Loading...
Res No 078-21-15698RESOLUTION NO.: 078-21-15698 A Resolution authorizing the City Manager to execute a contract with Unitec, Inc. for construction services related to safety, security and other improvements at Marshall Williamson Park. WHEREAS, the City received a Community Development Block Grant (CDBG) award in the amount of $150,000 from Public Housing and Community Development (PHCD) of Miami Dade County. The City is responsible for a minimum contribution in the amount of $50,000; and WHEREAS, the grant agreement provides funding towards project design plans and capital construction services for general improvements related to preventative safety and security efforts at Marshall Williamson Park; and WHEREAS, by way of Resolution #108-20-15548 (attached), the City contracted with Stantec to develop and complete professional design construction plans for various safety and security improvements at Marshall Williamson Park; and WHEREAS, in summary, park improvements entail a new emergency call box for automatic connection to emergency response, multiple security cameras at the park, corrective tree pruning to improve visibility to and through the park, removal of diseased or dead trees (3), sidewalk repairs/improvements within the park, new tennis benches and dugout cover improvements, and a new 26 linear foot ADA sidewalk extension from the existing right-of-way walkway to tennis court area; and WHEREAS, through the Procurement Division, the City's Parks and Recreation Department submitted a Request for Proposal ("RFP") #PR2021-37 on Thursday, April 22, 2021 for professional construction services related to the subject capital improvement project; and WHEREAS, the City received one (1) response/proposal from Unitec, Inc ("Unitec"). Unitec has met the minimum requirements of the City's solicitation as well as the requirements from PHCD office; and WHEREAS, city staff recommends entering into a contract with Unitec Inc. based upon its previous work experience with the City, project bid price, and compliance with the terms of the RFP; and WHEREAS, the proposal/contract amount shall not to exceed $169,547.17. 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. Res. No. 078-21-15698 Section 2. The City Manager is hereby authorized to enter into an agreement with Unitec, Inc. in the amount not to exceed $169,547.17 for construction services related to safety and security improvements at Marshall Williamson Park. The total expenditure, which includes contingency funds for unforeseeable conditions, will be paid from the following accounts: • $91,654 from CDBG Marshall Williamson Park, account number 120-3313-572-6550, which has an available balance of $91,654. • $77,893.17 from Parks Capital Improvement, account number 301-2000-572-6450, which has a balance of $553,212 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 will not affect the validity of the remaining portions of this resolution. Section S. Effective Date. This resolution will become effective immediately upon adoption by vote of the City Commission. PASSED AND ADOPTED this 6th day of July' 2021. ATTEST: READ AND APPROVED AS TO FORM LANGUAGE�LITYAN EXECUT HEREOF Tjn RNEY 2 _ JIM •� j COMMISSION VOTE: 5-0 Mayor Philips: Yea Commissioner Corey: Yea Commissioner Harris: Yea Commissioner Liebman: Yea Commissioner Gil: Yea Agenda Rem No:8. City Commission Agenda Item Report Meeting Date: July 6, 2021 Submitted by: Quentin Pough Submitting Department: Parks & Recreation Item Type: Resolution Agenda Section: Subject: A Resolution authorizing the City Manager to execute a contract with Unitec, Inc. for construction services related to preventative safety and security improvements at Marshall Williamson Park. 3/5 (City Manager -Parks & Recreation Dept.) Suggested Action: Attachments: Memo-MWP Safety & Security Improvements(QP).docx Reso-M W P_Safety_Secu rity_I m prove me nts. docx CDBG Amendment l.pdf CDBG Executed Contract.pdf UNITEC Proposal Docs.PDF Construction Plans.pdf Tree Resource Eval for MWP.pdf Bid Tabulation RFP PR2021-37 6.3.21.pdf DEMAND STAR RFP PR2021-376.3.21.pdf RFP Advertisement.pdf CITY OF SOUTH MIAMI FFICE OF THE CITY MANAGER South Miami INTER -OFF CEMEMORANDUM THE CITY OF PLEASANT LIVING To: The Honorable Mayor & Members of the City Commission FROM: Shari Karnali, City Manager Via: Quentin Pough, Director of Parks & Recreation DATE: July 6, 2021 SUBJECT: A Resolution authorizing the City Manager to execute a contract with Unitec, Inc. for construction services related to preventative safety and security improvements at Marshall Williamson Park. BACKGROUND: The City received a Community Development Block Grant (CDBG) award in the amount of $150,000 from Public Housing and Community Development (PHCD) of Miami Dade County. The grant agreement provides funding towards project design plans and capital construction services for general improvements related to preventative safety and security efforts at Marshall Williamson Park. The City is responsible for a minimum contribution in the amount of $50,000. The agreement expires March 31, 2022, according to Amendment One (attached). By way of Resolution #108-20-15548 (attached), the City contracted Stantec to develop and complete professional design construction plans for various safety and security improvements at Marshall Williamson Park. In summary, park improvements entail a new emergency call box for automatic connection to emergency response, multiple security cameras at the park, corrective tree pruning to improve visibility to and through the park, removal of diseased or dead trees (3), sidewalk repairs/improvements within the park, new tennis benches and dugout cover improvements, and a new 26 linear foot ADA sidewalk extension from the existing right-of-way walkway to tennis court area. PROCUREMENT PROCESS: Through the Procurement Division, the City's Parks and Recreation Department submitted a Request for Proposal ("RFP") #PR2021-37 on Thursday, April 22, 2021 for construction services related to the subject capital improvement project. Similar to other government agencies, the City advertises and posts bid solicitations on its website, the Daily Business Review, and through Demand Star, which is a subscriber service that connects government 1 2 South Miami THE CITY OF PLEASANT LIVING VENDOR & EXPENSE: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER -OFFICE MEMORANDUM agencies with business suppliers. Although Demand Star results show that 774 vendor subscribers were notified and 22 vendors downloaded the bid documents, only one (1) response/proposal was received from Unitec, Inc ("Unitec"). Unitec has met the minimum requirements of the City's solicitation as well as the requirements from PHCD office. City staff recommends entering into a contract with Unitec Inc. based upon its previous work experience with the City, project bid price, and compliance with the terms of the RFP. Unitec, Inc. Proposal/contract amount shall not to exceed $169,547.17, which includes a 10% contingency for an unforeseen construction -related event(s). ACCOUNT(S): The total expenditure shall be charged to: • $91,654 from CDBG Marshall Williamson Park, account number 120-3313-572-6550, which has an available balance of $91,654. • $77,893.17 from Parks Capital Improvement, account number 301-2000-572-6450, which has a balance of $553,212 before this request was made. Items Amount CDBG Award Funding $150,000.00 City CIP Funding/Contribution $77,893.17 ROW Sidewalk Improvements - COMPLETED -$26,321.00 Stantec Design Services - COMPLETED -$32,025.00 Unitec Inc. Construction Services — PENDING APPROVAL -$169,547.17 Balance 0 ATTACHMENT(5): Resolution Stantec Resolution #108-20-15548 Amendment #1—CDBG Agreement Marshall Williamson Park CDBG Executed Agreement — Marshall Williamson Park Proposal — Unitec, Inc. Construction Plans Tree Resource Evaluation/Plans Bid Tabulation Report Demand Star RFP Advertisement 04 3 (a r '• Resclution Nwnber. Moe Awarded Arnow AJ50-0 - D" Nwnber: amum coao Asa KornProft AME ME T ONE TO THE FY 2018 COMMUNITY DEVELOPMENT BLOCK GRANT CONTRACT • BETWEEN MMIIIII-DADS COUNTY AND CITY OF SOUTH MIAMI This Amendment amends the FY 2018 Community Development Block Grant Contract between Miaml-Dade County, a political subdivision of the State of Florida, hereinafter referred to as the "County' and City of South Miami, hereinafter referred to as the "Awantee", executed on June 10*j 2018, (the " Cortitraer or "Agreement") is amended as follows: 1. Page 1, paragraph 8. Is amended to read as follow: NOW, therefore, in consideration of the mutual covenants recorded herein, the parties hereto agree as follows: EFFECTIVE TERM OF AGREEMENT: This Agmmnent shall begln on Qgker 1. 2018. This Agreement shall expire on March 31. 2022. Any extension granted will be contingent upon c ompiianc a with and in accordance with Resolutions No. R-183- 13 arWor R-232-14, as applicable and must be signed by the Mayor or Mayor's Designee to be valid. All other portions of paragraph 8 remain unchanged. 2. Attachment A-1 of the Contract Is replaced In its entirety and is hereby amended by Attachment A-1, which Is attached hereto and incorporated by reference. The effective date for this amendment Is SeMember 30. 2020. AN references in the Contract to the expiration date shall now read the expiration date of MR ?.02 This Amendment Is intended to extend the Contract, until Memo 31. ZOZZ. The Parties ratify and adopt all to provisions, duties and obligations of the Contract as if fully set forth herein. This Amendment and aU Re attachments are hereby made a part of the Contract. Excel for any changes enumerated above, all provisions of the contract shall remain in full farce and effect. Page 1 of 2 In of i• Lk, I'LL_ tie, A V. hr4*A. .. J XA*Vd p: f 12 1.4 ud FP IF 00 t r r W r M .► W r W Op r M r �.I V J W O, r W Lo r W a r W W r {♦1 IJ r W r r N r N .+ N r NF r r r W N 9 - €€# lie SO F $� � E 3 �► g cr A" 'R i fl *• MM S g R ` cc C 8 �xOr ii $ O � � � � ii � � f ♦ �XQr ; � � �S�r� � � y i, I-• A O L O O 118 S Q11 H OQO0lH S Ills, '9 S g 8 118 H •' » till g C CCC r. I., CC CC C as r �r '= a aN ,• a C !o C �C • o d"I _ , .�. � a \] T-9 1: jr EM O r V r V r V V V r V r V V., Ir r r V �.fitr V r _ r r M1 r Z/1 a a R QN3n A � r t 13 r. �11 W§ 1.1.11111 till 1. v v v o ., xx Resolution Number: R-814-18 Awarded Amount: 150 000 Duns Number: 24628976 CDBG 2018 FY 2018 COMMUNITY DEVELOPMENT BLOCK GRANT Non -Profit CONTRACT BETWEEN MIAMI-DADE COUNTY AND CITY OF SOUTH MIAMI This Agreement (hereinafter referred to as "Agreements or "Contract"), by and between Miami -Dade County, a political subdivision of the State of Florida, hereinafter referred to as "County" and City of South Miami, hereinafter referred to as "Awardee" and having offices at, 6130 Sunset Drive. South Miami FL 33143 and telephone number of (305) 668-2510 states conditions and covenants for the rendering of Community, Economic or Housing activities hereinafter referred to as "Activity or Activities" for the County through Its Public Housing and Community Developmenthereinafter referred to as "PHCD," and having its principal offices at 701 N.W. 1 Court, 14t' Floor, Miami, Florida 33136, collectively referred to as the "Parties." WHEREAS, the Home Rule Charter authorizes Miami -Dade County to provide for the uniform health and welfare of the residents throughout the County; and WHEREAS, the Community Development Block Grant (CDBG) Program was authorized by the Housing and Community Development Act of 1974, as amended, with the primary objective of promoting the development of viable urban communities; and WHEREAS, the Awardee provides it will develop activities of value to the County and has demonstrated an ability to provide these activities; and WHEREAS, the County is desirous of obtaining such activities of the Awardee, and the Awardee is desirous of providing such activities; and WHEREAS, the County has appropriated CDBG funds (plus any Program Income awarded by the Board of County Commissioners, which may be added to the Contract by Amendment) to the Activity Marshall Williamson Park CPTED Project. located at 6100 SW 6r Avenue South Miami FL33143. All CDBG funds, except those awarded to County Departments and municipaltles, are awarded in the form of a loan that is forsalvable if the national objective is met pursuant to the terms and conditions set forth herein, including but not limited to Section 11, W(2Xa)(1 )-(2); and WHEREAS, the Awardee shall carry out the Activities defined and set forth in Attachment A, `Scope of Services", in Miami -Dade County or the focus area(s) of the county. NOW, therefore, in consideration of the mutual covenants recorded herein, the parties hereto agree as follows: EFFECTIVE TERM OF AGREEMENT: This Agreement shall begin on October 1.2018. This Agreement shall expire on September 30, 2020. AMOUNT OF AGREEMENT: Subject to the availability of funds, the amount of funds which may be disburse, in accordance with this Agreement, may not exceed $160,000 DEFINITIONS PHCD Public Housing and Community Development or its successor Department: 24 CFR Part 570 — CDBG Federal regulations implementing Title I of the Housing and Regulations Community Development Act of 1974, as amended - Community Development Block Grant. Awardee Recipient of CDBG funds from Miami -Dade County. Page 1 N Community Development Corporation A local agency that is organized to meet community development needs with particular emphasis on the economic development, housing and revitalization needs of low- and moderate -income area residents and which is receptive to the needs expressed by the community. Local Having headquarters in Miami -Dade County or having a place of business located in Miami -Dade County from which the Contract or Subcontract will be performed. Low- and Moderate -Income A person or family whose annual income does not exceed 80% of the Individual or Family median income for the area, as determined by HUD with adjustments for smaller and larger families and with certain exceptions as provided In 24 CFR Part 570. Very Low Income Individual A person or family whose annual income does not exceed 50% of the or Family median income for the area, as determined by HUD with adjustments for smaller and larger families and with certain exceptions as provided in 24 CFR Part 570. Contract Records or Agreement Records Any and all books, records, documents, information, data, papers, letters, materials, electronic storage data and media whether written, printed, electronic or electrical, however collected, preserved, produced, developed, maintained, completed, received or compiled by or at the direction of the Awardee or any subcontractor In carrying out the duties and obligations required by the terns of this contract, Including but not limited to financial books and records, ledgers, drawings, maps, pamphlets, designs, electronic tapes, computer drives and diskettes or surveys. Effective Term The Effective Term of this Agreement is the duration of time listed of Agreement above as the "EFFECTIVE TERM OF AGREEMENT". Federal Award Any federal funds received by the Awardee from any source during the period of time In which the Awardee is performing the obligations set forth in this contract. OMB A-133 OMB A-133 shall mean as amended, replaced or supplemented from time to time. Property The real property as descibed by legal description in any loan documents executed between Awardee and the County and any real property of Awardee or Related or Affiliated Entities (as defined herein) acquired or improved upon with funds awarded pursuant to this Agreement or on which funds awarded pursuant to this Agreement are anticipated to be used. Policies and Procedures PHCD's Policies and Procedures Manual f/k/a Contract Compliance Manual Manual provided to Awardee and may be viewed and downloaded at http://www/miamidade.govlhousing/community-developmentasp Subcontractor or Any individual or firm hired on a contractual basis by the Awardee for Subcorisultant the purpose of performing work or functions cited on the Action Step Format (Attachment "Al) of this contract Subcontract Any contractual agreement between a Subcontractor and the Awardee. Page 2 M ll. THE AWARDEE AGREES: A. The Awardee shall cant' out the Activities defined and set forth in Attachment A, "Scope of Services," which is incorporated herein and attached hereto, in the County or the focus area(s) of the County. Awardee acknowledges and agrees that the purpose of CDBG funds is to benefit low and moderate -income persons. Therefore, Awardee shall carry out the Activities in such a manner as to satisfy a National Objective. B. Insurance Requirements Upon PHCD's notification, the Awardee shall fumish to the Department's Community and Housing Management Division (CHMD), 701 N.W. 1 Court, 14t' floor, Miami, Florida 33136, relevant certificate(s) of Insurance evidencing insurance coverage as detailed in Attachment B-1(H). The effective coverage start date of applicable insurances shall not be later than the date of the Agreement execution and shall be approved by Miami -Dade County's Internal Services Department prior to any reimbursement being processed. All certificates and Insurance updates must identify the names of the Awardee and the Activity being funded through this Agreement. The Awardee shall provide Builder's Risk Insurance and/or Flood Insurance (if applicable) upon the issuance of the Notice to Proceed with an effective date for coverage commencing on the Notice to Proceed date. Any changes to the required insurance policies, including coverage renewals, must be submitted to PHCD through a formal notice immediately upon occurrence throughout the Agreement period. If the Awardee fails to submit the required insurance documents in the manner prescribed in these requirements within sixty (60) calendar days after the Board of County Commissioners' approval, the Awardee shall be in default of the terms and conditions of the Agreement. C. Certificate of Continuity The Awardee shall be responsible for ensuring that the insurance certificates required in conjunction with this subsection remain in force for the duration of the Agreement period, including any and all option years, if applicable. In the case of construction and major rehabilitation activities, the Awardee must have the coverage cited in Attachment B-1(H) of this Agreement at the time that it begins construction on the project. If the insurance certificates are scheduled to expire during the Agreement period, the Awardee shall be responsible for submitting new or renewed insurance certificates to the County at a minimum of thirty (30) calendar days before such expiration. In the event that expiration certificates are not replaced with new or renewed certificates that cover the Agreement period, the County shall suspend the Agreement until the new or renewed certificates are received by the County in the manner prescribed In the requirements; provided, however, that this suspended period does not exceed thirty (30) calendar days. If such suspension exceeds thirty (30) calendar days, the County may, at its sole discretion, terminate the Agreement. Prior to execution of the Agreement by the County and commencement of the contracted services, the Awardee shall obtain all insurance required under this Section and submit same to. the County for approval. All insurance shall be maintained throughout the term of the Agreement. D. Indemnification The County shall not assume any liability for the acts, omissions to act or negligence of the Awardee, its agents, servants or employees; nor shall the Awardee exclude liability for its own acts, omissions to act, or negligence arising out of the Awardee's performance pursuant to this Agreement. The Awardee shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, which the County or Its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Awardee or its employees, agents, servants, partners principals or subcontractors. The Awardee shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. The Awardee expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Awardee shall in no way limit the responsibility to indemnify, keep and save harmless Page 3 and defend the County or its officers, employees, agents and instrumentalities as herein provided. Nothing herein is intended to serve as a waiver of sovereign immunity by the County nor shall anything herein be construed as consent by the County to be sued by third parties in any matter arising out of this Agreement. Nothing herein shall be construed to extend the County's liability beyond that provided in section 768.28, Florida Statutes. The provisions of this section survive the termination or expiration of this Agreement. For an Awardee which is a municipality, nothing herein shall be construed to extend the Awardee's liability beyond that provided in section 768.28, Florida Statutes. E. National Objective In accordance with 24 CFR Section 570.208 of the federal regulations, the Awardee shall be required to achieve the national objective of Benefit to Low and Moderate Income Persons or Households (LMQ. (See Attachment B-2). Awardee shall execute and deliver to the County, simultaneous with this Agreement, a Promissory Note committing to repay the funds provided by the County pursuant to this Agreement in the event that Awardee fails to meet the national objective. In the event the CDBG funds subject to this Agreement are to be used for the acquisition or improvement of real property, the Awardee shall also be required to give the County a mortgage or other sercurity instrument to be determined at the absolute and sole discretion of the County Mayor or Mayor's designee in order to secure the loan described in this Agreement. Title work and a title insurance policy, if so required in the absolute and sole discretion of the County Mayor or Mayor's designee in order to adequately secure the loan set forth herein, shall be paid for by Awardee. Awardee understands that the County may be liable to the United States Department of Housing and Urban Development ("HUD") for repayment of the federal funds loaned to Awardee pursuant to this Agreement in the event that HUD determines that Awardee has failed to meet the national objective. AWARDEE WAIVES ANY RIGHT TO OBJECT TO THE REPAYMENT OF FUNDS, PURSUANT TO THIS AGREEMENT AND/OR THE PROMISSORY NOTE, IN THE EVENT THAT HUD DETERMINES THAT THE AWARDEE HAS NOT MET THE NATIONAL OBJECTIVE. The County shall have all rights and remedies in law and equity to seek repayment of funds loaned to Awardee pursuant to this Agreement. F. Documents and Reporting Requirements The Awardee shall submit documents to PHCD or report on relevant information to PHCD as described below and provide any other documents in whatever form, manner, or frequency as prescribed by PHCD. These will be used for monitoring progress, performance, and compliance with this Agreement and for compliance with applicable County and Federal requirements. 1. Certificates of Insurance The original certificate, as set forth in Attachment B-1(H) to be received by PHCD within the first month of this Agreement period, and submitted with each payment request, including any renewals, prior to payments made by the County. The effective date of the coverage must coincide with the beginning date of this agreement. 2. Progress Reports a. The Awardee shall submit each quarter a status report using the form attached hereto as Attachment C, "Progress Report," as it may be revised by PHCD, which shall describe the progress made by the Awardee in achieving each of the Activities, objectives and action steps identified herein, including but not limited to Attachment A and Attachment A-1. The Awardee shall ensure that PHCD receives each report indicate (or as indicated) no later than 10 days after the quarter ends. The Awardee shall submit to PHCD a cumulative account of its activities under this agreement by completing the following portions of the Progress Report Form: Page 4 u7 T- Section I — General Information Section it - Financial Information: The Awardee must report expenditure information based on approved budgeted line items to reflect all costs incurred during the reporting period. In addition, the Awardee shall report on Program Income, depicting the twenty percent (20%) to be paid to the County quarterly as well as Awardee's usage of Program Income for each contracted activity. Section III - Status of Contracted Activities: The Awardee must report specific information regarding the status of the contracted activities, including accomplishments and/or delays encountered during the implementation of the project and an unduplicated count of clients served during the reporting period (if applicable) for each federally defined ethnic category. Awardees engaged in construction and/or housing rehabilitation projects shall report on the progress of their activities including the number of housing units completed and occupied by low -moderate and low income residents. The Awardee shall also report demographic information on each head of household. Each goal and corresponding objective(s), as indicated in the approved Scope of Services, must be addressed as part of this report. Awardees engaged in job creation projects shall report on the progress of their activities including the names of businesses assisted, the number of jobs created and the income qualification of individuals holding the jobs created. 