetti Contracting Corp. - Water Main Program Phase I: Hollywood
Blvd. Fo Johnson St. from N 46m avenue to N 52nd ovenue - 2014
Contract Amount: $664,000
• This project consisted of labor only. Installation of 27,000 LF new water main and 605 water
services. Main line pipe sizes ranged from 6" to 12" in diameter.
City of Hollywood, Florida / Giannetti Contracting Corp. -Water Main Program Phase 1: Hollywood
Blvd. 'a Johnson St. from N 46m avenue to N 52nd avenue. - 2014
Contract Amount: $1,037,000.00
• This project consisted of labor only. Installation of labor only 27,000 LF of 4" - 12" water main
with 150 water services, cut, cap, and grout abandonment of existing water mains, asphalt
trench replacement, and asphalt overlay.
LICENSES AND CERTIFICATIONS:
• OSHA Qualified Person
L0
IZT
Pablo C. Riano
Sr. Project Manager
PabloR(@dbf-construction.com
WORK EXPERIENCE
July 2020 — Present
Sr. Project Manager
DBF Construction
• Planning, coordination, and management of construction activities associated with
various Public Works projects from preconstruction stage through final acceptance sage.
Which include, but are not limited to, construction of water distribution systems,
sanitary sewer collection and transmission systems, storm drainage systems, lift
stations, treatment plants, road improvements, landscape, and other incidentals.
• Preparation, correction, submittal, and updates of applications for payment, shop
drawings, schedules, requests for service, requests for information, requests for quotes,
notices of change conditions, notices for change in contract time, etc., for various
construction projects.
• Coordinates and reviews field work production following up with daily, weekly, and
monthly meetings with superintendents, inspectors, and other staff
• Investigates and helps in the resolution of claims and damages.
• Develops and maintains connections with clients, engineers, subcontractors, and
residents.
• Business development for operations in and outside of the U.S.
December 2018—June 2020
Director of Operations
Lanzo Construction Co., FL
• Directly and through subordinate engineering staff and utilities field personnel, as well
as in conjunction with other engineering consultants, plans, directs, supervises, and
coordinates the design and construction of municipal engineering projects.
C0
qf'
• Applied advanced project and construction management skills and considerable use of
independent judgment in planning and managing/reviewing projects that are design in-
house as well as projects that are developed by engineering consultants.
• Performed complex assignments requiring the exercise of considerable initiative and
independent judgment in assuring that activities meet high standards of service, are
performed with the maximum effective use of resources, and that work is accomplished
in accordance with accepted technical standards and in compliance with applicable
rules, regulations, and laws.
• In charge of overseeing all aspects of the day to day field operations regarding
equipment, manpower, materials, subcontractors, other resources, etc.
• Conducted weekly meetings with appropriate staff to update each project. Assessment
of moneys earned, work progress, future billings, and analyze budget breakdown,
original vs actual and gross profit difference. Review of change orders, as -built
drawings, upcoming work, and claims, among others.
• Reported directly to the Chief Operating Officer and Chief Executive Officer in all aspects
of the field operations.
June 2004 — November 2018
Sr. Project Manager
Lanzo Construction Co., FL
• Planning, coordination, and management of construction activities associated with
various Public Works projects from preconstruction stage through final acceptance sage.
Which include, but are not limited to, construction of water distribution systems,
sanitary sewer collection and transmission systems, storm drainage systems, lift
stations, treatment plants, road improvements, landscape, and other incidentals.
• Preparation, correction, submittal, and updates of applications for payment, shop
drawings, schedules, requests for service, requests for information, requests for quotes,
notices of change conditions, notices for change in contract time, etc., for various
construction projects.
• Coordinates and reviews field work production following up with daily, weekly, and
monthly meetings with superintendents, inspectors, and other staff
• Investigates and helps in the resolution of claims and damages.
• Develops and maintains connections with clients, engineers, subcontractors, and
residents.
9 Business development for operations in and outside of the U.S.
EDUCATION
2001— 2005 Florida International University Miami, FL
Bachelor of Science Degree, Civil & Environmental Engineering
1998 — 2001 Broward College
Associate of Arts Degree, Engineering
ENGINEERING SKILLS
• Excellent computer skills including MS Word, Excel, PowerPoint
• AutoCAD 2020
• P6
• Excellent oral and technical writing skills
• Excellent organizational skills
• Experience in leadership and teamwork
• Ability to provide a positive and productive working environment
• Fully bilingual (English & Spanish)
PROFESIONAL MEMBERSHIPS
• Florida Engineering Society/National Society of Professional Engineers
• American Society of Civil Engineers
CERTIFICATIONS
• Confined Space & Rescue Training
• Stormwater Erosion and Sedimentation Control
• FDOT Advanced Temporary Traffic Control
Ron DeSantis, Governor Halsey Beshears, Secretarya
dbpr
S•ti:� ubj
e "5
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
THE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THE
PROVISIONS OF CHAPTER 489, FLORIDA STATUTES
LYSSEN KO, ILIA V
DBF CONSTRUCTION LLC
3710 PARK CENTRAL BLVD N
POMPANO BRACH FL33064
LICENSE NUMBER: CUC1224328
EXPIRATION DATE: AUGUST 31, 2022
Always verify licenses online at MyFloridaLicense.com
Do not alter this document in any form.