50% and 70% Benchmark Reporting: At the time Awardee has been paid or otherwise received fifty percent (50%) and seventy percent (70%) of the Agreement Funds, Awardee must report -- on the next progress report due and submit documentation to show sufficient to show that Awardee has accomplished 50% and 70%, respectively, of the Activities described herein. For Awardees engaged in construction and/or housing rehabilitation projects, Awardees shall report on the progress of their activities including the number of housing units completed and occupied by low -moderate and low income residents. The Awardee shall also report demographic information on each head of household. Each goal and corresponding objective(s), as indicated in the approved Scope of Services, must be addressed as part of this report. Awardees engaged in job creation projects shall report on the progress of their activities including the names of businesses assisted, the number of jobs created and the income qualification of individuals holding the jobs created. In conjunction with the progress reports submitted, Awardee shall submit the Performance & Benefit Data Supplement (the 'Supplement") to the Quarterly Expenditure & Progress Report. The Supplement shall be considered a part of the progress reports due pursuant to this Agreement. Section IV - Contract and Subcontract Activity Report: Contract and Subcontract Activity Report (First and Third Quarter Progress Report) - The Awardee shall report to PHCD the number of business activities involving minority vendors, including subcontractors performing work under this Agreement. The "Contract and Subcontract Activity Report' Section in Attachment C, and when applicable Section 3 in the same Attachment shall be completed semiannually by the Awardee and submitted to PHCD no later than 10 days after the first and third quarter. Section V - Neighborhood Employment Opportunities: Neighborhood Employment Opportunities Report (First and Third Quam Progress Report) - The Awardee shall report to PHCD the number of target and service area residents who have received employment opportunities from federally financed and assisted projects and activities. 'J Page 5 �O The Neighborhood Employment Opportunities Report shall be submitted using the Progress Report Form attached hereto as a Section in Attachment C, as it may be revised. This section of the form shall be completed semiannually by the Awardee and submitted to PHCD no later than 10 days after the first and thins quarter. The Awardee shall submit to the County, in a timely manner, any other information deemed necessary by the County to show Awardee has performed its obligations set forth in this Agreement and to show U.S. HUD that Awardee has met the national objective, and its presentation shall comply with the format specified at the time of the request. Failure to submit the Progress Reports or other Information in a manner satisfactory to the County by the due date shall render the Awardee in noncompliance with this Agreement. The County may require the Awardee to forfeit its claim to payment requests or the County may invoke the termination provision in this Agreement by giving five (5) days written notice of such action to be taken. b. Quarterly Reporting when Subcontractors are Utilized Awardees are advised that when Subcontractors or Subconsultants are utilized to fulfill the terms and conditions of this Agreement, Miami -Dade County Resolution No. 1634-93 will apply to this Agreement. This resolution requires the Awardees to file quarterly reports as to the amount of Agreement monies received from the County and the amounts thereof that have been paid by the Awardee directly to Black, Hispanic and Women -Owned businesses performing part of the contract work. Additionally, the listed businesses are required to sign the reports, verifying their participation in the contract work and their receipt of such monies. For purposes of applicability, the requirements of this resolution shall be in addition to any other reporting requirements required by law, ordinance or administrative order. C. Unspecified Site(s) Objective - If the Awardee has not yet identified a location to cant' out any of the activities described in Attachment A, the Awardee shall submit, in triplicate, Progress Reports, using the form attached hereto as part of Attachment C, on a monthly basis until such time as the Awardee complies with the provisions contained within Section II, Paragraph FA. of this Agreement. Copies of the above described Progress Report shall be received by PHCD no later than the tenth.(10th) day of each month and shall address the progress undertaken by the Awardee during the previous month. This Progress Report shall not be required if the Awardee is submitting the Progress Reports required by Section 11, Paragraph F.2.a and Paragraph F.3. 3. Annual Report (Fourth Quarter Progress Report) and Final Report -The Awardee shall submit a cumulative status report (hereinafter referred to as "Annual Report") using the "Progress Report" specified in Section II, Paragraph F.2.a. above, which shall describe the progress made by the Awardee in achieving each of the National Objectives identified in Attachment A during the previous year. The "Annual Report" must cover the CDBG fiscal year beginning on January 1 and ending on December 31 and shall be received by PHCD no later than 10 days after the year ends. The Final Progress Report submitted by Awardee shall include a summary of services and accomplishments Awardee performed and achieved throughout the term of this Agreement and shall be accompanied by sufficient documentation to show Awardee has met the CDBG National Objective. For Activities where the National Objective is job creation, the Final Progress Report shall include documentation sufficient to prove to U.S. HUD that Awardee met the National Objective. Awardee shall report all Program Income earned during the year and shall pay to the County all Program Income earned unless directed expressly, in writing, to otherwise by the County. 4. Environmental Review - The Awardee immediately upon locating or determining a site for each of the 'Unspecified Site" activities to be carried out pursuant to this Agreement, shall Page 6 submit information detailing the location of each site for which a Site Environmental Conditions Statement will be prepared. The Environmental Review is to be prepared on information contained in Attachment D, "Information for Environmental Review Form." Notwrthstandina any orovision of this Agreement. the Parties hereto agree and acknowledge that this Agreement does not constitute a commitment of funds or site approval, and that such commitment of funds or approval may occur only upon satisfactory completion of environmental review and receipt by the County of a release of funds from the U.S. Department of Housing and Urban Development under 24 CFR Part 58. The parties further agree that the provision of any funds to the project is conditioned on the Counys determination to proceed with, modify or cancel the protect based on the results of a subsequent environmental review. 5. Audit Report - The Awardee shall submit to PHCD an annual audit report in triplicate as required by Section II, Paragraph L of this Agreement, as set forth below. The Awardee shall submit a written statement from its auditing firm to confirm that it has cleared any non- compliance issues stated in the audit, and a written statement from the Auditor that the audit complies with all applicable provisions of 24 CFR Part 84.26, Part 85.26 and OMB A-133, as may be amended from time to time, and 2 CFR Part 200. 6. Personnel Policies and Administrative Procedures - The Awardee shall submit detailed documents describing the Awardee's internal corporate or organizational structure, property management and procurement policies acid procedures, personnel management, accounting policies and procedures and policies and procedures governing the federally funded activity, etc. Such information shall be submitted to PHCD within 30 days of the execution of this Agreement. 7. Inventory Report - The Awardee shall report annually all nonexpendable personal and real property purchased with CDBG funds from this and previous agreements with the County as specified in Section II, Paragraph W of this Agreement. 8. Affirmative Action Plan - The Awardee shall report to PHCD information relative to the equality of employment opportunities whenever so requested by PHCD. 9. Disclosure of Related or Affiliated Parties - At the time of contract execution, or at any other time at the request of the County, Awardee shall disclose to the County all Related or Affiliated Parties. Related or Affiliated Parties shall mean persons, corporations, partnerships, or other business entities (a) which have a direct or indirect ownership interest in Awardee, (b) which hgyye, a parent or principal thereof which has a direct or indirect ownership interest in Awaiffee, (c) whose members appointed by Awardee, or (d) which the County deems in its sole discretion to be a Related or Affiliated Party of Awardee. The Awardee shall report this information to the County upon forming the relationship or, if already formed, shall report it immediately. Any supplemental information shall be reported quarterly in the required Progress Report. This provision shall be construed broadly to the benefit of the County. Non-compliance with these requirements will be considered a default, which may result in the immediate termination of the agreement, the recovery of the entire funding award, and the disqualification of funding through PHCD for a period of three years. 10. Reporting on financial Status, Bankruptcy Real Property, or Personal Property — Awardee shall notify the County in writing within ten (10) days of the occurrence of any of the following as to Awardee or any Related or Affiliated Parties: a. Any anticipated or pending lis pendens, foreclosure action, arrearage, default, late payment regarding any property of Awardee or Related or Affiliated Parties, including properties not related to this Agreement. Awardee shall also provide the County with a copy of all court filings, notices of default, arrearage or late payment, or any other documents relevant to the disclosures required herein. b. Any legal encumbrance on the Property not permitted in writing by the County. c. Any default or arrearage on any loan, Note or other debt or obligation for which the Property is security. Page 7 d. Any anticipated or pending bankruptcy, restructuring, dissolution, reorganization, appointment of a trustee or receiver. e. Any action, activity, facts, or circumstances that would materially impair performance by Awardee of all the terms and conditions of this Agreement. Failure to comply with these reporting requirements shall constitute a default and shall entitle the County to seek any and all remedies available at law, equity and pursuant to this Agreement. 11. Disclosure of Related or Affiliated General Contractor(s) or Subcontractor(s) - At the time of contract execution, or at any other time at the request of the County, Awardee shall disclose to the County all Related or Affiliated General Contractor(s) or Subcontractor(s). Related or Affiliated General Contractor(s) or Subcontractor(s) shall mean any person or entity hired by Awardee to perform any part of this Agreement and which shares an owner, shareholder, officer, partner, member, parent, or principal with Awardee. The Awardee shall report this information to the County at contract execution or upon forming the relationship, if after contract execution, any supplemental information shall be reported quarterly in the required Progress Report. This provision shall be construed broadly to the benefit of the County. Non-compliance with these requirements will be considered a default, which may result in the immediate termination of the agreement, the recovery of the entire funding award, and the disqualification of funding through PHCD for a period of three years. 12. Pursuant to the Miami -Dade Board of County Commissioners' Resolution No. R-34-15, the Awardee, its agents and/or representatives, shall provide written notice to the County related to the availability of rental opportunities, including, but not limited to, the number of available units, bedroom size, and rental prices of such rental units at the start of any leasing activity, and after issuance of certificate of occupancy. The Awardee, its agents and/or representatives shall also provide the County with the contact information for the Awardee, its, agents and/or representatives. G. Lobbying Prohibition 1. The Awardee shall certify that no federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal Agreement, the making of any federal grant, the making of any federal loan, the entering into of any cooperative Agreement, and the extension, continuation, renewal, amendment, or modification of any federal Agreement, grant, loan, or cooperative Agreement. 2. The Awardee shall disclose to PHCD if any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal Agreement, grant, loan, or cooperative Agreement, on a Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The Awardee shall ensure that the language in this Section II, Paragraph G.1. and G.2 be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and Agreements under grants, loans, and cooperative Agreements) and to ensure that all subrecipients shall certify and disclose accordingly in connection with this activity. Page 8 O� H. Federal, State, and County Laws and Regulations Rules, Regulations and Licensing Requirements 1. The Awardee shall comply with all laws, ordinances and regulations applicable to the services contemplated herein, especially those applicable to conflict of interest and collusion. Awardees are presumed to be familiar with all Federal, State and local laws, ordinances, codes, rules and regulations that may in any way affect the goods or services offered, especially Executive Order No.11246 entitled "Equal Employment Opportunity" and as amended by Executive Order No. 11375, as supplemented by the Department of Labor Regulations (41 CFR, Part 60), the Americans with Disabilities Act of 1990 and implementing regulations; the Rehabilitation Act of 1973, as amended, Chapter 553 of Florida Statutes and any and all other local, State and Federal directives, ordinances, rules, orders, and laws relating to people with disabilities. The Awardee will also comply with OMB A-122, OMB A-110, OMB A-21, OMB A-133, and with the applicable procedures specified in PHCD's - Policies and Procedures Manual found at http://wwwlmiamidade.gov/housing/community-development.asp, which are incorporated herein by reference, receipt of which is hereby acknowledged, and as they may be revised. 2. The Awardee agrees to abide by Chapter II -A, Code of Miami -Dade County ("County Code"), as amended, applicable to non-discrimination in employment, housing and public accommodation on the basis of race, color, religion, ancestry, national origin, sex, pregnancy, age, disability, marital status, familial status, gender identity, gender expression, sexual orientation, actual or perceived status as a victim of domestic violence, dating violence or stalking, or source of income, as amended; and applicable to non-discrimination in employment, housing and public accommodation; and 24 CFR 570.607. 3. Awardee shall comply with, and cause all subcontracts to require compliance with, Florida Statutes, the Miami -Dade County Code of Ordinances, and all applicable building codes, including the Miami -Dade County Building Code and any applicable municipal building code. Failure of Awardee or any subcontractor of Awardee to so comply with these requirements, which includes but is not limited to engaging in construction or repairs without proper building permits or unlicensed professionals engaging in work which requires a license, shall cause this Agreement to be voidable by the County at the County's absolute and sole discretion. In the event the County voids this Agreement for failure to comply with the requirements of this section, Awardee shall forfeit any right to payment pursuant to this Agreement, regardless of when Awardee's or the subcontractor's noncompliance becomes known to the County. 4. The Awardee shall comply with Section 504 of the Rehabilitation Act of 1973, as amended, which prohibits discrimination on the basis of handicap and requires a minimum number of units to be accessible to persons with disabilities; Title VI of the Civil Rights Act of 1964, as amended, which prohibits discrimination on the basis of race, color, or national origin; the Age Discrimination Act of 1975, as amended, which prohibits discrimination on the basis of age; Title VI I of the Civil Rights Act of 1968, as amended, and Executive Order 11063 which prohibits discrimination in housing on the basis of race, color, religion, sex, or national origin; Executive Order 11246, as amended which requires equal employment opportunity; and With the Energy Policy, amended and Conservation Act (Pub.L 94-163) which requires mandatory standards and policies relating to energy efficiency. The Awardee also agrees to comply with the Domestic Violence Leave codified as 11A-60 et seq. of the Miami -Dade County Code, which requires an employer, who in the regular course of business has fifty (50) or more employees working in Miami -Dade County for each working day during each of twenty (20) or more calendar work weeks to provide domestic violence leave to its employees. Failure to comply with this local law may be grounds for voiding or terminating this Agreement or for commencement of debarment proceedings against the Awardee. 5. If the amount payable to the Awardee pursuant to the terms of this Agreement is in excess of $100,000, the Awardee shall comply with all applicable standards, orders, or regulations, issued pursuant to Section 306 of the Clean Air Act of 1970 (42 U.S.C.A. Ch. 85) as amended; the Federal Water Pollution Control Act (33 U.S.C. 1251), as amended; Section 508 of the Clean Water Act (33 U.S.C. 1368); Environmental Protection Agency regulations; and Executive Order 11738. Page 9 0 N 6. Assurance of Compliance with Section 504 of the Rehabilitation Act - The Awardee shall report its compliance with Section 504 of the Rehabilitation Act whenever so requested by PHCD within the term of this Agreement or the Affordability Period. 7. Americans with Disabilities Act (ADA) of 1990 - The Awardee shall attest to; and submit the required Disability Non-discrimination Affidavit assuring compliance with all applicable requirements of the laws listed below including but not limited to, those provisions pertaining to employment, provisions and program services, transportation, communications, access to facilities, renovations, and new construction. 8. Affirmative Action/Non-Discrimination of Employment, Promotion and Procurement Practices (Ordinance #98-30) - All firms with annual gross revenues in excess of $5 million, seeking to contract with Miami -Dade County shall, as a condition of award, have a written Affirmative Action Plan and Procurement Policy on file with the Regulatory and Economic Resources Department. Said firms must also submit, as a part of their proposalsibids to be filed with the Cleric of the Board, an appropriately completed and signed Affirmative Action Plan/Procurement Policy Affidavit. Firms whose Boards of Directors are representative of the population make-up of the nation are exempt from this requirement and must submit, in writing, a detailed listing of their Boards of Directors, showing the race or ethnicity of each board member, to the County's Regulatory and Economic Resources Department. Firms claiming exemption must submit, as a part of their proposals/bids to be filed with the Cleric of the Board, an appropriately completed and signed Exemption Affidavit in accordance with Ordinance 98-30. These submittals shall be subject to periodic reviews to assure that the entities do not discriminate in their employment and procurement practices against minorities and women -owned businesses. It will be the responsibility of each firm to provide verification of their gross annual revenues to determine the requirement for compliance with the Ordinance. Those firms that do not exceed $5 million annual gross revenues must clearly state so in their bid/proposal. Any bidder/respondent which does not provide an affirmative action plan and procurement policy may not be recommended by the County Mayor for award by the Miami -Dade Board of County Commissioners. 9. Domestic Violence Leave Affidavit - Prior to entering into any contract with the County, a firm desiring to do business with the County shall, as a condition of award, certify that it is in compliance with the Domestic Leave Ordinance, 99-5 and Section 11A-60 of the Miami - Dade County Code. This Ordinance applies to employers that have, in the regular course of business, fifty (50) or more employees working in Miami Dade County for each working day during each of twenty (20) or more calendar work weeks in the current or preceding calendar year. In accordance with Resolution R-185-00, the obligation to provide domestic violence leave to employees shall be a contractual obligation. The County shall not enter into a contract with any firm that has not certified its compliance with the Domestic Leave Ordinance. Failure to comply with the requirements of Resolution R-185-00, as well as the Domestic Leave Ordinance may result in the contract being declared void, the contract being terminated and/or the firm being debarred. 10. Code of Business Ethics - In accordance with Section 2-8.1(1) of the Code of Miami -Dade County each person or entity that seeks to do business with Miami -Dade County shall adopt a Code of Business Ethics CCode") and shall submit an affidavit stating that the Awardee has adopted a Code that complies with the requirements of Section 2-8.1(i) of the Miami - Dade County Code (Form A-12). Section 2-11.1(d) of Miami -Dade County Code as amended by Ordinance 00-1, also requires any county employee or any member of the employee's immediate family who has a controlling financial interest, direct or indirect, with Miami -Dade County or any person or agency acting for Miami -Dade County from competing or applying for any such contract as it pertains to this solicitation, must first request a conflict of interest opinion from the County's Ethic Commission prior to their or their immediate family member's entering into any contract or transacting any business through a firm, corporation, partnership or business entity in which the employee or any member of the Page 10 T_ N employee's immediate family has a controlling financial interest, direct or indirect, with Miami -Dade County or any person or agency acting for Miami -Dade County and that any such contract, agreement or business engagement entered in violation of this subsection, as amended, shall render this Agreement voidable. For additional information, please contact the Ethics Commission hotline at (305) 579-9093. 11. Public Entity Crimes - Pursuant to Paragraph 2(a) of Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal for a contract to provide any goods or services to a public entity; may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals on leases of real property to a public entity; may not be awarded or perform work as a Awardee, supplier, subcontractor, or consultant under a contract with any public entity; and, may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 for Category TWO ($10,000) for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. The Awardee warrants and represents that it has not been placed on the convicted vendor list The Awardee agrees that should Miami -Dade County discover that the Awardee's representations regarding the list are false, this Agreement shall be terminated on the discretion of Miami -Dade County. Further, should the Awardee be placed on the list at any time during this Agreement Miami -Dade County shall have the right to terminate this agreement 12. Criminal Conviction - Pursuant to Miami -Dade County Ordinance No. 94-34, "Any individual who has been convicted of a felony during the past ten years and any corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten years shall disclose this information prior to entering into a contract with or receiving funding from the County.' Failure of the Awardee to disclose this information as required may lead to the termination of this agreement by Miami -Dade County. If Awardee, or any owner, subsidiary, or other firm affiliated with or related to the Awardee, is found by the responsible enforcement agency, the Courts or the County to be in violation of the Acts, the County will conduct no further business with Awardee. Any contract entered into based upon a false affidavit, as listed below, and submitted pursuant to this resolution shall be voidable by the County: 1. Miami -Dade County Vendor Affidavit Form 2. Criminal Record Affidavit 3. Public Entity Crime Affidavit 4. Related -Party Disclosure Information 5. Miami -Dade County Affidavit Regarding Delinquent and Currently Due Fees or Taxes 6. Affirmative Action Affidavits 7. Current on all County Contracts, Loans, and Other Obligations Affidavit 8. Financial and Conflicts of Interest Affidavit 9. Collusion Affidavit If any attesting firm violates any of the Acts below during the term of any contract such firm has with the County, such contract shall be voidable by the County, even if the attesting firm was not in violation at the time it submitted its affidavit. The applicable Acts are as follows: 1. The Americans with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 U.S.C. 12101-12213 and 47 U.S.C. Sections 225 and 611 including Title I, Employment; .Title 11, Public Services; Title III, Public Accommodations and Services Operated by Private Entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. The Rehabilitation Act of 1973, 29 U.S.C. Section 794; Page 11 N N 3. The Federal Transit Act, as amended 49 U.S.C. Section 1612;' 4. The Fair Housing Act as amended, 42 U.S.C. Section 3601-3631. In addition to the requirements in the Agreement, the Awardee agrees to comply with all the provisions of 24 CFR 570.502, 24 CFR 570.503, and 24 CFR Part 570,Subpart K (24 CFR 570.600 — 570.614), including the following: Public Law 88-352 and Public Law 90-284; affirmatively furthering fair housing; Executive Order 11063. Section 109 of the Housing and Community Development Act (24 CFR 6) Labor standards (24 CFR 570.603; 29 CFR Part 5). Environmental standards. National Flood Insurance Program. Uniformed Relocation Act. Employment and contracting opportunities. Lead -based paint regulations. Eligibility of contractors or sub recipients. Uniform administrative requirements and cost principles. Conflict of interest. Executive Order 12372. Eligibility of certain resident aliens. Architectural Barriers Act and the Americans with Disabilities Act. 13. CDBG-Related Requirements 1. National. Objective - Awardee must perform the Activities described herein in a manner in which Awardee meets the national objective of benefit to low- andmoderate-income persons. Awardee shall ensure and maintain documentation, acceptable to the County in its sole and absolute discretion, that conclusively demonstrates that each activity assisted in whole or in part with CDBG funds is an activity which provides benefit to low- and moderate -income persons, as defined in the CDBG Regulations. 2. The Awardee shall comply with all applicable provisions of 24 CFR Part 570 and shall carry out each activity in compliance with all applicable federal laws and regulations described therein. If the Awardee is a primarily religious entity, it shall comply with all provisions of 24 CFR 570.200 0). 3. The Awardee agrees to comply with (a) the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended (URA), and implementing regulations at 49 CFR Part 24 and 24 CFR 570.606(b): (b) the requirements of 24 CFR 570.606(c) governing the Residential Antidibolacement and Relocation Assistance plan under section 104(d) of the HCD Act; and (c) the requirements in 570.606(d) governing optional relocation policies. (The County may preemept the optional policies). The Awardee shall provide relocation assistance to persons (families, individuals, businesses, non-profit organizations and farms) that are displaced as a direct result of acquisition, rehabilitaion, demolition or conversion for a CDBG assisted project. The Awardee also agrees to comply with applicable County ordinances, resolutions and policies concerning the displacement of persons from their residences. 4. For each activity or portion of activity described in Attachment A hereto for which a location has not yet been identified, the Awardee shall obtain, immediately after a site is identified by the Awardee, PHCD's written environmental clearance statement and shall agree in writing to comply with any and all requirements as may be set forth in the Site Environmental Clearance Statement. 5. The Awardee shall cooperate with PHCD in informing the appropriate CDBG citizen participation structures, including the appropriate area committees, of the activities of the Awardee in adhering to the provisions of this Agreement. Representatives of the Awardee shall attend meetings of the appropriate Page 12 M N committees and citizen participation structures, upon the request of the citizen participation officers, PHCD, or the County. 6. The Awardee shall make a good faith effort to address the concerns of the residents of the affected area. The Awardee shall cooperate with PHCD in informing the appropriate CDBG citizen participation structures, including the appropriate area committees, of the activities of the Awardee in adhering to the provisions of this Agreement. Representatives of the Awardee shall attend meetings of the appropriate committees and citizen participation structures, upon the request of the citizen participation officers, PHCD, or the County. 7. For activities involving acquisition, rehabilitation and/or demolition of property and which require the relocation of families, individuals, businesses and/or industries, the Awardee shall submit a written notification to the Community Planning and Outreach Division of PHCD prior to relocating, evacuating, and/or dispersing any and all legal -occupants who reside at this property on the basis of a long or short term lease. When the legality of an occupant (individual, family, business, and/or industry) is in question, the Awardee shall contact the above mentioned unit prior to making a determination. Awardees receiving CDBG funds shall adhere to 24 CFR part 50 and/or part 58 and to the rules and regulations of the Uniform Relocation Assistance and Real Property Acquisition Act of 1970, as amended.The Awardee shall adopt Affirmative Marketing Procedures and requirements for CDBG assisted projects. These procedures must consist of actions to provide information and attract eligible persons from all racial, ethnic and gender groups to the available services. The Awardee shall annually assess its affirmative marketing program to determine if the procedures used to comply with the requirements specified in Public Law 88-352 and Public Law 90-284 successfully meet these requirements. The Awardee shall submit to PHCD its Affirmative Marketing Plan no later than 60 days from the date this Agreement is executed. 8. For Housing, Rehabilitation, and Construction activities all conditions in this section will apply throughout the regulatory period identified in the national objective. Throughout that period, the Awardee will be required to submit an annual report regarding their compliance with the national objective, and PHCD will have the right to monitor the activity. 9. In the event the CDBG funds subject to this Agreement are to be used for the acquisition or improvement of real property, the Awardee shall also be required to give the County a mortgage or other sercurity instrument to be determined at the absolute and sole discretion of the County Mayor or Mayor's designee in order to secure the loan described in this Agreement. 10. The Awardee shall comply with all applicable uniform administrative requirements as described in 24 CFR 570.502 11. For Special Economic Development projects, Awardee is reponsible for understanding 24 CFR 570.209, which describes HUD's underwriting and project anlaysis requirements. These requirements include, but are not limited to, the analysis of Awardee's financing gap or rate of return gap, project feasibility, and the reasonableness of costs and Awardee's or owner's equity return. Awardee agrees to defer to the County's analysis of the Activity as conducted in compliance with the CDBG Regulations, including but not limited to 24 CFR 570.209, including Appendix A, as well as OMB guidance on using federal funds. Awardee understands that in the event that the Activity fails the analysis conducted pursuant to 24 CFR 570.209, Awardee shall have the opportunity to renegotiate this Agreement by modifying the Activity to improve the Activity to the County's Page 13 14 N satisfaction or to terminate this Agreement with each party paying their own costs, fees and damages (as applicable). If Awardee is a municipality, the Awardee acknowledges that the County will perform an underwriting and project analysis to determine the financing gap or rate of return gap, project feasibility, and the reasonableness of costs and Awardee's or owner's equity return. Awardee agrees to defer to the County's analysis. Awardee shall have the opportunity to renegotiate this Agreement by modifying the Activity to improve the Activity to the County's satisfaction or to terminate this Agreement with each party paying its own costs and fees (as applicable). Conflicts with Applicable Laws . rl.'- If any provision of this Agreement conflicts with any applicable law or regulation including but not limited to, 24 CFR 570, only the conflicting provision shall be deemed by the parties hereto to be modified to be consistent with the law or regulation or to be deleted if modification is impossible. However, the obligations under this Agreement, as modified, shall continue and all other provisions of this Agreement shall remain in full force and effect. The County's determination on whether a provision conflicts shall be final and binding. J.. Board of Directors If the Awardee is a Community Development Corporation (CDC), PHCD shall have the option to appoint a representative to the Awardee's board of directors. This representative shall not be considered in the counting of a quorum and shall have no voting privileges. K. Construction If the Awardee engages in, procures, or makes loans for construction work, the Awardee shall: 1. Contact the PHCD representative noted in Section IV, Paragraph M of this Agreement, prior to taking any action, to schedule a meeting to receive compliance information. 2. Comply with the Awardee's procurement and pre -award requirements and procedures which, at a minimum, shall adhere to all applicable federal standards. 3. Comply with the Davis -Bacon Act; Copeland Anti -Kick Back Act (18 U.S.C. 874 et seq.); Contract Work Hours and Safety Standards Act (40 U.S.C. 327 Et Seq.); and Lead -Based Paint Poisoning Prevention Act as amended on September 15, 1999; and other related acts, as applicable. 4. Ensure that its contractors and subcontractors are classifying workers properly for Davis - Bacon and Internal Revenue Code purposes and that they maintain proper documentation to support worker classification. In reviewing certified payrolls, the County will be alert to anomalies, and in such cases will consult with federal agencies such as the Internal Revenue Service, the Department of Labor and the Department of Housing and Urban Development. 5. Ensure that all contractors and subcontractors submit all certiied payrolls as required by the Davis Bacon Act to PHCD through Elations software or any other method as required by PHCD. 6. Submit to PHCD for written approval all proposed Solicitation Notices, Invitations for Bids, and Requests for Proposals prior to publication. 7. Submit to PHCD all construction plans and specifications and receive PHCD's approval prior to implementation. Contact the PHCD representative noted in Section IV, Paragraph M, prior to scheduling a pre -construction conference. In accordance with industry standards, PHCD will hold ten percent (10%) of the total grant award as a retainer until the construction work is determined by PHCD, in its sole discretion, to be seventy-five percent (75%) completed, At the time that Page 14 N N the construction work is determined by PHCD to be seventy-five percent complete, the retainer will be reduced to 5% until the work is completed, Completion shall occur when a Certificate of Occupancy is issued. 8.Courit� shall have the right to insert itself as construction manager and assign professional Staff and Technical Assistance from the Public Housing and Community Development to assist the project if the County's staff determines that the Awarded has been unable to consistently achieve the work and units described within the time frames of the action step format of this agreement. Such involvement may result in a reduction of a maximum of 5% of the Agreement's award to cover the cost of the technical assistance. The Awardee shall cooperate and comply with all requests made by such staff. 9. Execute and record, at the County's request, any of the following documents in order to ensure the Property is used as defined and described in Attachment A of this Agreement: a. Promissory Note b. Mortgage C. Loan Agreement d. Restrictive Covenant e. Rental Regulatory Agreement f. Collateral Assignment of leases, rents and Contract Rights g. UCC-1 Rider h. Title Insurance Policy 10. Comply with County Resoltuion No. R-346-15, establishing that the Maximum Development Cost per Unit (as defined below) to construct, rehabilitate or acquire Affordable Housing with these funds shall be $225,000.00, except for construction of High -Rise projects for which the Maximum Development Cost per Unit shall be $250,000.00. "High -Rise" shall mean Affordable Housing structures which are seven or more stories in' height. This Maximum Development Cost per Unit shall apply to projects constructed, rehabilitated or acquired by the County or by private or public entities using County funds, including, but not limited to, Community Development Block Grant, Home Investment Partnership, State Housing Initiative Program, Documentary Surtax, Building Better Communities General Obligation Bond, or general revenue funds. The "Maximum Development Cost per Unit" means the Total Development Cost, as defined herein, looking at all funding sources and not just County funds, divided by the total number of units. For the purposes of determining the Maximum Development Cost per Unit on construction or rehabilitation projects, the "Total Development Cost=' shall mean the total cost of completing the entire project, from acquisition to the issuance of Certificate of Occupancy, including, but not limited to, the costs for design, planning, zoning, variances, financing costs, legal costs, construction, and permitting. For construction and rehabilitation projects, the cost of land acquisition shall be deducted from the Total Development Cost. In addition, construction costs associated with non -housing features included in a project or those not deemed by PHCD to be amenities expected of, typically provided with or appurtenant to affordable housing units, may be deducted from the Total Development Cost by the Mayor or Mayor's designee. 11. Awardee shall comply or provide the County with bonds sufficient for the County to comply with Florida Statutes, Section 255.05. 12. Art in Public Places: Developmenttconstruction projects on County land are subject to the Art in Public Places ("AIPP") provisions in Section 2.4.:15 of the Miami -Dade County Code, Administrative Order 3-11, and the Dade County Guide to AIPP. This includes all improvements that are built on County land under long-term leases or other long-term agreements, even if privately financed and privately owned during the term of the lease. The Awardee shall transmit 1.5% of all construction costs (as defined by the AIPP Program) to the Miami -Dade County Department of Cultural Affairs for the implementation of the AIPP program and the contract(s) with the artist(s) for the improvements to the Project shall be between the artist(s) and the AIPP Trust, and the contractor, as applicable, in accordance with the AIPP Program. The County will work collaboratively with the Awardee on the implementation of the AIPP program pursuant to the requirements of said program. This sum shall be included in the Awardee's Projected Hard Costs. Page 15 (O N L. Audits and Records 1. Nonprofit organizations that expend $750,000 or more annually in federal awards shall have a single or program specific audit conducted in accordance with OMB A-133. Nonprofit organizations expending federal awards of $750,000 or more under only one federal program may elect to have a program -specific audit performed, in accordance with OMB A- 133. Awardees who will be receiving, or who have received, federal awards for loans or loan guaranteed programs may be required to conduct audits of those programs in accordance with regulations of the federal agencies providing those guarantees or loans. 2. Nonprofit and for profit entities that expend less than $750,000 annually in federal awards shall be exempt from an audit conducted in accordance with OMB A-133, although their records must be available for review (e.g., inspections, evaluations). Such agencies that receive less than $750,000 in federal funds, but more than $25,000, in combined Federal awards must submit to the County annual compilation reports that describe their performance. To achieve uniformity regarding the reporting format, such documents must comply with the accounting industry standards by communicating an independent accountant's (1) expression of limited assurance on FINANCIAL STATEMENTS as a result of performing inquiry and analytic procedures (Review Report); (2) results of procedures performed (Agreed -Upon Procedures Report); (3) non -expression of opinion or any form of assurance on a presentation in the form of financial statements information that is the representation of management (Compilation Report); or (4) an opinion on an assertion made by management in accordance with the Statements on Standards for Attestation Engagements (Attestation Report). For nonprofit entities receiving less than $25,000 in federal funds, the agency must submit their annual IRS Form 990. 3. When the requirements of OMB A-133 apply, an audit shall be conducted for each fiscal year for which federal awards attributable to this Agreement have been received by the Awardee. Each audit shall include a fiscal review, which includes a validation of all program generated income and its disposition, especially attributable to CDBG funds, an internal control review, and a compliance review as described in OMB A-133. A copy of the audit report in triplicate must be received by PHCD no later than six mo"lths following the end of the Awardee's fiscal year. 4. If an audit is required by Paragraph L of this Agreement, but the requirements of OMB A- 133 do not apply the Awardee may choose to have an audit performed either on the basis of the Awardee's fiscal year or on the basis of the period during which PHCD-federal assistance has been received. In either case, each audit shall cover a time period of not more than twelve (12) months and an audit shall be submitted covering each assisted period until all the assistance received from this Agreement has been reported on. Each audit shall adhere to all other audit standards of OMB A-133, as these may be limited to cover only those services undertaken pursuant to the terms of this Agreement. A copy of the audit report in triplicate must be received by PHCD no later than six months following each audit period 5. The Awardee shall maintain all Contract Records in accordance with generally accepted accounting principles, procedures, and practices which shall sufficiently and properly reflect all revenues and expenditures of funds provided directly or indirectly by the County pursuant to the terns of this Agreement. 6. The Awardee shall maintain all Contract Records that document all actions undertaken to accomplish the "Scope of Services" outlined in Attachment A in this Agreement and in accordance with 24 CFR 570.506; 570.503. 7. The Awardee shall ensure that the Contract Records shall be at all times subject to and available for full access and review, inspection, or audit by County and federal personnel and any other personnel duly authorized by the County. 8.. The Awardee shall include in all PHCD approved subcontracts used to engage subcontractors to carry out any eligible substantive programmatic services, as such services Page 16 ti N are described in this Agreement and defined by PHCD, each of the record -keeping and audit requirements detailed in this Agreement. PHCD shall, in its sole discretion, determine when services are eligible substantive programmatic services and subject to the audit and record -keeping requirements described above. 9. The County reserves the right to require the Awardee to submit to an audit by Audit and Management Services or other auditor of the County's choosing at the Awardee's expense. The Awardee shall provide access to all of its records, which relate directly or indirectly to this Agreement at its place of business during regular business hours. The Awardee shall retain all records pertaining to this Agreement and upon request make them available to the County for four years following expiration of the Agreement. The Awardee agrees to provide such assistance as may be necessary to facilitate the review or audit by the County to ensure compliance with applicable accounting and financial standards. 10. The Awardee shall ensure that its auditors share their audit results with and must submit the audit report to PHCD within six months after the conclusion of the audit period. 11. Pursuant to County Ordinance No. 03-2, the Awardee will grant access to the Commission Auditor to all financial and performance related records, property, and equipment purchased in whole or in part with government funds. The Award6d agrees to maintain an accounting system that provides accounting records that are supported with adequate documentation, and adequate procedures for determining the allow ability and allocability of costs. M. Protected Records and Documents Any person or entity that performs or assists Miami -Dade County with a function or activity involving the use or disclosure of "Individually Identifiable Health Information (IIHI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the Miami -Dade County Privacy Standards Administrative Order. HIPAA mandates privacy, security and electronic transfer standards including but not limited to: 1. Use of information only for performing services required by the Agreement or as required by law; 2. Use of appropriate safeguards to prevent non -permitted disclosures; 3. Reporting to Miami -Dade County of any non -permitted use or disclosure; 4. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Contractor and reasonable assurances that IIHI/PHI will be held confidential; 5. Making Protected Health Information (PHI) available to the customer, 6. Making PHI available to the customer for review and amendment, and incorporating any amendments requested by the customer; 7. Making PHI available to Miami -Dade County for an accounting of disclosures; and 8. Making internal practices, books and records related to PHI available to Miami - Dade County for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Contractor must give its customers written notice of its privacy information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. N. Retention of Records 1. The Awardee shall retain all Contract Records for a period of at least seven (7) years following the final Close -Out of the Activity/Project (hereinafter referred to as "Retention Period") subject to the limitations set forth below. The final Close -Out of the Activity/Project Page 17 00 N is the date when PHCD provides written notification of such. Under no circumstances shall Awardee dispose of any Contract Records prior to Awardee providing the County sufficient documentation to show that the HOME Regulations were fully complied with in Awardee's performance of "its obligations under this Agreement and has received confirmation from PHCD that the Activity/Project has been finally Closed -Out in the U.S. HUD IDIS system. Upon Awardee's request in writing for confirmation of said final Close -Out, PHCD shall provide Awardee in writing either confirmation of final Close -Out or a list of documentation required in order to proceed toward final Close -Out. 2. If the County or the Awardee have received or given notice of any kind indicating. any threatened or pending litigation, claim or audit arising out of the services provided pursuant to the terms of this Agreement, the Retention Period shall -be extended until such time as the threatened or pending litigation, claim or audit is, in the sole and absolute discretion of PHCD, fully, completely and finally resolved. 3. The Awardee shall allow the County, federal personnel, or any person authorized by the County full access to and the right to examine any of the Agreement records during the required Retention Period. 4. The Awardee shall notify PHCD in writing, both during the pendency of this Agreement and after its expiration as part of the final closeout procedure, of the address where all Agreement records will be retained. 5. The Awardee shall obtain written approval of PHCD prior to disposing of any Agreement records within one year after expiration of the Retention Period. O. Provision of Rep gfds and Proprietary Rights and Information The Awardee shall provide to PHCD, upon request, all Agreement records. These records shall become the property of PHCD without restriction, reservation, or limitation of their use. PHCD shall have unlimited rights to all books, articles, or other copyrightable materials developed for the purpose of this Agreement. These unlimited rights shall include the rights to royalty -fees; nonexclusive, and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, the information for public purposes. 2. If the Awardee receives funds from, or is under regulatory control of, other governmental agencies, and those agencies issue monitoring reports, regulatory examinations, or other similar reports, the Awardee shall provide a copy of each report and any follow-up communications and reports to PHCD immediately upon such issuance unless such disclosure is a violation of the rules or policies of the regulatory agencies issuing the reports. 