This is your license. It is unlawful for anyone other than the licensee to use this document.
9
Ron DeSantis, Governor
STATE OF FLORIDA
Halsey Beshears, Secretary
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE
PROVISIONS OF CHAPTER 489, FLORIDA STATUTES
LYSSENKO, ILIA V
DBF CONSTRUCTION LLC
3710 PARK CENTRAL BLVD N
POMPANO BEACH FL 33064
LICENSE NUMBER: CGC1512467
EXPIRATION DATE: AUGUST 31, 2022
Always verify licenses online at MyRoricaLicense.com
Do not alter this document in any form.
This is your license. It is unlawful for anyone other than the licensee to use this document.
BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT
115 S. Andrews Ave., Rm. A-100, FL Lauderdale, FL 33301-1895 — 954-8314000
VAUD OCTOBER 1, 2020 THROUGH SEPTEMBER 30, 2021
Dme-DBF CONSTRUCTLON LLC
Business theme:
Owner Name: ILIA LYSSF.NxO
Business Location: 3710 PARK CENTRAL BLVD
POMPANO BEACH
Business Phone: 954-692-1697
Receipt#:130-258258
Business TYP @:GENERAL CONTRACTOR
CONTRACTOR)
Business Opened:30/09/2013
StatelCountyfCertfReg:CGC15124 67
Exemption Code:
Rooms Baeb Employees Machlnea Professlonals
8
Far V4WIpB BunnpF 8111r
Number of Mschinaa: Vending Type:
Ta Amours
I Trensbr Fee NSF Fee
Penalty
Nor Years CoNection Coal
Total Pald
27.00
0.00 0.00
0.00
0.DO 0.00
17.00
THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS
THIS BECOMES A TA). RECEIPT This tax is levied for the privilege of doing business within Bmward County and is
non -regulatory In nature. You must meet all County and/or Municipality planning
WHEN VALIDATED and zoning requirements. This Business Tax Receipt must be transferred when
the business is sold, business name has changed or you have moved the
business locator. This receipt does not indicate that the business is legal or that
it is in compliance with Stele or )owl laws and regulations.
Melling Address:
DBF CONSTRUCTION LLC
3710 PARK CENTRAL BOULEVARD
POMPANO BEACH, FL 33064
Raceip[ b20C-19-00001493
Paid 07/07/2020 27.00
P'.....mpano
.�.beach
Florida's Warmest Welcome
CITY OF POMPANO BEACH
BUSINESS TAX RECEIPT
FISCAL YEAR: 2020 - 2021
Business Tax Receipt Valid from: October 1, 2020 through September 30, 2021
4472527
DBF CONSTRUCTION LLC
3710 N PARK CENTRAL BL
POMPANO BEACH FL 33064
THIS IS NOT A BILL
9/21 /2020
THIS IS YOUR BUSINESS TAX RECEIPT. PLEASE POST IN A CONSPICUOUS PLACE AT THE BUSINESS LOCATION.
BUSINESS OWNER: DBF CONSTRUCTION LLC
BUSINESS LOCATION: 3710 N PARK CENTRAL BL POMPANO BEACH FL
RECEIPT NO: CLASSIFICATION
21-00102650 CONTRACTOR GENERAL (GC)
21-00102652 ENGINEERING CONSTRUCTION (1A-4C)
NOTICE: A NEW APPLICATON MUST BE FILED IF THE BUSINESS NAME, OWNERSHIP OR ADDRESS IS CHANGED. THE ISSUANCE OF A
BUSINESS TAX RECEIPT SHALL NOT BE DEEMED A WAIVER OF ANY PROVISION OF THE CITY CODE NOR SHALL THE ISSUANCE OF A
BUSINESS TAX RECEIPT BE CONSTRUED TO BE A JUDGEMENT OF THE CITY AS TO THE COMPETENCE OF THE APPLICANT TO TRANSACT
BUSINESS. THIS DOCUMENT CANNOT BE ALTERED.
BUSINESS TAX RECEIPTS EXPIRE SEPTEMBER 30TH OF EACH YEAR
N
to
State of Florida
Department of State
I certify from the records of this office that DBF CONSTRUCTION LLC is a
limited liability company organized under the laws of the State of Florida, filed
on July 3, 2013, effective July 3, 2013.
The document number of this limited liability company is L13000095337.
I further certify that said limited liability company has paid all fees due this
office through December 31, 2020, that its most recent annual report was filed
on January 8, 2020, and that its status is active.
Given tinder my hand and the
Great Seal of the State of Florida
at Tallahassee, the Capital, this
the Eighth day of January, 2020
&A&
Secretary of State
To authenticate this certiffcate,visit the following site,enter this number, and then
follow the instructions displayed.
h t tps:lls ervices. s u n b izo rgIFilingsICertirica teO fStatusICertif ica teAuth en tica tion