3. Proprietary Information As a political subdivision of the State of Florida, Miami -Dade County is subject to the stipulations of Florida's Public Records Law. The Awardee acknowledges that all computer software in the County's possession may constitute or contain information or materials which the County has agreed to protect as proprietary information from disclosure or unauthorized use and may also constitute or contain information or materials which the County has developed at its own expense, the disclosure of which could harm the County's proprietary interest therein. During the term of the Agreement, the Awardee will not use directly or indirectly for itself or for others, or publish or disclose to any third party, or remove from the County's property, any computer programs, data compilations, or other software which the County has developed, has used or is using, is holding for use, or which are otherwise in the possession of the County (hereinafter "Computer Software"). All thirdVh ty license agreements must also be honored by the Awardees and their employees, except as authorized by the County and, if the Computer Software has been leased or purchased by the County, all hired party license agreements must also be honored by the Awardees' employees with the approval of the lessor or Awardees thereof. This includes mainframe, minis, telecommunications, personal computers and any and all information technology software. Page 18 0 N The Awardee will report to the County any information discovered or which is disclosed to the Awardee which may relate to the improper use, publication, disclosure or removal from the County's property of any information technology software and hardware. and will take such steps as are within the Awardee's authority to prevent improper use, disclosure or ;Woval. 4. Proprietary Rights a) The Awardee hereby acknowledges and agrees that the County retains all rights, title and interests in and to all materials, data, documentation and copies thereof furnished by the County to the Awardee hereunder or furnished by the Awardee to the County and/or created by the Awardee for delivery to the County, even if unfinished or in process, as a result of the Services the Awardee performs in connection with this Agreement, including all copyright and other proprietary rights therein, which the Awardee as well as its employees, agents, subcontractors and suppliers may use only in connection of the performance of Services under this Agreement. The Awardee shall not, without the prior written consent of the County, use such documentation on any other project in which the Awardee or its employees, agents, subcontractors or suppliers are or may become engaged. Submission or distribution by the Awardee to meet official regulatory requirements or for other purposes in connection with the performance of Services under this Agreement shall not be construed as publication in derogation of the County's copyrights or other proprietary rights. b) All rights, title and interest in and to certain inventions, ideas, designs and methods, specifications and other documentation related thereto developed by the Awardee and its subcontractors specifically for the County, hereinafter referred to as "Developed Works" shall become the property of the County. c) Accordingly, neither the. Awardee nor its employees; agents, subcontractors or suppliers shall have any proprietary interest in such Developed Works. The Developed Works may not be utilized, reproduced or distributed by or on behalf of the Awardee, or any employee, agent, subcontractor or supplier thereof, without the prior written consent of the County, except as required for the Awardee's performance hereunder. d) Except as otherwise provided in subsections a, b, and c above, or elsewhere herein, the Awardee and its subcontractors and suppliers hereunder shall retain all proprietary rights in and to all Licensed Software provided hereunder, that have not been customized to satisfy the performance criteria set forth in the Scope of Services. Notwithstanding the foregoing, the Awardee hereby grants; and shall require that its subcontractors and suppliers grant, if the County so desires, a perpetual, irrevocable and unrestricted right and license to use, duplicate, disclose and/or permit any'other person(s) or entity(ies) to use all such Licensed Software and the associated specifications, technical data and other Documentation for the operations of the County or entities controlling, controlled by, under common control with, or affiliated with the County, or organizations which may hereafter be formed by or become affiliated with the County. Such license specifically includes, but is not limited to, the right of the County to use and/or disclose, in whole or in part, the technical documentation and Licensed Software, including source code provided hereunder, to any person or entity outside the County for such person's or entity's use in furnishing any and/or all of the Deliverables provided hereunder exclusively for the County or entities controlling, controlled by, under common control with, or affiliated with the County, or organizations which may hereafter be formed by or become affiliated with the County. No such License Software, specifications, data, documentation or related information shall be deemed to have been given in confidence and any statement or legend to the contrary shall be void and of no effect. Page 19 O M 5. Public Records Law a. Awardee acknowledges that the County is subject to Chapter 119 of the Florida Statutes, known as the "Public Records Law". As such, items considered to be public records under the Public Records Law related to this Agreement shall be disclosed by the County upon a public records request in accordance with law. b. IF THE AWARDEE HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE AWARDEE'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE PHCD CUSTODIAN OF PUBLIC RECORDS AT 786- 469-4232, Jacqueline.Dana@miamidade.gov, 701 NW 1st Court, 16th Floor, Miami, FL 33136. C. Many agencies contracting for CDBG funds are not considered "contractors" as defined in Florida Statutes, Section 119.0701. However, where Awardee is a "contractor," as defined in Florida Statutes, Section 119.0701, meaning that Awardee has entered into a contract for services with the County and is acting on behalf of the County as provided under Florida Statutes, Section 119.011(2), the following shall apply: d. Contractor shall comply with the Florida public records law, specifically to: Keep and maintain public records required by the County to perform the service. ii. Upon request from the County's custodian of public records, provide the County 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. iii. 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 County. iv. Upon completion of the Agreement, transfer, at no cost, to the County all public records in possession of the contractor or keep and maintain public records required by the County to perform the service. If the contractor transfers all public records to the County upon completion of the Agreement, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the Agreement, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County's custodian of public records, in a format that is compatible with the information technology systems of the County. e. A request to inspector copy public records relating to this Agreement for services must be made directly to the County. If the County does not possess the requested records, the County shall immediately notify the contractor of the request, and the contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If a contractor does not comply with the County's request for records, the County shall enforce these requirements in accordance with the Agreement. ii. A contractor who fails to provide the public records to the County within a reasonable time may be subject to penalties under Florida Statutes, Section 119.10. f. The contractor shall be liable in any civil action brought due to contractor's violation of Florida's public records laws, and shall indemnify the County as described in this Agreement. Page 20 T" cM P. Audits and Inspectors General Nothing in this Agreement shall impair any independent right of the County to conduct audit or investigate activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the County by the Awardee or third parties.The provisions in this section shall apply to the Awardee, its officers, agents, employees, subcontractors, suppliers and Related or Affiliated Parties. The Awardee shall incorporate the provisions in this section in all subcontracts and all other Agreements executed by the Awardee in connection with the performance of the Agreement. Miami -Dade County Inspectors General Review According to Section 2-1076 of the Code of Miami -Dade County, as amended, Miami -Dade County has established the Office of the Inspector General which may, on a random basis;-perfbim audits on all County contracts, throughout the duration of said contracts, except as otherwise provided below. The cost of the audit of any Contract shall be one quarter (1/4) of one (1) percent of the total contract amount which cost shall be included in the total proposed amount. The audit cost will be deducted by the County from progress payments to the selected Awardee. The audit cost shall also be included in all change orders and all contract renewals and extensions. Exception: The above application of one quarter (1/4) of one percent fee assessment shall not apply to the following contracts: (a) IPSIG contracts; (b) contracts for legal services; (c) contracts for financial advisory services; (d) auditing contracts; (e) facility rentals and lease agreements; (f) concessions and other rental agreements; (g) Insurance contracts; (h) revenue -generating contracts; (1) contracts where an IPSIG is assigned at the time the contract is approved by the Commission; 0) professional service agreements under $1,000; (k) management agreements; (1) small purchase orders as defined in Miami -Dade County Administrative Order 3-2; (m) federal, state and local government -funded grants; and (n) interlocal agreements. Notwithstanding the foregoing, the Miami - Dade County Board of County Commissioners may authorize the Inclusion of the fee assessment of one quarter (1/4) of one percent in any exempted contract at the time of award. Awardee consents to the powers of the Inspector General. The Miami -Dade County Inspector General is authorized and empowered to review past, present and proposed County contracts, transactions, accounts, records and programs. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of records and monitor existing projects and programs. Monitoring of an existing project or program may include a report concerning whether the project is on time, within budget and in compliance with plans, specifications and applicable law. Upon ten (10) days priorwritten notice to the Awardee from the Inspector General or IPSIG retained by the Inspector General, the Awardee shall make all requested records and documents available to the Inspector General or IPSIG for inspection and copying. The Inspector General and IPSIG shall have the right to inspect and copy all documents and records in the Awardee's possession, custody or control which, in the Inspector General or IPSIG's sole judgment, pertain to performance of the Agreement, including, but not limited to original estimate files, worksheets, proposals and Agreements from and with successful and unsuccessful subcontractors and suppliers, all project - related correspondence, memoranda, instructions, financial documents, construction documents, proposal and Agreement documents, back -charge documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records, and supporting documentation for the aforesaid documents and records. Independent Private Sector Inspector General Reviews Pursuant to Miami -Dade County Administrative Order 3-20, the Awardee is aware that the County has the right to retain the services of an Independent Private Sector Inspector General (hereinafter "IPSIG"), whenever the County deems it appropriate to do so. Upon written notice from the County, the Awardee shall make available to the IPSIG retained by the County, all requested records and documentation pertaining to this Agreement for inspection and reproduction. The County shall be responsible for the payment of these IPSIG services, and under no circumstance shall the Awardee's prices and any changes thereto approved by the County, be inclusive of any charges relating to these IPSIG services. The terms of this provision herein, apply to the Awardee, its officers, agents, employees, subcontractors and assignees. Nothing contained in this provision shall impair any independent right of the County to conduct an audit or investigate the operations, activities and Page 21 N M performance of the Awardee in connection with this Agreement. The terms of this Article shall not impose any liability on the County by the Awardee or any third party. Commission Auditor Access to Records Pursuant to Ordinance No. 03-2, Awardee shall grant access to the Commission Auditor to all financial and performance related records, property, and equipment purchased in whole or in part with government funds, including funds awarded tp Awardee pursuant to this Agreement. Q. Prior Approval The Awardee shall obtain written approval from PHCD prior to undertaking any of the following: 1. The engagement or execution of any subcontract(s) or Agreement assignments, wherein CDBG funds will be used to pay for goods or services. The Awardee must submit all proposed agreement documents to PHCD at least thirty (30) days prior to the start date of the agreement. PHCD shall have no obligation to approve payment of any expenditure (resulting from an agreement or subcontract) which was incurred prior to the approval by PHCD of such agreement or subcontract. 2. TheMclition of any positions not specifically listed in the approved budget. 3. The modification or addition of all job descriptions for existing staff. 4. The purchase of all nonexpendable personal property not specifically listed in the approved budget. 5. The disposition of all real, expendable personal, and nonexpendable personal property as defined in Section 11, Paragraph W.1. of this Agreement. 6. Out-of-town travel not specifically listed in the approved budget 7. The publication of proposed Solicitation Notices, Invitations for Bids and Requests for Proposals as provided for in Section il, Paragraph K of this Agreement. 8. The disposal of all Agreement records as provided for in Section 11, Paragraph N of this Agreement. 9. in the event the Awardee wishes to substitute personnel for the key personnel identified by the Awardee's Proposal, the Awardee must notify the County in writing and request written approval for the substitution at least ten (10) business days prior to effecting such substitution. R. Monitoring The Awardee shall permit PHCD and other persons duly authorized by PHCD to inspect all AgreemeRrds, facilities, equipment, materials, and services of the Awardee which are in any way connde6d to the activities undertaken pursuant to the -terms of this Agreement, and/or to interview any clients, employees, subcontractors, or assignees of the Awardee. Following such inspection or interviews, PHCD will deliver to the Awardee a report of its findings, and the Awardee will rectify all deficiencies cited by PHCD within the specified period of time set forth in the report, or provide PHCD with a reasonable justification for not correcting the deficiencies. PHCD will determine, in its sole and absolute discretion, whether or not the Awardee's justification is acceptable or if the Awardee must, despite the justification, rectify the deficiencies cited by PHCD in its report. S. Conflict of Interest The Awardee agrees to abide by the provisions of 24 CFR 84.42 (24 CFR Part 85.36 for Public Agencies) and 24 CFR 570.611, all as may be amended from time to time, with respect to conflicts of interest, and covenants that it presently has no financial interest and shall not acquire any financial interest, direct or indirect, which would conflict in any manner or degree with the performance of Page 22 M M services requried under this Agreement. The Awardee further covenants that in the performance of this Agreement no person having such a financial interest shall be employed or retained by the Awardee hereunder. These conflict of interest provisions apply to any person who is an employee, agent, consultant, officer, or elected official or appointed official of the County, or of any designated public agencies or subrecipients which are receiving funds under the CDBG Entitlement program. The Awardee certifies and represents that no officer, director, employee, agent, or other consultant of the County or a member of the immediate family or household of the aforesaid has directly or indirectly received or been promised any form of benefit, payment or compensation, whether tangible or intangible, in connection with the grant of this Agreement. The Awardee. shall abide and be governed by Miami -Dade County Ordinance No. 72-82 (Conflict of y Interest Ordinance), as amended, which is incorporated herein by reference as if fully set forth, in connection with its Agreement obligations hereunder. The Awardee shall disclose any possible conflicts of interest or apparent improprieties.of any party that are covered by the above standards. The Awardee shall make such djscipstire in writing to PHCD immediately upon the Awardee's discovery of such possible conflict. PH will then render an opinion which shall be binding on all parties. The Awardee shall submit to PHCD, within five business days of execution this Agreement, all updated Conflict of Interest affidavits, Related Party Disclosure statements, includinig Related or Affiliated General Contractor(s) or Subcontractor(s), list of current Board members, and list of all business associations with the following documents: ➢ Original Agreement or its subsequent amendments. ➢ Requests for budget revisions. Requests for approval of subcontracts. Non-compliance with the above requirements will be considered a breach of Agreement, which will result in the immediate termination of the agreement, the recovery of the entire funding award, and the disqualification of funding through PHCD for a period of three years. a) Awardee certifies and represents that there are no undisclosed persons or entities interested with the Awardee in this Agreement. This Agreement is entered into by the Awardee without any connection with any other entity or person making a proposal for the same purpose, and without collusion, fraud or conflict of interest. No elected or appointed officer or official, director, employee, agent or other consultant of the County, or of the State of Florida (including elected and appointed members of the legislative and executive branches of government), or a member of the immediate family or household of any of the aforesaid: i) is interested on behalf of or through the Awardee directly or indirectly in any manner whatsoever in the execution or the performance of this Agreement, or in the services, supplies or work, to which this Agreement relates or in any portion of the revenues; or ii) is an employee, agent, advisor, or consultant to the Awardee or to the best of the Awardee's knowledge any subcontractor or supplier to the Awardee. b) Neither the Awardee nor any officer, director, employee, agency, parent, subsidiary, or affiliate of the Awardee sWV have an interest which is in conflict with the Awardee's faithful performance of its obligation under this Agreement; provided that the County, in its sole discretion, may consent in writing to such a relationship, provided the Awardee provides the County with a written notice, in advance, which identifies all the individuals and entities involved and sets forth in detail the nature of the relationship and why it is in the County's best interest to consent to such relationship. c) The provisions of this Article are supplemental to, not in lieu of, all applicable laws with Page 23 M respect to conflict of interest In the event there is a difference between the standards applicable under this Agreement and those provided by statute, the stricter standard shall apply. d) In the event Awardee has no prior knowledge of a conflict of interest as set forth above and acquires information which may indicate that there may be an actual or apparent violation of any of the above, Awardee shall promptly bring such information to the attention of the County's Project Manager. Awardee shall thereafter cooperate with the County's review and investigation of such information, and comply with the instructions Awardee receives from the Project Manager in regard to remedying the situation. T. Intentionally Left Blank U. Publicity, Advertisements and Signage The Parties agree that the Awardee is funded by the County for CDBG Activities. Further, the Awardee agrees that all events funded by this Agreement shall recognize the County and the United States Department of Housing and Urban Development (US HUD), as funding sources and that the Awardee shall ensure that all publicity, public relations, advertisements and signs recognize the County and US HUD for the support of all contracted activities. This is to include, but is not limited to, all posted signs, pamphlets, wall plaques, cornerstones, dedications, notices, flyers, brochures, news releases, media packages, promotions, and stationery. The use of the official County logo is permissible. The Awardee shall ensure that all media representatives, when inquiring about the activities funded by this Agreement, are informed that the County and US HUD are the funding sources. The Awardee shall notify the County of all events and activities involving the Project ten (10) days prior to the activity or event. When the Awardee obtain(s) the building permit(s), the CHMD Project Manager at the Department, must be notified in order to request the project sign from Miami -Dade County Internal Services Department (ISD). Within thirty (30) days of the erection of the sign, the CHMD Project Manager will submit an invoice to the Awardee for payment of the project sign cost. The Awardee is responsible for all costs for replacing any amended, lost, defaced or missing sign. The sign shall remain on the premises at least ninety (90) days after the issuance of the Certificate of Occupancy (CO) or Certificate of Completion (CC). NO WORK SHALL COMMENCE UNTIL THE PROJECT SIGNS ARE SECURED IN PLACE. THE SIGNS SHALL BE IN ACCORDANCE WITH THE DETAIL SHOWN IN ATTACHMENT F. Payment for fumishing, installing and maintaining the sign shall be under the bid amount for mobilization. V. Procurement The Awardee must take affirmative steps to procure supplies, equipment, construction, or services to fulfill this Agreement from minority and women's businesses, and to provide these sources the maximum feasible opportunity to compete for subcontracts to be procured pursuant to this Agreement. To the maximum extent feasible, these businesses shall be located in or owned by residents of the Community Development areas designated by PHCD in the CDBG application approved by the supervising federal agency. The Awardee shall assure that all subcontracts or third party agreements contain provisions with stated goals, that low-income residents from Community Development Target and Service Areas be provided with opportunities for employment and training in contracted activities. In conformance with Section 3 of the Housing and Community Development Act of 1968, the Awardee must direct federal financing assistance towards Target Area residents and ensure that employment and economic opportunities be given to low and very low-income persons, particularly those who are recipients of government assistance for housing according to the guidelines mentioned below- 1 . The work to be performed under this Agreement is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701(Section 3). The purpose of Section 3 is to ensure that employment and other economic Page 24 tr! M opportunities generated by HUD assistance or HUD- assisted projects covered by Section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. 2. The parties to this Agreement agree to comply with HUD's regulations in 24 CFR part 135, which implement Section 3. As evidenced by their execution of this Agreement, the parties to this Agreement certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. 3. The Awardee agrees to send to each labor organization or representative of workers with which the Awardee has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the Awardee's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. 4. The Awardee agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The Awardee will not subcontract with any subcontractor where the Awardee has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. 5. The Awardee will certify that any vacant employment positions, including training positions, that are filled (1) after the Awardee is selected but before the Agreement is executed, and ,AW (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the Awardee's obligations under 24 CFR part 135. 6. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this Agreement for default, and debarment or suspension from future HUD assisted contracts. 7. With respect to work performed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this Agreement. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this Agreement that are subject to the provisions of Section 3 and section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). Fair Subcontracting Policies (Ordinance 97-35) All Awardees on County contracts in which subcontractors may be used shall be subject to and comply with Ordinance 97-35 as amended, requiring Awardees to provide a detailed statement of their policies and procedures for awarding subcontracts which: a) notifies the broadest number of local subcontractors of the opportunity to be awarded a subcontract; b) invites local subcontractors to submit bids/proposals in a practical, expedient way; c) provides local subcontractors access to information necessary to prepare and formulate a subcontracting bid/proposal; d) allows local subcontractors to meet with appropriate personnel of the Awardee to discuss the Awardee's requirements; and e) awards subcontracts based on full and complete consideration of all submitted proposals and in accordance with the Awardee's stated objectives. Page 25 W M All Awardees seeking to contract with the County shall, as a condition of award, provide a statement of their subcontracting policies and procedures (see Attachment G). The County will not execute this Agreement with Awardees who fail to provide a statement of the Subcontractors Policies and Procedures. The County reserves the right to either approve or withdraw its consent to a subcontract if it appears to the County, in its.discretion and authority, that the subcontract will delay, prevent, or otherwise impair the performance of the Awardee's obligations under this Agreement W. Property 1. Definitions a. Property. As defined on page 2 herein. b. Real Property: Land, land improvements, structures, fixtures and appurtenances thereto, excluding movable machinery and equipment. C. Personal Property: Personal property of any kind except real property. 1) Tangible: All personal property having physical existence. -- 2) Intangible: All personal property having no physical existence such as patents, inventions, and copyrights. d. Nonexpendable Personal Property: Tangible personal property of a nonconsumable nature, with a value of $750 or more per item, with a normal expected life of one or more years, not fixed in place, and not an integral part of a structure, facility or another piece of equipment. e. Expendable Personal Property: All tangible personal property other than nonexpendable property. 2. The Awardee shall comply with the real property requirements as stated below: a. Any real property under the Awardee's control that was acquired or improved by Awardee or PHCD in whole or in part with CDBG funds received from PHCD in excess of $25,000 shall be either. 1) Used to meet one of the three (3) CDBG national objectives until five (5) years after the expiration or termination of this Agreement, or for such longer period of time as determined by PHCD in its sole and absolute discretion; or 2) Not used to meet one of the three (3) CDBG National Objectives. In the event the property is not used to meet one of the national objectives for five (5) years following the expiration or termination of this Agreement or such longer period as determined by PHCD, the Awardee shall, in the sole discretion of PHCD, either pay to PHCD an amount equal to the market value of the property as may be determined by PHCD in its sole and absolute discretion, less any proportionate portion of the value attributable to expenditures of non-CDBG funds for acquisition of, or improvement to, the property or transfer the property to PHCD at no cost to PHCD. Reimbursement is not required after the period of time specified in Paragraph W.2.a.1., above. b. Any real property under the Awardee's control that was acquired or improved in whole or in part with CDBG funds from PHCD for $25,000 or less shall be disposed of, at the expiration or termination of this Agreement, in accordance with instructions from PHCD. Page 26 ti M C. All real property purchased or improved In whole or in part with funds from this and previous Agreements with PHCD, or transferred to the Awardee after being purchased in whole or in part with funds from PHCD, shall be listed in the property records of the Awardee and shall include a legal description; size; date of acquisition; value at time of acquisition; -present market value; present condition; address or location; owner's name if different from the Awardee; information on the transfer or disposition of the property; and map indicating whether property is in parcels, lots, or blocks and showing adjacent streets and roads. The property records shall describe the programmatic purpose for which the property was acquired and identify the CDBG national objective that will be met. If the property was improved, the records shall describe the programmatic purpose for which the improvements were made and identify the CDBG national objective that will be met. d. For awards involving the purchase or improvement of real property, the Awardee agrees to execute a mortgage, loan document, or restrictive covenant for the .;. CDBG award with PHCD within 180 days after the execution of this agreement Failure to comply with this requirement may result in the retraction of the CDBG award for the project and termination of this agreement. e. All real property shall be inventoried annually by the Awardee and an inventory report shall be submitted to PHCD. This report shall include the elements listed in Paragraph W.2.c., above. Nothing in this section shall be construed to limit the County's right to collect from Awardee the entire amount of CDBG funds awarded pursuant to this Agreement in the event Awardee fails to meet a national objective. 3. Inventory - Capital Equipment and Real Property All capital items acquired for the project by the Awardee with funds allocated in this Agreement shall be assets of the Awardee and may be secured by a mortgage delivered to the County. A capital item shall be defined as an item that: (1) has a service life in excess of one year, (2) is either complete within itself or is a major component of another item of property; (3) by definition cannot be described either as supplies or materials; (4) will not be consumed or lose its identity; and (5) has a unit cost of $500 or more. Awardee shall notify the County immediately upon acquiring any capital items with funds allocated in this Agreement The County shall allow the Awardee to retain possession of capital equipment after expiration of this Agreement as long as the Awardee continues to provide the service described in the Scope of Services (Attachment A). If the Awardee disbands, becomes defunct or in any way ceases to exist or if the Awardee ceases to provide the service described in the Scope of Services or another service of value, Awardee shall notify the County immediately and provide instructions describing how the County may take possession of the capital equipment. Awardee shall deliver to the County all documents of title or ownership and shall transfer or assign such ownership rights to the County. Foreclosure of the County mortgage or enforcement of other documents shall not be required in order for the County to claim and take possession of capital equipment. 4. The Awardee shall comply with the nonexpendable personal property requirements as stated below: a. All nonexpendable personal property purchased or improved in whole or in part with funds from this and previous Agreements with 'PHCD shall be listed in the property records of the Awardee and shall include a description of the property; location; model number; manufacturer's serial number, date of acquisition; funding source; unit cost at the time of acquisition; present market value; property inventory number; information on its condition; and information on transfer, replacement, or disposition of the property. Page 27 00 M b. All nonexpendable personal property purchased or improved In whole or in part with funds from this and previous Agreements with PHCD shall be inventoried annually by the Awardee and an inventory report shall be submitted to PHCD_ The inventory report shall include the elements listed in Paragraph W.3.a., above. C. Title (ownership) to all nonexpendable personal property purchased in whole or in part with funds given to the Awardee pursuant to the terms of this Agreement shall vest in the County and PHCD. 5. The Awardee shall obtain prior written approval from PHCD for the disposition of real property, expendable personal property, and nonexpendable personal property purchased or improved in whole or in part with funds given to the Awardee or subcontractor pursuant to the terms of this Agreement. The Awardee shall dispose of all such property in accordance with instructions from PHCD. Those instructions may require the return of all such property to PHCD. X. Program Income 1. Program Income as defined in 24 CFR Part 570.500 (a) means gross income received by the Awardee directly generated from activities supported by CDBG funds. When Program Income is generated by an activity that is only partially assisted with CDBG funds, the income shall be prorated to reflect the percentage of CDBG funds used. 2. The Awardee shall not, under any circumstances, use Program Income to pay for charges or expenses that are specifically not allowed pursuant to the terms of this Agreement and applicable federal regulations or rules, or any County rules or ordinance. a. The Awardee shall report to PHCD all cumulative Program Income generated from activities financed in whole or in part by funds from this Agreement, for as long as it receives and/or has control over Program Income generated from this and any previous Agreements with PHCD. The Awarded must submit the information for the aenerated Proaram Income to PHCD with each reimbursement request and quarterly as part of the Fiscal Section of the Awardee's Progress Report as outlined in Section II, Paragraph F.2.a. The awardee will submit the Calculation of Progam Income form Attachment " L " with every reimbursement request. b. The Awardee's use of Program Income shall be for the same activities described in this Agreement and subject to the limitations set forth in this Agreement and as set forth in the CDBG regulations, 24 CFR Part 570.504. Awardee acknowledges that the CDBG Regulations require that Awardee spend Program Income before further CDBG funds are drawn down., Awardee agrees that Awardee shall expend the Program Income funds prior to seeking payment of CDBG funds from the County. Twenty percent (20%) of the Program Income Awardee makes, retains or receives shall be paid to the County on a, quarterly basis and reported in Awardee's quarterly Progress Report. At the conclusion of the contract period or upon termination of this Contract, Awardee shall immediately pay/return all Contract funds and Program Income to the County. C. Should Awardee be granted permission to use Program Income from a revolving loan activity, Program Income must be used only for the same revolving loan activity. d. All Program Income from a revolving loan activity, such as loan repayments, interest earned, late fees, and investment income, shall be substantially disbursed to eligible loans, loan -related programmatic costs, and operational costs for the same revolving loan activity before the Awardee may request additional CDBG funds for that activity. Page 28 M M e. All Program Income from activities other than a revolving loan activity shall be substantially disbursed to carry out other PHCD-approved CDBG eligible activities, and to cover operational costs before requesting additional CDBG funds. Any proceeds from the sale of property as detailed in Section 11, Paragraph WA., above, shall be considered Program Income. g. The Awardee shall obtain, as part of the required.audit report, validation by a cr certified auditor of all Program Income and its disposition. 3. Upon expiration or termination of this Agreement or at the end of any program year, the Awardee shall transfer to the County any Program Income funds on hand, and any Program Income accounts receivable to any CDBG funded activities. PHCD may require remittance of all or part of any Program Income balances (including investments thereof). 4. PHCD, in its sole and absolute discretion, reserves the right to pursue other courses of action in the retention and use of Program Income generated by the Awardee, and such action shall not require an amendment to this Agreement. Y. Travel The Awardee shall comply with the County's travel policies. Documentation of travel expenses shall conform to the requirements of PHCD's Policies and Procedures Manual. Z. Subcontracts and Assignments 1. Unless otherwise specified in this Agreement, the Awardee shall not subcontract any portion of the work without the prior written consent of the County. Subcontracting without the prior consent of the County may result in termination of the Agreement for breach. When Subcontracting is allowed, the Awardee shall comply with County Resolution No. 1634-93, Section 10-34 of the County Code and Section 2-8.8 of the County Code. The Awardee shall ensure that all subcontracts and assignments: a. Ensure that no contractor, subcontractor or assignee is listed on the U.S. HUD's debarred, suspended, or ineligible contractors list; Awardee shall use, at a minimum, US HUD's Excluded Parties List System to confirm clearance of contractors. The system may be accessed at httas://www.sam.gov/ Awardee shall provide to PHCD a copy of the site page that indicates the name and the date it was checked. Awardee shall further ensure that no contractor, subcontractor, or assignee is listed on Miami -Dade County's debarred Contractor's List; Awardee shall, at a minimum, check at htto://www.miamidade.gov/smallbusiness/business- development-reports.asp to determine if a person or entity is on Miami -Dade County's debarred contractor's list. Awardee shall provide PHCD with a printout copy of the site page that indicates the name and the date it was checked. b. Comply with all CDBG requirements, as applicable, as well as the regulations specified in PHCD's Policies and Procedures Manual. C. Identify the full, correct, and legal name of the party. d. Describe the activities to be performed. e. Present a complete and accurate breakdown of its price component. f. Incorporate a provision requiring compliance with all applicable regulatory and other requirements of this Agreement and with any conditions of approval that the County or PHCD deem necessary. This applies only to subcontracts and assignments in which parties are engaged to carry out any eligible substantive programmatic service, as may be defined by PHCD, set forth in this Agreement. PHCD shall in its sole discretion determine Page 29 O when services are eligible substantive programmatic services and subject to the audit and record -keeping requirements described above, and; Result from an open competitive bid process generating a minimum of three bids. Such competitive process shall be described in writing, approved by the Board of Directors and a copy of which submitted to PHCD. In such circumstances that open, competitive bids are not feasible or that a minimum of three bids are unobtainable, permission to use other methods of award must be requested in writing and approved by PHCD prior to the assignment or award of subcontract The Awardee agrees that no assignment or sub -contract will be made or let in connection with the Agreement without the prior written approval of PHCD, which approval shall not be unreasonably withheld, and that all such sub -contractors or assignees shall be govemed by the terms and intent of this Agreement. g. Incorporate the language of Attachment E, "Certification Regarding Lobbying." h. Include language stating that the Subcontractor understands and agrees that the County is not a party to the subcontract and has no obligation to the subcontractor. The Awardee shall maintain, and shall require that its subcontractors and suppliers maintain, complete and accurate records to substantiate compliance with the requirements set forth in the Scope of Services. The Awardee and its subcontractors and suppliers, shall retain such records, and all other documents relevant to the Services fumished under this Agreement for a period of three (3),,, years from the expiration date of this Agreement and any extension thereof. 2. The Awardee shall incorporate in all consultant subcontracts this additional provision: The Awardee is not responsible for any insurance or other fringe benefits, e.g., social security, income tax withholdings, retirement or leave benefits, for the Consultant or employees of the Consultant normally available to direct employees of the Awardee. The Consultant assumes full responsibility for the provision of all insurance and fringe benefits for himself or herself and employees retained by the Consultant in carrying out the Scope of Services provided in this subcontract. 3. The Awardee shall be responsible for monitoring the contractual performance of all subcontracts and their progress toward meeting the approved goals and objectives indicated in the attached Scope of Services. Regardless of any approvals by PHCD of subcontracts or subcontractors, the Awardee shall bear all risks associated with subcontracting performance of the Activities toy, subcontractor. 4. The Awardee shall receive from PHCD written prior approval for any subcontract engaging any party who agrees to cant' out any substantive programmatic activities as may be determined by PHCD as described in this Agreement PHCD's approval shall be obtained prior to the release of any funds to the subcontractor. 5. The Awardee shall receive written approval from PHCD prior to either assigning or transferring any obligations or responsibility set forth in this Agreement or the right to receive benefits or payments resulting from this Agreement 6. Approval by PHCD of any subcontract or assignment shall not under any circumstance be deemed to provide for the incurrence of any obligation by PHCD in excess of the total dollar amount agreed upon in this Agreement. 7. If the subcontract involves $100,000 or more to provide services listed in the Scope of Services or suppliers to supply the materials, the Awardee shall provide the names of the subcontractors and suppliers to PHCD (Attachment H). 8. The Awardee agrees that it will not change or substitute subcontractors or suppliers from the list (Attachment H) without prior written approval from PHCD. Page 30 T_ 14* The Awardee shall not hire any of the Awardee's staff members or employees as subcontractors. 10. Where an Awardee intends to use a Related or Affiliated General Contractor or Subcontractor, as defined herein, PHCD will require a third party non-affiliated professional in the same field as the Related or Affiliated General Contractor or Subcontractor, to be selected by PHCD, to review cost estimates and evaluate whether or not such estimates are less than costs that may be incurred by use of non -related or non-affiliated entities. The costs of this third -party review will be paid by the Awardee, however, said costs may be an eligible cost to be paid from the Contract funds. AA. Additional Funding The Awardee shall notify PHCD of any additional funding receivedfany activity described in this Agreement. Such notification shall be in writing and received by PHCD within thirty (30) days of the Awardee's notification by the funding source. BB. Method of Payment The Awardee shall be paid as described below: 1. The Awardee shall be paid for those expenses allowed pursuant to the provisions provided below only when the Awardee submits to PHCD adequate proof, as determined by PHCD in its sole and absolute discretion, that the Awardee has incurred the expenditures. It shall be presumed that the Awardee has provided adequate proof of having incurred expenses if the Awardee submits to PHCD canceled checks or original invoices approved by the Awardee's authorized representative which show performance of the Activities described in Attachment A and conformance with the laws, rules and regulations set forth in this Agreement. When original documents cannot be presented, the Awardee must adequately justify their absence in writing and furnish copies of those documents to PHCD. The Awardee shall be paid only for those expenditures contained within Attachment B, "Budget," to this Agreement as it may be revised with the prior written approval by PHCD. 2. Requests for payment (reimbursement) shall be assembled by calendar month and submitted to PHCD no less frequently than monthly. Expenditures incurred by the Awardee must be submitted to PHCD, along with all original invoices, copies of front and back of cancelled checkspaid to all subcontractorsand suppliers, all release of liens from alll subcontractorsand suppliers, and all final approved-permitsptfor payment within 30 days after the month in which the expenditures were incurred. Failure to comply will result in rejection of invoices. In no event shall the County be obligated to pay any invoices for expenses which were incurred more than 60 days prior to the date the request_ for payment is submitted to PHCD. 3. In no event shall the County provide advance CDBG funding to the Awardee or to any subcontractor hereunder, nor shall the Awardee advance CDBG funds to any party. 4. Any payment due under the terms of this Agreement may be withheld pending the receipt and approval by PHCD of all reports and documents which the Awardee is required to submit to PHCD pursuant to the terms of this Agreement or any amendments thereto. 5. All payments will be limited to the quarterly payment schedule that accompanies the action step chart in the scope of services. Payment is contingent on the achievement by the Awardee of the quarterly accomplishment levels identified in the scope of services portion of this agreement — Attachment A, which shall be submitted with all payment requests and shall clearly identify the completed level of accomplishments met. This shall also apply to soft costs associated with project delivery. 6. No payment(s) will be made without evidence of appropriate insurance required by this Agreement. Such evidence must be on file with PHCD and the County's Internal Services Department. PHCD must receive the final request for payment from the Awardee no more than thirty (30) calendar days after the expiration or termination of this Agreement If the Page 31 N qq Awardee fails to comply with this requirement, the Awardee will forfeit all rights to payment(s) if PHCD, in its sole discretion, so chooses. 7. All monies paid to the Awardee which have not been used to retire outstanding obligations of this Agreement must be refunded to PHCD in accordance with. PHCD's Policies and Procedures Manual. 8. Any unexpended funds remaining after the completion of the services under this Agreement, or after termination of this Agreement, shall be recaptured in full by the County. 9. In the event the County determines that the Awardee has breached the terms of this agreement and that the County is entitled to return of any or all of the funds awarded under this Agreement, Awardee agrees to and shall assign any proceeds to the County from any Agreement between the County, its agencies or instrumentalities and the Awardee or any firm, corporation, partnership or joint venture in which the Awardee has a controlling financial interest in order to secure repayment of this award. "Controlling financial interest" shall mean ownership, directly or indirectly to ten percent or more of the outstanding capital stock in any corporation or a direct or indirect interest of ten percent or more in a firm, partnership or other business entity. 10. For special economic development projects: Notwithstanding any other provision herein, payments to Awardee shall be restricted in the following manner payment by the County of expenditures contained within Attachment B, "Budget," to this Agreement shall be on a pro rata basis in accordance with the level of development progress and percentage of construction completed by Awardee using funds from Awardee's equity contribution toward the project. CC. Reversion of Assets The Awardee shall return to PHCD, upon the expiration or termination of this Agreement, all assets owned or held by Awardee as a result of this Agreement, including, but not limited to any CDBG funds on hand, any accounts receivable, any overpayments due to unearned funds or costs disallowed pursuant to the terms of this Agreement that were disbursed to the Awardee by the County, other than reasonable operating and deficit reserves established by Awardee and which are connected with the real property. In the case of activities involving real property, such reserves shall not be distributed to any partner or subcontractor prior to repayment to PHCD of the CDBG Loan. The Awardee shall at the request of the County execute any and all documents, including but not limited to, mortgages securing the property, UCC financing statements, and restrictive covenants, as required by the County to effectuate the reversion of assets. DD. Restriction on the Use of Funds The funds received pursuant this Agreement shall be used for the purposes set forth herein and shall not be used to supplant other funds. In no event shall funds received pursuant to this Agreement be used for: 1. Adverse Actions or Proceedings. The Awardee shall not utilize County funds to retain legal counsel for any action or proceeding against the County or any of its agents, instrumentalities, employees or officials. The Awardee shall not utilize County funds to provide legal representation, advice or counsel to any client in any action or proceeding against the County or any of its agents, instrumentalities, employees or officials. 2. Religious Purposes. County funds shall not be used fo religious purposes. 3. Commingling Funds. The Awardee shall not commingle funds provided under this Agreement with funds received from any other funding sources, but may be included in a Development Bank Account permitted by the first mortgage lender at the discretion of the County. Page 32 M It III. THE COUNTY AGREES: Subject to the availability of funds, to pay for contracted Activities according to the terms and conditions contained within this Agreement in an amount not to exceed the appropriated amount as stated on page 1 of this contract. IV. THE AWARDEE AND PHCD AGREE: A. Effective Date 1. This Agreement shall begin on the effective start date as stated on page 1 of this contract . Any costs incurred by the Awardee prior to this date will not be reimbursed by the County. 2. This Agreement shall expire on the end date as stated on page 1 of this contract. Any costs incurred by the Awardee beyond this date will not be reimbursed by the County. The term of this agreement and the provisions herein may be extended by the County to cover any addiitonal time period during which the Awardee remains In control of the CDB.% funds or other assests, including Program Income to support CDBG eligible activites. Any extension made pursuant to this paragraph shall be accomplished by a writing by the County to the Awardee. Such notice shall automatically become a part of this Agreement. 3. This Agreement may, at the sole and absolute discretion of the County and PHCD, remain in effect during any period that the Awardee has control over Agreement funds, including Program Income. However, the County shall have no obligation or responsibility to make any payment, except those described within Section 11, Paragraph Y, or provide any type of assistance or support to the Awardee if this Agreement has expired or been terminated. 4. Management Evaluation and Performance Review The Department may conduct a formal management evaluation and performance review of the Awardee, if in the Department's sole discretion it is deemed necessary and applicable. The management evaluation shall reflect the Awardee's compliance with generally accepted fiscal and organizational standards and practices. The performance review should reflect the quality of service provided and the value received using monitoring data, such as progress reports, site visits, and client surveys. B. Default or Breach 1. The Awardee shall be in default or breach of this Agreement if any of the following acts, omissions or conditions occur. a. The Awardee fails to fulfill each and every provision of this Agreement and the Attachments and fails to provide the services outlined in the Scope of Services (Attachment A) within the effective term of this Agreement, including but not limited to failure to meet the National Objective, as determined by the County and U.S. HUD. b. Awardee fails to disclose all Related or Affiliated Parties and all matters required to be disclosed as to Related or Affiliated Parties to the County as requded herein. C. Filing of a lis pendens, foreclosure action, or other legal action against the Property, any property of Awardee or Refaced or Affiliated Party, or a"nst Awardee or Related or Affiliated Party which the County determines, in its sole discretion, threatens the Property or the ability of Awardee to fulfill the provisions of this Agreement and the services outlined in the Scope of Services. d. Any arrearage, default, or late payment on any loan, Note or other debt or obligation for which the Property is security or regarding any property of Awardee or Related or Affiliated Party, including properties not related to this Agreement. e. Any legal encumbrance on the Property not permitted in writing by the County. Page 33 f. Any anticipated or pending bankruptcy, restructuring, dissolution, reorganization, appointment of a trustee or receiver. g. Any action, activity, facts, or circumstances that the County determines in its sole discretion would materially impair performance by Awardee of all the terms and conditions of this Agreement. h. Awardee fails to report to the County within ten (10) days any bankruptcy, reorganziation, dissolution, liquidation, appointment of a trustee or receiver, lis pendens, foreclosure action or legal encumberance related to the Awardee, Related or Affiliated Party or the Property, or any action, activity, facts, or circumstances that would materially impair performance by Awardee of all the terms and coditions of this Agreement. L Failure to comply strictly with Section W(2)(a)(1)-(2) of this Agreement. j. Failure to meet the fifty percent (50%) or seventy percent (70%) Benchmarks, as set forth in this Agreement, or to submit documentation (via Progress Reports and applicable supporting documentation) sufficient to show Awardee has met said Benchmarks. C. Suspension 1. The County may suspend payment in whole or in part under this Contract by providing written notice to the Awardee of such suspension and specifying the effective date thereof, at least ten (10) days before the effective date of suspension. If payments are suspended, the County shall specify in writing the actions that must be taken by the Awardee as conditions precedent to resumption of payments and shall specify a reasonable date for compliance. The County may also suspend any payments in whole or in part under any other Agreements entered into between the County and the Awardee. The Awardee shall be responsible for its own direct and indirect costs associated with such suspension, including attorney's fees. Reasonable cause shall be determined by PHCD, in its sole and absolute discretion, and may include, but is not limited to: a. Ineffective or improper use of these Agreement funds by the Awardee or any of its subcontractors; b. Failure by the Awardee to materially comply with any tern or provision of this Agreement; C. Failure by the Awardee to submit any documents required by this Agreement; or d. The Awardee's submittal of incorrect or incomplete reports or other required documents. e. Failure of Awardee to maintain regular business hours if providing services to low to moderate incoome residents and or businesses. f. Failure to meet the fifty percent (50%) or seventy percent (70%) Benchmarks, as set forth in this Agreement, or to submit documentation (via Progress Reports and applicable supporting documentation) sufficient to show Awardee has met said Benchmarks. 2. In the event of a default by the Awardee, PHCD may at any time suspend the Awardee's authority to obligate funds, withhold payments or both. These actions may apply to only part or all of the activities funded by this Agreement. 3. PHCD will notify the Awardee of the type of action to be taken in writing by certified mail, return receipt requested, or in person with proof of delivery. The notification will include the reason(s) for such action, the conditions of the action, and the necessary corrective action(s). Page 34 LO It D. Termination 1. Termination at Will This Agreement, in whole or in part, may be terminated by PHCD upon no less than teWED ) working days notice when PHCD determines that It would be in the best interest of- and the County. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. In the event of termination, the County may: (a) request the return of all finished or unfinished documents, data studies, surveys, drawings, maps, models, photographs, reports prepared, and capital equipment secured by the Awardee with County funds under this Agreement; (b) seek reimbursement of County funds allocated to the Awardee under this Agreement; and/or (c) terminate or cancel any other Agreements entered into between the County and the Awardee. The Awardee shall be responsible for its own direct and indirect costs associated with such termination, including attorneys fees. 2. Termination for Convenience PHCD may terminate this Agreement, in whole part when both parties agree that the continuation of the activities would not produce beneficial results commensurate with the further expenditure of funds. Both parties shall agree upon the termination conditions. PHCD, at its sole discretion, reserves the right to terminate this Agreement without cause upon thirty (30) days written notice. Upon receipt of such notice, the Awardee shall not incur any additional costs under this Agreement. 3. Termination Because of Lack of Funds In the event of a funding short -fall, or a reduction in federal appropriations, or should funds to finance this Agreement become unavailable, PHCD may terminate this Agreement upon no less than twenty-four (24) hours written notification to the Awardee. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. PHCD shall be the final authority to determine whether or not funds are available. PHCD may at its discretion terminate, renegotiate and/or adjust the Agreement award whichever is in the best interest of the County. 4. Termination for Substantial Funding Reduction In the event of a substantial funding reduction of the allocation to the Awardee through Board of County Commissioners' action, the Awardee may, at its discretion, request in writing from the Director of PHCD a release from its contractual obligations to the County. The Director of PHCD will review the effect of the request on the community and the County prior to making a final determination. 5. Termination for Default or Breach PHCD may terminate this Agreement upon no less than twenty-four (24) hours written notification to the Awardee for breach or default. 6. Termination for Failure to Make Sufficient Progress. PHCD may terminate this Agreement, in whole or in part, when PHCD determines, in its sole and absolute discretion, that the Awardee is not making sufficient progress thereby endangering ultimate Agreement performance, or is not materially complying with any term or provision of this Agreement, PHCD may treat such failure to comply as a repudiation of this Agreement; 7. Termination for Bankruptcy The County reserves the right to terminate this Agreement, if, during the term of any Agreement the Awardee has with the County, the Awardee becomes involved as a debtor in a bankruptcy proceeding, or becomes involved in a reorganization, dissolution, or Page 35 co d' liquidation proceeding, or if a trustee or receiver is appointed over all or a substantial portion of the property of the Awardee under federal bankruptcy law or any state insolvency law. 8. General to Termination and Breach Unless the Awardee's breach is waived by the County in writing, the County may, by written notice to the Awardee, terminate this Agreement upon no less than twenty-four (24) hours notice. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. The provisions herein do not limit the County's right to legal or equitable remedies. The County may resort to any remedy for breach provided herein or at law, including but not limited to, taking over the performance of the Services or any part thereof either by itself or through others. In the event the County shall terminate this Agreement for default or breach, the County or its designated representatives, may immediately take possession of all applicable equipment, materials, products, documentation, reports and data. 9. Penalties for Fraud, Misrepresentation, Material Misstatement, or Criminal Conviction In accordance with the Code of Miami -Dade County, Section 2-8.4.1, and other County policies, if Awardee or any individual, corporation, firm, partnership, joint venture or other business entity in which Awardee or its principals has a Controlling Financial Interest attempts to meet its contractual obligations with the County under this Agreement or any other County agreement or County program through fraud, misrepresentation or material misstatement, or is convicted of fraud, bribery or any other corrupt or criminal act in connection with any County program or County agreement, the County shall have the sole and absolute discretion to terminate this Agreement and may terminate or cancel any other agreements which Awardee or such individual, corporation, firm, partnership, joint venture or other business entity in which Awardee or its principals has a Controlling Financial Interest has with the County. Such individual or entity shall be responsible for its own direct and indirect costs associated with such termination or cancellation, including attomey's fees. The foregoing notwithstanding, any individual, corporation, firm, partnership, joint venture or other business entity who attempts to meet it contractual obligations with the County through fraud, misrepresentation or material misstatement may be disbarred from County contracting for up to five (5) years. For the purposes of this section, "controlling financial interest" shall mean ownership, directly or indirectly to ten percent or more of the outstanding capital stock in any corporation or a direct or indirect interest of ten percent or more in a firm, partnership or other business entity. E. Other Remedies In addition to other provisions set forth herein, in the event of default by the Awardee, the County shall have the right to exercise any and all of the following remedies: 1. Awardee shall be liable for all damages, including but not limited to: a. the difference between the cost associated with procuring Services hereunder and the amount actually expended by the County for reprocurement of Services, including procurement and administrative costs; and b. such other direct damages. 2. The Awardee shall remain liable for any liabilities and claims related to the Awardee's Page 36 ti 't performance of this Agreement or any breach or default, notwithstanding the expiration or termination of this Agreement. 3. Seek enforcement of this Agreement including but not limited to filing an action with a court of appropriate jurisdiction. The Awardee shall be responsible for its own direct and indirect costs associated with such enforcement, including attorney's fees. `i 4. Debar the Awardee from future County contracting. 5. Any other remedy available at law or equity. Damages Sustained. Notwithstanding the above, the Awardee shall not be relieved of liability to the County for damages sustained by the County by virtue of any breach of the Agreement, and the County may withhold any payments to the Awardee until such time as the exact amount of damages due the County is determined. The County may also pursue any remedies available at law or equity to compensate for any damages sustained by the breach. Payment Settlement. if termination occurs for reasons other than breach or default, Awardee shall be paid only for reasonable, allowable costs incurred by Awardee prior to notice of termination. `Reasonable, allowable costs" are those costs which are necessary in order to perform Awardee's obligations under this Agreement and specifically exclude expenses incurred prior to the execution date of this Agreement, personal expenses, travel expenses, expenses related to additional phases of the Project not specifically and expressly incorporated intD.*s A070ement PHCD shall be the sole judge of "reasonable, allowable costs." All compensation pursuant to this Article is subject to an audit at the County's discretion. Awardee shall not receive payment for lost future revenues, lost developer fees or lost profits. E-1. Limitation of Liability and Limitation of Remedies Awardee acknowledges that the County is providing substantial funds to Awardee at low or no cost to Awardee, and that these CDBG funds are for the purpose of providing a benefit to the community health and welfare. Therefore, notwithstanding any other provision herein, the Parties agree to the following limitations on liabilities for any and all claims of any kind arising from or in connection with performance or breach of this Agreement, which limitations shall apply equally to both Parries: 1. Both Parties' cumulative liability for damages, if any, is limited to the amount of the CDBG funds set forth in Section III, above. 2. Neither party shall be liable for lost revenues, lost profits, lost program income, or lost developer fees. 3. Each party shall bear its own attorney's fees and costs. 4. Neither party shall be liable for costs incurred by the other party prior to the execution of this Agreement. F. Renegotiation, Modification and Right to Waive 1. Modifications of provisions of this Agreement shall be valid only when in writing and signed by duly authorized representatives of each party, which for the County is the County Mayor or Mayor's designee. The parties agree to renegotiate this Agreement if PHCD determines, in its sole and absolute discretion federal, state, and/or County revisions of any applicable laws or regulations, or lift, ses or decreases in budget allocations make changes in this Agreement necessary. PHCD shall be the final authority in determining whether or not funds for this Agreement are available due to federal, state and/or County revisions of any applicable laws or regulations, or increases in budget allocations. Page 37 00 d' 2. The County shall have the right to exercise an option to extend this Agreement beyond the current Agreement period and will notify the Awardee in writing of the extension. This Agreement may be extended beyond the initial extension period upon mutual agreement between the County and the Awardee, upon approval by the County Mayor or Mayor's designee. 3. The County may, for good and sufficient cause, waive provisions in this Agreement. Waiver requests from the Awardee shall be in writing. No waiver shall be valid unless in writing and signed by the County Mayor or Mayor's designee. Any waiver shall not be construed to be a modification of this Agreement. 4. The County's failure to exercise any of its rights under this Agreement, or the County's waiver of a provision on any one occasion, shall not constitute a waiver of such rights or provision on any other occasion. No failure or delay by the County in the exercise of any right shall operate as a waiver. G. Budget Revisions and Changes to the CDBG Eligibility Activity Title 1. Revisions to the Budget (Attachment B) shall be requested in writing and must comply with PHCD's Policies and Procedures Manual. All budget revisions shall require an amendment of this Agreement, which the County shall have no obligation to execute. The County shall not be obligated to make payments for expenditures incurred prior to the approval of the budget revision related to such expenditures. Budget Revisions Through County Resolution Should a portion of the funding allocation to the Awardee be rescinded by action from the Board of County Commissioners, written notification via certified mail to the Awardee advising of the funding reduction shall be sent by PHCD no later than five (5) working days of the action; written notification will constitute a Agreement amendment. The Awardee will have five working days upon receipt of certified return receipt notification to submit a revised budget reflecting funding adjustments. Should the modified budget not be received within the specified time, The County will revise the budget at its discretion. The County in its sole and absolute discretion will determine whether substantial reductions will necessitate revision and resubmittal of the Scope of Service (Attachment A). Revisions to the Scope of Services, when required, will be negotiated to the mutual satisfaction of both parties. 3. Revisions to the CDBG eligibility activity titles under which this Agreement's objectives are classified as noted in the Scope of Services shall not require a Agreement amendment. H. Compliance The County shall have the right to inspect, monitor, and inquire of Awardee, at the sole and absolute discretion of the County, remain in effect during any period that the Awardee is obligated to complete a National Objective or has control over Agreement funds, including Program Income, in order to ensure compliance with the CDBG Regulations. However, the County shall have no obligation or responsibility to make any payment or provide any type of assistance or support to the Awardee if this Agreement has expired or been terminated. The Awardee agrees to comply with all applicable State and County laws, rules and regulations, which are incorporated herein by reference or fully set forth herein. Any alterations, variations, modifications, extensions or waivers of provisions of this Agreement shall only be valid when they have been reduced to writing, duly approved and signed by both parties and attached to the original of this Agreement. This contract may be executed in counterpart copies, and these counterparts shall together constitute an original of this Agreement. Page 38 I. Disputes In the event an unresolved dispute exists between the Awardee and PHCD, PHCD shall refer the questions, including the views of all interested parties and the recommendation of PHCD, to the County Mayor for determination. The County Mayor, or an authorized representative, will issue a determination within thirty (30) calendar days of receipt and so advise PHCD and the Awardee, or in the event additional time is necessary, PHCD will notify the Awardee within the thirty (30) day period that additional time is necessary. The Awardee agrees that it shall not bring any legal action or against the County until thirty (30) days from the County Mayor issuing his/her determination. J. Headings The section and paragraph headings in this Agreement are inserted for convenience only and shall not affect in any way the meaning or interpretation of this Agreement. K. Minority Participation In order to gain greater Black business participation, the Awardee may submit its Agreements to the County Mayor for bidding and award in accordance with County policies and procedures. L. Proceedings This Agreement shall be construed in accordance with the laws of the State of Florida. Any dispute arising under, in connection with or related to this Agreement or related to any matter which is the subject of this Agreement shall be subject to the exclusive jurisdiction of the state and/or federal courts located in Miami -Dade County, Florida. M. Notice and Contact All notices between the Parties shall be in writing and sent by registered or certified mail and addressed as follows: TO AWARDEE: City of South Miami 6130 Sunset Drive South Miami, FL 33143 Attn: Steven Alexander, City Manager COPY TO: Attn: TO COUNTY: Miami -Dade County 111 N. W. 1 st Street Miami, Florida 33128 Attn: Maurice L. Kemp, Deputy Mayor COPY TO: Public Housing and Community Development 701 NW 1st Court, 14th Floor Miami, FL 33136 Attn: Michael Liu, Director COPY TO: Public Housing and Community Development 701 NW 1st Court, 141" Floor Miami, FL 33136 Attn: Letitia Goodson, PHCD Project Manager COPY TO: Assistant County Attorney County Attorney's Office 111 N. W. 1 st Street, Suite 2810 Miami, Florida 33128 _+e, Attn: Brenda Kuhns Neuman, Esquire Page 39 0 u) Such addresses may be changed by written notice to the other party. In the event that different representatives are designated by either party after this Agreement is executed, or the Awardee changes its address, notice of the name of the new representative or new address will be rendered in writing to the other party and said notification attached to originals of this Agreement. In the event that any of the information required by the provisions of this Article is changed by either of the Parties after the execution of this Agreement, the affected Party shall give notice in writing within five (5) days to the other Party of the amended pertinent information, which shall be attached and incorporated into this Agreement. N. WAIVER OF JURY TRIAL NEITHER THE AWARDEE, SUBCONTRACTOR, NOR ANY OTHER PERSON LIABLE FOR THE RESPONSIBILITIES, OBLIGATIONS, SERVICES AND REPRESENTATIONS HEREIN, NOR ANY ASSIGNEE, SUCCESSOR, HEIR OR PERSONAL REPRESENTATIVE OF THE AWARDEE, SUBCONTRACTOR OR ANY SUCH OTHER PERSON OR ENTITY SHALL SEEK A JURY TRIAL IN ANY LAWSUIT, PROCEEDING, COUNTERCLAIM OR ANY OTHER LITIGATION PROCEDURE BASED UPON OR ARISING OUT OF THIS AGREEMENT, OR THE DEALINGS OR THE RELATIONSHIP BETWEEN OR AMONG SUCH PERSONS OR ENTITIES, OR ANY OF THEM. NEITHER AWARDEE, SUBCONTRACTOR, NOR ANY SUCH PERSON OR ENTITY WILL SEEK TO CONSOLIDATE ANY SUCH ACTION IN WHICH A JURY TRIAL HAS BEEN WAIVED. THE PROVISIONS OF THIS PARAGRAPH HAVE BEEN FULLY DISCUSSED BY THE PARTIES HERETO, AND THE PROVISIONS HEREOF SHALL BE SUBJECT TO NO EXCEPTIONS. NO PARTY HAS IN ANY WAY AGREED WITH OR REPRESENTED TO ANY OTHER PARTY THAT THE PROVISIONS OF THIS PARAGRAPH WILL NOT BE FULLY ENFORCED IN ALL INSTANCES. 0. Assignment The Awardee shall not assign, transfer, hypothecate or otherwise dispose of this Agreement, including any rights, title or interest therein, or its power to execute such Agreement to any person, company or corporation without the prior written consent of the County. P. Third Parties This agreement is intended for the sole and exclusive benefit of the parties and is not intended to benefit any third party nor shall it be deemed to give rise to any rights in any third party. Q. Survival The parties acknowledge that many of the obligations in this agreement, including but not limited to Awardee's obligation to indemnify the County, maintain Contract Records, and provide sufficient evidence of CDBG Regulation compliance for the duration of the period in which Awardee is obligated to meet a National Objective or has control over CDBG funds as well as the County's right to inspect and monitor the Project and Awardee for complaince with the HOME Regulations, will survive the term, termination, and cancellation hereof. Accordingly, the respective obligations of the Awardee and the County under this agreement, which by nature would continue beyond the termination, cancellation or expiration thereof, shall survive termination, cancellation or expiration hereof. R. Autonomy The Parties agree that this Agreement recognizes the autonomy of and stipulates and implies no affiliation between the contracting parties. It is expressly understood and intended that the Awardee is only a recipient of funding support and is not an agent, employee, servant or instrumentality of the County. The Awardee is, and shal.1--W_in the performance of all work services and activities under this Agreement, an independent contractor, and not an employee, agent or servant of the County. All Page 40 T- EO persons engaged in any of the work or services performed pursuant to this Agreement shall at all times, and in all places, be subject to the Awardee's sole direction, supervision and control. The Awardee shall exercise control over the means and manner in which it and its employees perform the work, and In all respects the Awardee's relationship and the relationship of its employees to the County shall be that of an independent contractor and not as employees, servants or agents of the County. The Awardee does not have the power or authority to bind the County in any promise, Agreement or representation other than specifically provided for in this Agreement. S. All Terns and Conditions Included This Agreement and its attachments as referenced (Attachment A - Scope of Services; Attachment Al — Action Steps; Attachment B - Budget; Attachment B-1(H) Idemnification and Insurance Requirements; Attachment B-2 — CDBG Program Requirements (Housing Only); Attachment C - Progress Report,Set-Up Forms, Performance & Benefit Data Supplement to Quarterly Expenditure & Progress Report; Attachment D - Information for Environmental Review; Attachment E — Certification, Statements and Affidavits; Attachment F - Publicity, Advertisements and Signage; Attachment G — Fair Subcontracting Policies; Attachment H — Subcontractor/Supplier Listing) contain all the terms and conditions agreed upon by the parties; Attachment I — Agreement to Authorize Examination of Records and Adhere to Records Retention Requirements; Attachment J — Calculation for Use of Program Income from CDBG Activities (Micro -Lenders Only). No other Agreement, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or bind any of the parties hereto. T. Conflict In the event that a conflict arises between any prior funding documents and/or agreements governing this development, the terms, provisions and definitions included in this Agreement shall prevail. In the event that the Subsidy Layering Review (SLR) or Underwriting analysis determine the project's true "gap" financing needs to be less than the maximum award allocated by the Board of County Commissioners, the SLR amount shall prevail and the amount of CDBG funds described in this Agreement shall be subsequently reduced. "Gap" financing means the difference between the amount of financing available for the Project from other sources and the total project cost. In the event Awardee applies for and is awarded by the Board of County Commissioners ("BCC") additional funding for the same Project, as described in this Agreement, a separate Agreement or amendment to this Agreement must be negotiated and executed between Awardee and the County Mayor or Mayor's designee. Any differences between the terms and conditions set forth in this Agreement and the subsequent funding award shall require a negotiation between the Parties in order to resolve those differences. Awardee understands and acknowledges that changes to the Project or Activities described in this Agreement may not be accomplished by applying for and being awarded subsequent funds by the BCC. In the event that Awardee applies for and is awarded by the BCC funding fom" additional phase of the same Project, a separate agreement must be negotiated and executed between the Parties. Under no circumstances shall Awardee assert that a subsequent application for and award of funds for the same project constitutes and amendment of this Agreement. Awardee expressly assumes any and all risk of loss or damage associated with a subsequent application for and award of funds for the same Project where such subsequent application by Awardee includes terms which conflict with the terms of this Agreement. U. interpretation Paragraph headings are for convenience only and are not intended to expand or restrict the scope or substance of the provisions of this Agreement. Wherever used herein, the singular shall include the plural and plural shall include the singular, and pronouns shall be read as masculine, feminine or neuter as the context requires. V. Survival The parties acknowledge that any of the obligations in this Agreement, Including but not limited to the Awardee's obligation to indemnify the County, will survive the term, termination and cancellation hereof. Accordingly, the respective obligations of the Awardee and the County under this Agreement, Page 41 N in which by nature would continue beyond the termination, cancellation or expiration thereof, shall survive termination, cancellation or expiration hereof. W. Corporate Governance A Not -for -Profit Awardee shall abide by and be governed by Chapter 617, Florida Statutes, particularly Sections 617.0830 through 617.0836 as amended, which are incorporated herein by reference as if fully set forth herein in connection with its Agreement obligations hereunder. A For -Profit Awardee shall abide by and be governed by Chapter 607, Florida Statutes, particularly Sections 607.0830 through 607.0833, as amended, which is incorporated herein by reference as if fully set forth herein in connection with its contractual obligations hereunder. X. Miami -Dade County Implementing Order. 10 4-132 will apply to this Agreement. This Implementing Order requires the Countv to charge Awardee aDalicable fees as outlined below: PUBLIC HOUSING AND COMMUNITY DEVELOPMENT SERVICE RATE SCHEDULE Fee Name Pro osed Fee FY 2018 —19 Fee Due Construction Inspection Fee $1,500.00 At Loan Closing Contract Extension/Modification Fee (Multi -Family Development Loans Only) $2,500.00 At Time of Request for Extension Page 42 M In IN WITNESS THEREOF, the parties hereto have caused this contract to be executed'by their undersigned officials as duly authorized, this day of 2019. AWARDEE: MIAMI-DADE COUNTY City of South Miami BY: BY: NAME: TITLE: DATE: BY: NAME: TITLE: DATE: Witnesses: BY: (Signature) Type or Print Name BY: (Signature) Type or Print Name Federal ID Number. 69-6000431 Resolution #: R-814-18 Awardee's Fiscal Year Ending Date: September 30th CORPORATE SEAL Page 43 NAME: Carlos A. Gimenez- TITLE: Mayor DATE: ATTEST BY: TITLE: Clerk. Board of Countv Commissioners DATE: ATTACHMENT A - PUBLIC HOUSING AND COMMUNITY DEVELOPMENT MIA MW FY 2018 Scope of Services October 1, 2018 through September 30, 2020 City of South Miami- Marshall Williamson Park 1. - ACTIVITY TITLE: City of South Miami -Crime Prevention Through Environment Design IDIS It TBD RESOLUTION#: R-814-18 DUNS #: 24628976 2. -ACTIVITY DESCRIPTION: _Marshall Williamson Park Crime general improvements to park to reduce crime 2a — Activity Category: Public Facclities/Capital Improvement 2b. — Objective: Sustainable Luring Environment 2c. — Outcome: Availability/Accessibility 3. - APPROVED BY BCC: Amount: $146,474.58 & $3,525.42 Total $150,000 Source: CDBG FY: 2018 and 2016 Other Funding Source and Amount: $50,000 (City of South Miami) 4. - FY 2018 TOTAL PROJECT COST: $200 000 5. - HUD INFORMATION: 5a. — HUD matrix code: 03F 5b. — HUD Activity Type: LMA 5c. — HUD National Citation 570.208(a)(1) 6. - ACCOMPLISHMENTS: 6a. — Number of Units: 1 6b. — Type: Public Facility 7. - NATIONAL OBJECTIVE: Total # of Low/Mod in Service Area: 1615 Census Tract and Block Group: 76.03/1 6121 SW 68 Street, South Miami, Florida 33143 8. - ACTIVITY ADDRESS: 9. - LOCATION: NRSA (Activity located in): South Miami District (Activity located in): 7 10. -LABOR STANDARD applicable Type of Work: ❑ Building ❑ Residential ❑ Highway ❑ Heavy 11. Set aside units different from total units 12. INSURANCE REQUIREMENTS: Worker's Compensation Insurance, Commensal General liability Insurance, Auto mobliity Liability Insurance and Professional Liability Insurance. See Attachment for detailed requirements. For economic development projects, the County expressly permits the Awardee to use Program Income to continue the same Activities described in the Scope of Services to additional beneficiaries or000rdonate with the amount of Program Income retained. Project Manager. Letitia Goodson Theresa Fiario, HCO Manager in In Tab 05 — Application Sub -Section Public Facility Capital Improvement Marshall Williamson Park CPTED - City of South Miami Abbreviated Activity Description: The project is to renovate the park using the Crime Prevention Through Environmental Design (CPTED) to reduce the Crime in the area. Details Activity Description: The project is design and construction of Park Infrastructure Improvements, that may include: benches, lighting equipment, stationary ping-pong equipment, signs, landscape, sidewalks, emergency blue light call box system, and a gunshot detection system, following the Crime Prevention Through Environmental Design criteria. The purpose of the project is to provide a safe environment to residents, by reducing the crime in the park. The CIP Project Managers salary and all other costs related to the project and programs are covered by the City of South Miami. Activity Location: 6125 SW 68th Street, South Miami, FL 33143 The Park is located in the NRSA, Commission District 7 ocatlon map s W a:- - Sw 66_n S. Mu"aY Park GQaRRL UJ - Slates qUnited PmtM'Ser m _-. _. -.'.ah Miami Meuwad E .. - Sinu,gn.A an9 sw iM Not To Scale 13 (O LO Proposed Accomplishments: The CPTED renovation will help to control and reduce the crime at the park. Also, it will enhance the physical, social, and cultural use of the park. After the project's completion, area residents will enjoy nature and pleasant activities in a safe environment. Phase I: Design. Preparation of architectural drawings showing existing and proposed Crime Prevention Design infrastructure. Phase II: Construction_ construction of Paris Infrastructure Improvements, that may include: benches, lighting equipment, stationary ping-pong equipment, signs, landscape, sidewalks, emergency blue light call box system, and a gunshot detection system, that will help to prevent and reduce crime. Quarterly Milestones: Complete design and construction phases. Priority Needs Statement~ The City of South Miami will hire consultants to provide design and construction services. Action Steps: The use of grant funds will start after the Grant Agreement is executed by City Commission authorizing the City Manager to enter an agreement, and Miami -Dade County agreement _ execution. Public Facility Capital Improvement Marshall Williamson Park OPTED - City of South Miami 14 Xf Ift IVA e► rn '�s du u zts larsolr un� 10 rm ; o ,- - t tr1 H S3 mvi wamas Qf taLym ENaybs V4AYJ lit, yval d Moore.M �f / ♦ w L � Ile dif/' ; zz ' sb � _ ✓' , ♦' � �� fit. ` Y� 'r tot ol 10, / m �er .10 { 1 { tc c� o) Ln M t� FpolW u:no5 ao �?lD 'S`i f o �GtaOZi indlW nDS i :Zr_ 8 n ( {II UDSUIDIII!M IP4510YI t - � ! 17 09 Attachment Al Public Facilities and Infrastructure Improvements - City of South Miami - FY18 Marshall Williamson Park CPTED Project ID Task Name Required Resource Enter 1n the % of Task Completed (as of today) Enter In the Stert Dete of Task CalcWated End Date of Task Notes: 1 THIS CHXRT'INFORMATION IS PRELIMINARY BASED o c o Pmo ON 0,00 1.1.1 submit required Enviromneta Review(ER) form see attachment D in the Contract) Agency 0.00 8/1/SB 9/7/18 1.1.2 environmental review process Environmental Specialist 0.00 RAAB 9/7/18 1.1.3 submittal of scope and budget Agency 0.00 8/1/18 9/7/10 1,1,4 scope and budget revlew by Public Housing and Community Development (PHCD) Project Manager (PM) Project Manager 0.00 8/1/18 9/7/18 1.1.5 prepare and assemble contract with Attachments Atoll 24 dr 92.504) Project Manager O.OD 9/1/18 3/31/19 1.1.6 submit contract for agency signature to execute Project Manager 0.00 1 9/1/18 3/31/19 1.1.7 return signed contract to PHCD for final processing Agency 0.00 911/18 3/3110 1.1.8 submit LOU G contract to Miam-Dade MayorsOffice PM Supervisor and PM Manager 0.00 SAAR 3/31/19 1.1.9 receive and distribute executed PHCD Contract Project Manager 0.00 9/1/I8 3/31/19 Milestone evrew 1.2 0.00 1.2.2 submit sources and uses statement Agency 0.00 8/1718 8 7 18 1.2.3 submit required insurance certificate Agency O.OD 10/1/18 9/301 1.2.4 submit insurance document to Miami -Dade GSA Project Manager 0.00 10/1/18 9/30/20 1.2.6 lPfGfOMB Agency CLOD 8/l/18 9/7/18 1.2.7 Environment clearance letter Environmental Specialist O.OD 9/7/18 9/7/18 1.2.8 Design Process Agency 0.00 4/1/19 1/31120 1.2.9 submit quarterly progress report (Due no later than 10 days after the end of each quarter) Agency 0.00 10/1/18 10/10/20 Milestone Review 1.3 Pre. Bid Phase 0.00 1.3.1 RFP package for General Contractor (GC) Agency 11.00 211120 4/30120 4/30/20 1.3.2 Submit RFP package for GC to PIICO Agency D.00 2/1/20 1.3.3 review RFP bid package for GC by PHCD Project Manager/Construction N 0.00 2/1/20 4/30/20 1.3.4 review RFP bid package for GC by PHCD's Compliance Unit Compliance Unit 0.00 2/1/20 4/30/20 /-3.5 Provide Davis Baron Wage Determination to Agency Compliance Unit/Project Mangei 0.00 2/1/20 4/30/20 1.3.6 Submit revised BIT feedback to Agency Project Manager O.DO 2/1/20 4/30/20 1,3.7 PHCD to give agency written approval for RFP bid package for Project Manager 0.00 2/1/20 4/30/20 1.3.8 Pre -bid meeting Agency/PHCO Staff/Bidders 0.00 2/1/20 4/30/20 1,3.9 Bid/RFP opening Agency om 2/29/20 4/30Z0 T..10 C ec a aiment list Agency 0.00 2/29/20 4/30/20 1.3.11 Selection/Award Agency 0.00 2/29/20 4/30/20 1,3,12 Pace order for Mlam- a eConstruction Sgn y PHCO JProjea Manager 1 0.00 2129/20 4/30/20 es one a rew Page 1 of 3 as of 4/2/2019 n o a w' o n C w 3 n n 3 o = 3 y - jc A v ^ c 3 3 3 3 n A � 2 C n n n 0 ^a �n 0 0 o a o 0 0 b b 0 c o c o c 0 o 0 0 0 0 o vv ,c n s3 n s � » o n v \ 0 0~ o c o 0 0 0 0 0 0 0 o c o 0 0 0 0 0 0 0 0 n v e n SL' 0 0 \ mP m m `Pmm`mm \\ m m 6 \\\\ W W W W \ W W W W W W y s 0 0 i 0 o r o 0 0 0 0 0 o e e o 0 0 0 0 0 0 0 0 0 z n i ... . .1 - , ., .•n . •i m .• 7 W. r . , • _ ■ • 2 ■ ■ ■ ■' ■ ■ • • r 1 . • �h: ■ I.I 1 .• 61 N i� Ii I I,I , I I I .I • • 4'i'1 . III II ' j'I III li •� ■ • • 'I ', III I� ��� III III �� I + h . ' � � i III �' � I■III III I1 i II III III 'III �� i. p �-�. . J M �O CONSTRUCTION BUDGET FOR CDBG FUNDS "fmliami ATTACHMENT B DOCMOfKEAM= MAC FY 2018 CDBG - Marshall Williamson Park CPTED October 1, 2018 thru September 30, 2020 BUDGET SUMMARY MAJOR CATEGORIES: CDBG NON-PHCD TOTAL FUNDING 1. Personnel $ - $ - $ - 2. Contractual Services $ - 3.Operating Expenses $ - $ - 4. Commodities $ - $ - 5. Capital Outlay $ 150,000.00 $ 50,000.00 $ 200,000.00 FY 17 CDBG $ 150,000.00 $ 50,000.00 $ 200,000.00 FUNDING SOURCES: CDBG Grant CiVs Contribution Total $ 150,000.00 $ 50,000.00 $ 200,000.00 le to ATTACHMENT B CONSTRUCTION BUDGET FOR CDBG FUNDS South Miami Marshall Williamson Park CPTED 7"rC"T V ftIASAV? 1711tiG City of South Miami CDBG FY 2018 October 1, 2018 thru September 30, 2020 SUB OBJECT DESCRIPTION PHCD CITY'S TOTAL AMT CDBG AMOUNT CONTRIBUTION 01 Personnel Project Manager $ $ - $ - FICAIMICA $ - $ $ Total Personnel $ - $ - $ - 90 Capital Outlay Environmental $ Site Preparation $ - $ - $ - Property Taxes $ - $ - $ - Building Permits $ $ - $ - Construction, and Installation $ 150,000.00 $ 50,000.00 $ 200,000.00 Impact Fees $ - $ Total Capital Outlay $ 160,000.00 $ 50,000.00 $ 200,000.00 TOTALS $ 150,000.00 $ 50,000.00 $ 200,000.00 FUNDING SOURCES: CDBG Grant $ 150,000.00 City's contribution $ 50,000.00 Total $200,000.00 9 INDEMNIFICATION 1 INSURANCE — t The Contractor shall indemnify and hold harmless the County and its officers; employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Contractor or its employees, agents, servants, partners principals or subcontractors. The Contractor shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attomy's fees which may issue thereon. The Contractor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. The Contractor shall furnish to Miami -Dade County, do of Public Housing and Community Development, 701 NW 1" Court,141 Floor, Miami, FL 33136, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. B. Commercial General Liability Insurance in an amount not less than $300,000 per occurrence. Policy must be endorsed to include coverage for Completed Operations. Miami -Dade County must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "A-" as to management, and no less than "Class VH" as to financial strength by Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Financial Services. CERTIFICATE HOLDER MUST READ: MIAMI-DADE COUNTY 111 NW 1' STREET SUITE 2340 MIAMI, FL 33128 Public Housing and Community Development Attachment 6-2 Community Development Block Grant (CDBG) Program Not Applicable MIAM O PUBLIC HOUSING AND COMMUNITY DEVELOPMENT QUARTERLY EXPENDITURE AND PROGRESS REPORT FY 20 ATTACHMENT C Reporting Period: I ❑ 1z Quarter [Jan -Mar] ❑ 2nd Quarter [Apr -Jun] ❑ 31d Quarter [Jul -Sept] ❑ 41h Quarter [Oct -Dec] / Annual Report Section 1: General Information Recipient Name (Organization): Contact Person (Name & Title): Activity Name (Project Title): _ Activity Address: Activity Description: IDIS * Telephone Number: Program Income: (if Funding Source: Funded Amount applicable) $ Activity Category: ❑ Administration ❑ Capital Improvement ❑ Economic Development ❑ Historic Preservation ❑ Public Service ❑ Housing ❑ Homebuyer Assistance ❑ Tenant -Based Rental Assistance (TBRA) ❑ Homeless Housing Objective: ❑ Create suitable living environments ❑ Provide decent affordable housing ❑ Create economic opportunities Outcome: ❑ Availability/Accessibility ❑ Affordability ❑ Sustainability Sectio T II: Financial Information At the time the Awardees has been paid or otherwise received fifty percent (50%) and seventy ; percent 70%) of the Agreement Funds, the Awardees reporting these expenditures must submit documentation to show that Awardees has! accomp.ished 50 % and 70%, respectively, of the Activities described herein. I A B C D F F G H Actual Reimbursed Projected Approved Total Expenditures Cumulative Cumulative Projected Cumulative Category Budget g Expended Cumulative [Through end f Percentage Expenditures Expenditures [This Quarter] Prough end of this quarter) & D] pdext Quarter] [By end of Contract this uarter Period) Personnel $ $ $ $ % $ $ Contactual $ $ $ $ % $ $ Operating $ $ $ $ ,/° $ $ Costs Commodities $ $ $ $ % $ $ Capital $ $ $ $ % $ $ Outlay TOTAL $ $ $ $ % $ $ Program Income The disposition of Program Income not specifically listed in the approved Program Income budget requires prior written approval from PHCD. 1. Does this activity generate Program Income? ❑ Yes ❑ No 2. If yes, indicate the amount generated this quarter. $ CD/14/51712 1 of 3 00 to MT� PUBLIC HOUSING AND COMMUNITY DEVELOPMENT QUARTERLY EXPENDITURE AND PROGRESS REPORT FY 20 ACTIVITY STATUS AND ACCOMPLISHMENT INFORMATION 1. Activity Status: ❑ Cancelled ❑ Underway ❑ Completed 2. Environmental Status: ❑ A --Exempt ❑ C=Completed ❑ D=Underway 3. Is this activity still in compliance with the original project schedule? ❑ Yes ❑ No Section III: ❑ Work in Progress [On -going Activities] ❑ 50% and 70% benchmark ❑ Accomplishment Narrative [Activity Completed] Check appropriate box and reference the Scope of Services, included in your contract, as the basis for reporting the work in progress or accomplished in a brief narrative format [ @ Attach Scope of Services ] Section IV: Other Supporting Efforts [ Provide a description, using quantifiable data, of all other supporting efforts that have begun, partially implemented, or comoleted durinq this period. Section V: Problems Encountered Provide a brief description of any problems or delays encountered during this period or anticipated. Section VI: Technical Assistance If your organization has a need or anticipate a need for technical assistance during this period, please describe the nature of the assistance required. Section VII: Performance Measurement I `Notes: A Supplemental Performance & Benefit Data Report must be submitted if any actual achievements are reported during this reporting period and all HOME funded projects must submit applicable activity set-up form. Accomplishment Type: ❑ People [01] ❑ Households [04) ❑ Businesses [08] ❑ Organizations [09) []Housing Units [101 ❑ Public Facilities [111 ❑ Jabs [131 National Objective: ❑ Area Wide Benefit [e.g. LMA, LMAFI, LMASA, SBA] -or- ❑ Direct Benefit [e.g. LMC, LMH, LMJ] People or Households • Achievements: ❑ Yes H No If yes, what is the accomplishment type? ❑ People -or- ❑ Households People Households (LMH activities only) Total People Low I Mod Total Households Low f Mod Female Headed Projected Goal Actual This Quarter Actual Cumulative Supplemental Report Attached Y / N Performance & Benefit Data: CD114151712 Rev 11/14/17 2 of IM PUBLIC HOUSING AND COMMUNITY DEVELOPMENT QUARTERLY EXPENDITURE AND PROGRESS REPORT FY 20 ❑ Housin —or— U Public Service & Administration -or— LJ La riai um rovement oruullu metres Housing Units • Achievements: ❑ Yes ❑ No I Owner Rental Buyer Total Projected Goal Actual This Quarter Actual Cumulative Supplemental Report Attached Y 1 N ❑ Performance & Benefit Data: Housing Jobs or Businesses • Achievements: ❑ Yes ❑ No If yes, what is the accomplishment type? ❑ Jobs -or- 0 Businesses Total Job Count Total Weekly Hours Percent Jobs Created Full -Time (FT) FT Low / Mod Part -Time (PT) PT Low / Mod Low / moo .loos Projected Goal Actual This Quarter Actual Cumulative Assistance to Businesses Pro ected Goal Actual This Quartet" Actual cumulative New Businesses Existing Businesses Total Supplemental Report Attached Y / N ❑ Performance & Benefit Data: Economic Development PERFORMANCE CERTIFICATION: This certifies that No Accomplishments occurred during this Quarter. Initials NOTE: Submittal of Supplemental Form — Performance & Benefit Data is not required at this time based on the certification that no accomplishments occurred during this quarter. CERTIFICATION This is to certify that the data and other information provided in this Report is correct, based on official accounting system and records, and that expenditures and obligations shown have been made for the purpose of and in accordance with applicable Terms and Conditions of the Contract and Funding Requirements. Report Prepared by: Print Name Signature of Certifying Official: Title: Title: Date: Date: FOR PHCD USE ONLY Activity IDIS Number. Report ❑ is / ❑ is not complete 0 Report ❑ is 1 ❑ is not accurate Initial review for completeness and accuracy completed by— Name: Project Manager Name: Date: Supervisor Warning: Pile 18, US Code Section 1001, states that a person who knowingly and willingly makes false or fraudulent statements to any Department or Agency of the United States is guilty of a felony. State law may also provide penalties for false or fraudulent statements. 0 W This material is available in an accessible format upon request CD/14151712 3of3 MW ATTACHMENT C PUBLIC HOUSING AND COMMUNITY DEVELOPMENT PERFORMANCE & BENEFIT DATA: CAPITAL IMPROVEMENTS & PUBLIC FACILITIES Supplement to Quarterly Expenditure & Progress Report FY 20 Recipient Name: Activity Name: _ IDIS #: Activity Category: F HUD Activity Matrix Code: Accomplishment Type: HUD Matrix Code Description: ❑ Acquisition / Disposition ❑ Structures + ❑ Parcels ❑ Clearance / Demolition ❑ Street Improvements ❑ Public Facility / Type: ❑ Building / Type: ❑ Other Capital Improvement /Type: Indicate below] Reporting_ Period 1� Quarter[Jan-Marl LJ 20d Quarter [Apr -Jun] 3m Quarter (Jul -Sept] 4d' Quarter [Oct -Dec] / Annual Re ort ❑ ❑ Structures + ❑ Parcels Persons Served + Low/Mod Income Persons Served + Low/Mod Income Facilities + Persons Served + Low/Mod Income Persons Served + Low/Mod Income # of Structures # of Parcels # of Facilities # of Persons Served # of Low/Mod Income Instructions & Applicability: National Objectives include LMA & LMC activities with any 03 matrix code except 3T. 1. Total Persons Assisted for program year. 2_ Counts by Households (H) or Persons (P): 3. Of the Total Persons, enter the number. Number of Persons With New Access to this service or benefit With Improved Access to this service or benefit With access to a service or benefit that is No Longer Substandard Note: This field must equal the number in Total Persons Assisted. Total With New Access to this type of Public Facility or Infrastructure Improvement With Improved Access to this type of Public Facility or Infrastructure Improvement With access to Public Facility or Infrastructure that is No Longer Substandard Note: This field must equal the number in Total Persons Assisted. Total Homeless persons given overnight shelter Number of beds created in overnight shelter or other emergency housing Is this activity located in a NRSA? ❑Yes ❑No If yes, the NRSA must be identified, as applicable, using the maps provided via Miami -Dade County's websiie — Services Near You: htto.'Iftsweb. miamidade.00v/CommunityServices/. A copy of the printout must be included with this report Provide the following information: NRSA # of Clients Served NRSA # of Clients Served C0115151712V 1 of 3 MIAHF� PUBLIC HOUSING AND COMMUNITY DEVELOPMENT PERFORMANCE & BENEFIT DATA: CAPITAL IMPROVEMENTS & PUBLIC FACILITIES Supplement to Quarterly Expenditure & Progress Report FY 20 NRSA # of Clients Served NRSA # of Clients Served Location I Project Address: Street /City !Zip Code —or- Folio Number is there is no street address Location I Project Address: Street 1 City I Zip Code —or- Folio Number is there is no street address RACE & ETHNICITY CATEGORY Instructions: (1) Indicate the total number of persons or households served in each Racial Category for this reporting period and the cumulative total. (2) From the total number depicted in each Racial Category, indicate the numbers that are of Hispanic Ethnicity for this reporting period and the cumulative total. Re rt Period Totals Race Ethnicity e ones Total Number # His anic Cumulative 1 YTD Totals Race Ethnic Total Number # Hispanic ican American [12j Rencannd AmericanIndian !Alaskan Native [14J aiian / Other Pacific Islander [151 Indian / Alaskan Native & White [161 Asian & White [17] Black I African American & White 118] American Indian or Alaskan Native & Black / African American 1191 Other / Multi Racial [201 Totals �IQl1OM nTl111.1 u i RCR DIRT= . 1 Dmll Cv11 1` 1 Re ortPeriod Totals Cumulative / YTD Totals Total Number Income Levels Total Number Extremely Low 30% or less Low 31 % - 50 0 Moderate (51%-81%) Non LowlMod 81 % or greater To AREA BENEFIT INFORMATION Census ( C) or Survey (S) Data Used: Total # of Low/Mod in Service Area: Percent of LowlMod in Service Area: Census Tract: Block Groups: Census Tract: Block Groups: Census Tract: Block Groups: If (S), enter # of Low/Mod & Total Population: Total Low/Mod Universe Population in Service Area: CD11Y51712V n 2 of N MIA n PUBLIC HOUSING AND COMMUNITY DEVELOPMENT PERFORMANCE & BENEFIT DATA: CAPITAL IMPROVEMENTS & PUBLIC FACILITIES Supplement to Quarterly Expenditure & Progress Report FY 20 unding Sources] 1. CDBG Funds 2. HOME Funds 3. ESG Funds 4. Section 108 Loan Guarantee 5. Other Federal Funds 6. State I Local Funds 7, Private Funds 8. Other. Name of Funding Source Total Funds L§) REQUIRED ATTACHMENTS [if applicable]: 1) Certificate of Completion; z) rnntoui or PAKJA map, a appuceu- Documentation of performance I accomplishments, e.g., new or improved access to services, facility, or infrastructure i upgrade; and 4) Documentation as described in the Contract or Scope of Services, or as instructed by the County. Report Prepared by: Print Name Signature of Certifying Official: Title: Title: Date: Date: Warning: Tdle 18, US Code Section 1001, states that a person who knowingly and willingly makes false or haudulerd statements to any Department or Agency of the United States is guilty of a felony. State law may also pmvide penalties for false or fraudulent statements. 1c,,�;y-,*, This material Is available in an accessible format upon request CD/75r51712V 3 Of M ti PHCD SUBMITTAL OF PUBLIC FACILITIES CHECKLIST ......................................................................................................... a. Agency : Acbvity Name Fundina Source / Year • Anwunt /IDIS # Project Location ..... .... .. .. ... ....... ............................ .. ... ............................................... ....• LMI Limited Clientele Criteria (Must check one below & Provide documentation as required) u -1. Low -Mod Clientele (LMC) - Documentation showing that the activity is designed for and used by a segment of the population presumed by HUD to be LMI persons; for example: a Abused children, ❑ Battered spouses, Q Elderly persons (family whose head, spouse, or sole member is a person aged 62 or older), :3 Severely disabled, :i Homeless persons, o Illiterate adults, ❑ Persons living with AIDS, ❑ Migrant farm workers 0 2. Neighborhood Revitalization Strategy Area (NRSA) - Be of such a nature and in a location that it may be concluded that the activities clientele located in an NRSA: Obtain documentation that shows the client lives at the address which is located in an NRSA: Yes No * Proof of location: * Child(ren) School Records (showing home address) ❑ ❑ * Driver License ❑ ❑ * Utility Bill (FPL, Water & Sewer, etc) ❑ ❑ REQUIRED DOCUMENTATION- NO EXCEPTIONS Yes No * PHCD General CDBG Intake Eligibility Form (Must be Attached) ❑ ❑ "Services Near You Print Out (Must be Attached) (httpllgisweb.miamidade.gov/CommunityServiices ❑ ❑ 1. Biscayne North 2. Cutler Ridge 3. Goulds 4. Leisure City/Naranja 5. Model City 6. Opa-Locka 7. Perrine 8. South Miami 9. West Little River NOTE: SHOULD ANY OF THE ABOVE NOT BE PROVIDED, QUARTERLY PROGRESS REPORTS WILL BE RETURNED TO THE AGENCY AND WILL BE CONSIDERED NON -COMPLIANT Page 1 of 2 ti PHCD SUBMITTAL OF PUBLIC FACILITIES CHECKLIST ci 3. Required Documentation: — Data showing the size and annual income for the family of each person receiving the benefit and that at least 51 % of those served are LMI. REQUIRED DOCUMENTATION A MUST — NO EXCEPTIONS Yes No * PHCD General CDBG Intake Eligibility Form (Current Income Must be Attached) ❑ ❑ Select One Form of Proof to Provide: * Pay Stub(s) ❑ ❑ * Aid to Families with Dependent Children (AFDC) or Temporary Assistance to Needy Families (TANF) ❑ ❑ * Food Stamp Official Print out Letter ❑ ❑ * Unemployment Benefits Letter with Amount ❑ ❑ * Prof of Child Support or Alimony ❑ ❑ * Proof of SSA/SSI or Veteran's Benefits ❑ ❑ " Proof of Retirement Income (Must be attached for Senior Programs) ❑ ❑ * Other Income ❑ ❑ Prepared by (Print) Agency Official Signature and Date NOTE SHOULD ANY OF THE ABOVE NOT BE PROVIDED, QUARTERLY PROGRESS REPORTS WILL BE RETURNED TO THE AGENCY AND WILL BE CONSIDERED NON -COMPLIANT Page 2 of 2 PUBLIC HOUSING AND COMMUNITY DEVELOPMENT REQUIRED DOCUMENTATION FOR INCOME VERIFICATION If an agency has an activity that has been classified as Low -Mod Clientele (LMC), Low -Mod Jobs (LMJ), or Low - Mod Housing (LMH), the agency will be required to obtain information from low -to -moderate income households/persons in order to verify income eligibility. Please note that income eligibility is determined based on household income and size. Below is a fist of acceptable documentation to confirm income eligibility. It is important to no'e that all funded agencies will be responsible to maintain such documentation on file for five years after the Public Housing and Community Development (PHCD) has informed the agency through an official close outtreport or letter that activity is closed. Client's Paycheck Stubs, Social Security Insurance (SSI) Checks, TANF (Temporary Assistance for Needy Families) checks, or other public assistance checks — A photocopy should be made of the two (2) most recent pay period check stubs, benefit checks received by the client, or the notification of electronic transfer, • SSI, SSD, Food Stamp, or Other Benefit CardsllDs — If the cards indicate the income level of the client, a photocopy of the card can document income; W2 Form or Tax Return Form — A photocopy of the clients W2 form from his/her most current employer for wages earned or a photocopy of the client's most recent tax return form may document income; • SSI and TANF Letters of Notification of Benefits — Social Security and the Department of Children and Families issue letters of notification of benefits to clients informing them of their approval for benefits and the amounts of the benefits to be received. A photocopy of these letters will be sufficient proof of income; • Other benefit notification letters may be acceptable if they indicate the client's income level (e.g., Social Security Administration, Medicaid, Medicare, Food Stamps, etc); .y • Letter of acceptance from the school lunch program HUD INCOME LIMITS FOR MIAMI-DADE COUNTY FY 2619 U.S. HUD INCOME LIMITS For Miami -Dade County Effective April 1, 2018 Area Median Income (AMI): $ 52,300 EXTREMELY LOW (30% of Median) VERY LOW (50% of Median) LOW (80% of Median) FAMILY SIZE LESS THAN: VERY LOW GREATER THAN: 1 person $16,550 $27,550 $44,100 2 persons $18,900 $31,500 $50,400 3 persons $21,250 $35,450 $56,700 4 persons $25,100 $39,350 $62,950 5 persons $29,420 $42,500 $68,000 6 persons $33,740 $45,650 $73,050 7 persons $38,060 $48,800 $78,100 8 persons $42,380 $51,950 $83,100 New tables are published yearly by USHUD and will be provided to the Agency when available. CD158/32615 rN rn CD PUBLIC HOUSING AND COMMUNITY DEVELOPMENT MM GENERAL CDBG INTAKE ELIGIBILITY FORM LIMITED INCOME (LMI) LIMITED CLIENTELE (LMC) / LIMITED JOBS (LMJ) / LIMITED HOUSING (LMH) NAME: ADDRESS: HONE: Gender: ❑ Male ❑ Female Ethnicity: ❑ Hispanic ❑ Not Hispanic Race (Please check the race category which applies to you): ❑ White ❑ Black/African American ❑ American Indian/Alaskan Native ❑ Asian ❑ Black/African American & White ❑ American Indian/Alaskan Native & White ❑ Asian & White ❑ Native Hawaiian/Other Pacific Islander ❑ Other: Multi Racial ❑ American Indian or Alaskan Native & Black/African American _,c __1 _u n.'.... o....c--- 14n Ralntinnchin Gender Aae Emoloved? 1. Self ❑ Yes ❑ No 2 ❑ Yes ❑ No 3 ❑ Yes ❑ No 4 ❑ Yes ❑ No 5. ❑ Yes ❑ No 8 ❑ Yes ❑ No 7. ❑ Yes ❑ No 8 Yes No INCOME VERIFICATION DATA The assistance you receive is determined in part by the size of your household and your income. Al income and assets will require verification before eligibility will be granted. Income includes all money coming into the household from all persons over 18 years old. Wages, salaries, tips, commissions; Self-employment income; Retirement, Survivor, or Disability pensions; Soda) Security or Railroad retirement Supplemental Security Income, Aid to Families with Dependent Children (AFDC), Temporary Assistance to Needy Families (TANF), Food Stamps, or other public assistance, or public welfare programs; Interest, dividends, net rental income, or income from estates or trusts; and any other sources of income received regularly, including Veterans' (VA) payments, unemployment compensation, alimony, and child support must be disclosed. Household Member Source of Income Gross Monthly Amount Received 1. $ 2. $ 3. $ 4. $ 5. $ Income Eligibility Acceptable Documentation: Copy of Pay Stubs (from previous employer), Aid to Families with Dependent Children (AFDC) or Temporary Assistance to Needy Families (TANF) Official Printoufnetter, Food Stamp Official Printout/letter, Letter confirming amount of unemployment benefits received, proof of child support or alimony, proof of SSA/SSI or Veteran's Benefits, or proof of retirement income. MUST ATTACH A COPY OF DOCUMENTS —NO EXCEPTIONS. I, the undersigned applicant, do hereby authorize to verify my personal records, including (NateCAWg Y) wages, pensions, and investments. It is understood that this authorization is granted for the sole purpose of certifying my eligibility for federal financial assistance, and that all information acquired in this regard will remain confidential. BY MY SIGNATURE, I ACKNOWLEDGE THAT ALL INFORMATION I HAVE PROVIDED IS TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE. I AM AWARE THAT IF I MAKE ANY WILLFUL FALSE STATEMENT IN THIS CERTIFICATION OR ANY OTHER DOCUMENTATION THAT I PROVIDE FOR PROGRAM ELIGIBILITY, I MAY BE PUNISHED WITH FINES OR IMPRISONMENT OF UP TO FIVE (5) YEARS, OR BOTH, UNDER SECTION 1001 OF TITLE 18, UNITED STATES CODE, AND ALSO MAY BE SUBJECTTO CML AND/OR ADMINISTRATIVE PENALTIES AND SANCTIONS. Signature of Applicant Page 1 of 2 CD/17151712N3 n n PUBLIC HOUSING AND COMMUNITY DEVELOPMENT MIAM ,•'emu GENERAL CDBG INTAKE ELIGIBILITY FORM CDBG INCOME ELIGIBILITY 24 CFR 670.208 Activity classed under family size and income 24 CFR 570.208 a 2 i B 24 CFR 570.506 b 3 nl Activity is classified based on income eligibility requirements that restrict it exclusive) to low- and moderate -income Dersons 24 CFR 570208(a)(2)(i)(C) 24 CFR 570.506(b)(3)(iii) DEFIN171710NS 124 CFR 570.3 Family means all persons living in the same household who are related by birth, marriage or adoption. Household means all the persons who occupy a housing unit The occupants may be a single family, one person living alone, I two or more families living together, or any other group of related or unrelated persons who share living arrangements. Income. For the purpose of determining whether a family or household is low- and moderate -income under subpart C of this part, grantees may select any of the three definitions listed below for each activity, except that integrally related activities of the same type and qualifying under the same paragraph of 570.208(a) shall use the same definition of income. The option to choose a definition does not apply to activities that qualify under 570.208(a)(1) (Area benefit activities), except when the recipient caries out a survey under 570.208(a)(1)(vi). Activities qualifying under 570.208(a)(1) generally must use the area income data supplied to recipients by HUD. The three definitions are as follows: (i) Annual income as defined under the Section 8 Housing Assistance Payments program at 24 CFR 813.106 (except that if the CDBG assistance being provided is homeowner rehabilitation under 570.202, the value of the homeowner's primary residence may be excluded from any calculation of Net Family Assets); or Estimate the annual income of a family or household by projecting the prevailing rate of income of each person at the time assistance is provided for the individual, family, or household (as applicable). Estimated annual income shall include income from all family or household members, as applicable. Income or asset enhancement derived from the CDBG-assisted activity shall not be considered in calculating estimated annual income. Low- and moderate4ncome household means a household having an income equal to or less than the Section 8 low- income limit established by HUD. Low- and moderate4ncome Person means a member of a family having an income equal to or less than the Section 8 low- income limit established by HUD. Unrelated individuals will be considered as one -person families for this purpose. Low-income household means a household having an income equal to or less than the Section 8 very low-income limit established by HUD. Low-income person means a member of a family that has an income equal to or less than the Section 8 very low-income limit established by HUD. Unrelated individuals shall be considered as one -person families for this purpose. INSTRUCTIONS FOR IMPLEMENTING AGENCY You must first seek third party verification. This is a verification that is received directly from the source of income. The request can be by m2il, fax, or email. It must be clearly evidenced that it was received from the source. Income Limits for Fiscal Year 2018 (Effective 0410112018) Please check the appropriate mily size and income. Family Size Extremely Low (30°%of Median Very Low 50°%of Median) Low (80°%ofMedian) 1 $16,550 $27,550 $44,100 2 $18,900 $31,500 $50,400 3 $21,250 $35,450 $56,700 4 $25,100 $39,350 $62,950 5 $29,420 $42,500 $68,000 6 $33,740 $45,650 $73,050 7 $38,060 $48,800 $78,100 8 $42,380 $51,950 $83,100 Waming: 7 rile 18, US Code Section 1001, states that a person who knowingy and wipingy makes false or fmudulant statements to any Departmentor Agency of the United States is guilty of a felony. State law may also provide penalties for false orfraudulent statements. This material is available in an accessible format upon request. CD/17/51712N3 2 of 00 I-- VIVIENDA POBLICA Y DESARROLLO COMUNITARIO MilU1FMD� FORMULARIO GENERAL DE ADMISION PARR CDBG INGRESOS (LMI', Pors�siglaseninglds) CLIENTES (LMC", P—siglasen inglPs) EMPLEOS (LMJ" . P°rsu siglaseninglts) VIVIENDAS (LMH"", Pwmsmgiaseningl6s) 13AJOS Y MODERADOS NOMBRE: DIRECCI6N: TELEFONO: CODIGO POSTAL: Genero: ❑Masculino ❑OrigenFemenino etnico: ❑Hispano ElNo Hispano Raza (Por favor, marque la categorla de raza que le corresponde): ❑ Blanco ❑ Negro/Afro American ❑ Indigena Estadounidense/Nativo de Alaska ❑ Asi6tico ❑ Negro/Afro Americano y Blanco ❑ Indigena EstadounidenselNativo de Alaska y Blanco ❑ Asidtico y Blanco ❑ Nativo de Hawai/ Otras Islas del Pacifico ❑ Otros: Multi Racial ❑ Indigena Estadounidense / Nativo de Alaska / Afro Amenrano Menci6nese a Usted mismo y a todas ]as personas que _._ varPntesrn Genero Edad ;Empleado? ocupdn rd rrvrmmd - - --- - - Si 1 Aut6nomo ❑ No ❑ Si 2 ❑ No ❑ S1 3. ❑ No Si 4 ❑ No Si 5. ❑ No ❑ Si 6. ❑ No ❑ Si 7. ❑ No ❑ Si 8. ❑ Na DATOS DE LA VERIFICAC16N DE INGRESOS La ayuda que Usted recibe se determina en parte por el n6mero de miembrbs en su n6cleo familiar y de sus ingresos. Todos los ingresos y los bienes deberan ser verificados antes de que la elegibilidad sea concedida. El ingreso induye todas las sumas de dinero que reciben todos los miembros del n6cleo familiar mayores de 18 anos. Los salarios, sueldos, propinas, comisiones; los ingresos como trabajador por cuenta propia; Pensiones de jubilaci6n, de supervivencia, por discapacidad; la jubilaci6n del Seguro Social o del Ferrocanil, el Ingreso Suplementado de Seguridad, la Ayuda a las Familias con Ninos Dependientes (AFDC, por sus siglas en ingl6s), la Ayuda Temporaria a las Familias Necesitadas (fANF, por sus siglas en ingles 4ps Sellos para Alimentos, u otro tipo de ayuda publica, o de programas p6blicos de ayuda social, o de ingresos provenientes de pattimonios o fideicomisos; as[ como otras Fuentes regulares de ingresos, induyendo los pagos a los Veterans (VA, por sus siglas en ingl6s), la oompensadbn por desem leo, la perysi6n alimenticia la manutenci6n de menores deberan ser declarados. Miembro del Nucleo Familiar Fuente de Ingresos Monto del Ingreso Bruto Mensual Recibido 1. $ 2. $ 3. $ 4. $ 5. $ Documentaci6n Aceptable pare verificar la Elegibilidad a partir de los Ingresos: Copia de las oolillas de pago (del empleador anterior), la Ayuda a [as Familias con Nirlos Dependientes (AFDC, por sus siglas en ingl6s) o la Ayuda Temporaria a las Familias Necesitadas (TANF por sus siglas en ingles) la Impresi6n o la Carta Oficial de las Estampillas de Alimentos la Carta confinnandD 0 Pagina 1 de 3 C0117151712A13 ti VIVIENDA POBLICA Y DESARROLLO COMUNITARIO Mf _ •• ' FORMULARIO GENERAL DE ADMISION PARA CDBG la canbdad de beneficios percibidos por desempleo, la prueba de la manutenci6n de menores o del pago de la pensi6n al'rmenticia, la prueba del SSA/SSI o de los Beneficios de los Veteranos o la prueba de los ingresos por jubilaci6n. DE_ BERA ADJUNTARSE UNA COMA DE LOS DOC[JM�EI�ITOS SIN EXCEPCION. Quien suscnbe, el solicitante, por medio de la presente autorizo a a fin de que verifique mis antecedentes personales, incluyendo: cNmt-detaAg-cWa los salarios, pensions a inversiones. Se entiende que esta autorizaci6n se otorga con el unico prop6sito de cer6ficar mi elegibilidad para la ayuda financiera federal, y que toda la infbrmaci6n adquirida en este sentido seguirt siendo confidencial. CON MI FIRMA, RECONOZCO QUE TODA LA INFORMAC16N QUE HE PROPORCIONADO ES VERDADERA Y CORRECTA A MI LEAL SABER Y ENTENDER. SOY CONCIENTE DE QUE SI HAGO ALGUNA DECLARAC16N FALSA INTENCIONALMENTE EN ESTA CERTIFICACION O EN CUALQUIER OTRA DOCUMENTACION QUE PROPORCIONE PARA LA ELEGIBILIDAD DEL PROGRAM& PUEDO SER CASTIGADO CON MULTAS O CON LA CARCEL DE HASTA CINCO (5) MOS, O AMBOS, BAJO LA SECCIORq 1001 DEL TITULO 18, DEL CODIGO DE LOS ESTADOS UNIDOS, Y QUE TAMBII N PODRIA ESTAR SUJETO A LAS MULTAS Y SANCIONES CMLES Y/O ADMINISTRATIVAS PERTINENTES. Firma del Solicitante Fecha ELEGIBILIDAD DE LOS INGRESOS PARA EL SUBSIDIO EN 24 CFR 570.208 BLOQUE: PARA EL DESARROLLO COMUNITARIO (CDBG, por sus s i ias en in les Actividad clasificada bajo los ingresos y la composici6n del 24 CFR 570.208(a)(2)(i)(B) 24 CFR 570.506(b)(3)(iii) grupo familiar La actividad se clasifica a partir de los requisitos de elegibilidad 24 CFR 570.208(a)(2)(i)(C) 24 CFR 570.506(b)(3)(iii) de los ingresos que se limitan exclusivamente a las personas de ingresos bajos y moderados DEFINICIONES 124 CFR 570.3 Familia: Se refiere a Was las personas que vivan en la misma casa, que estan relacionadas por nacimiento, matdMio o adoption. Nucleo Familiar: Se refiere a todas las personas que ocupan la vivienda. Los ocupantes podrian ser una sola familia, una persona viviendo sofa, dos o mas familias viviendo juntas o cualquier otro grupo de personas relacionadas o no que compartan las condiciones en materia de vivienda. { Ingresos: Con el fin de determinar si los ingresos de una familia o de un nucleo familiar son bajos o moderados dentro de la Subseccibn C de esta secci6n, los beneficiaries podrian seleccionar cualquiera de las tres definiciones enumeradas abajo para cada actividad, salvo que las actividades integralmente relacionadas que sean del mismo tipo y que califlquen dentro del mismo apartado del 570.208(a) deban utilizar la misma definici6n de los ingresos. La opci6n de elegir una definici6n no se aplica a las aciividades que califican con el 570.208(a)(1) (Acdvidades de beneficio del area), salvo cuando el beneficiario Ileve a cabo una investigaci6n de acuerdo con el 570.208(a)(1)(vi). Las actividades que califican de acuerdo con el 570.208(a)(1) generalmente deberan utilizar los datos de ingresos del area provistos por HUD a los beneficiarios. Las tres definiciones son las siguientes: (i) Los ingresos anuales tal Como se los define en el programa de Pagos de Ayuda para la Vivienda de la Secci6n 8 en el Titulo 24 del C6digo Federal de Regulaciones 813.106 (salvo que la ayuda para la CDBG que se proporcione tenga relaci6n con la rehabilitaci6n al propietario de acuerdo con el 570.202, el valor de la residencia principal del propietario se podria excluir del calculo de los Activos Netos de la Familia); o bien Calcular los ingresos anuales de una familia o de un nucleo familiar efectuando una proyecci6n de la tasa predominante de ingresos de cada persona al momento de proporcionarsele la ayuda a la persona, a la familia o al nucleo familiar (segun corresponda). El In -grew anual estimado debera incluir los ingresos de toda la familia o de los miembros del nucleo familiar, segun sea el caso. La mejora en los ingresos o en los bienes denvada de la actividad de la ayuda del CDBG no se considerara para i calcular bs, ingresos anuales. Ho -gar de ingresos bajos v moderados se refiere a un nucleo familiar que tiene un ingreso igual o inferior al limite de bajos ingresos de la Secci6n 8 establecido por HUD. (LMH, por sus siglas en ingles) Advertendia: El rtu/o 18, Ar9culo 1001 del Chdigo de los Estados Unidos establece que una persona serd hallada culpable de un delito penal grave cuando inlendonalmente Naga declarsdones falses o fraudulentas ante cualquier departamento o agencia de los Estados Unidos. La ley estatal podda prover sandones para las dedaradones fa/sas o fraudulentas. i■�.i Este material esta disponible en un fomlato accesible a petition. CD/17/517121V3 2de3 VIVIENDA POBLICA Y DESARROLLO COMUNITARIO MFORMULARIO GENERAL DE ADMISION PARA CDBG Persona de ingresos bajos v moderados se refiere a un miembro de la familia cuyo ingreso es equivalente o interior al limite de ingresos bajos de la Secci6n 8 establecido por HUD. Los individuos no emparentados se considerarsn familias unipersonales para este prop6sito. (LMI, por sus siglas en ingles) Hogar de ingresos baios se refiere a un hogar con un ingreso igual o inferior al limite de ingresos muy bajo de la Secci6n 8 establecido por HUD. (LMH, por sus siglas en ingles) Persona de Baios Ingresos se refiere a un miembro de una familia cuyo es un ingreso igual o inferior at limite de ingresos muy bajos de la Secci6n 8 establecido por HUD. Los individuos no emparentados deberan considerarse como familiss uninersonales oara este orop6sito. (LMC, por sus siglas en ingles) LA Usted deberA pedir primeramente la verificaci6n de terceros. Se trata de una venficacion provenlente dtrectamente oe la tuente ae ingresos. La solicitud puede ser enviada por correo, por fax o por correo electr66ico. DeberA quedar bien claro que fue recibida de Limites de Ins Ingresos pars el Ano Fiscal 2018 (Vigente desde el 1 ro de Abril, 2018) o,.. o.,.,,....,-,.,, o i� Nf. r•,rpcnnnrlipntp nl famann de su aruno familiar v a la cantidad de su ingreso Extremadamente bajo de la media) Muy bajo (50% de la media) Baj0Gru(30% (80% de Ia med$16,550 $27,550 $44,100 $18,900 $31,500 $50,400 $21,250 $35,450 $56,700 il $25,100 $39,350 $62,950 $29,420 $42,500 $68,000 $33,740 $45,650 $73,050 $38,060 $48, 800 $78,100 $42,380 S51,950 $83,100 Note: LMI' (LOW -MODERATE INCOME): Ingresos bajos o moderados LMC-- (LOW -MODERATE CLIENTELE): Clientela de Ingresos bajos o moderados LMJ"' (LOW -MODERATE JOBS): Empleos de Ingresos bajos o moderados LMH"" (LOW -MODERATE HOUSING): Vivienda de Ingresos bajos o moderados Advertencia: El Tdulo 18, Articulo 1001 del C6digo de los Estados Unidos establece qua una persona sera hallada culpable de un delito penal grave cuando intenaonalmente haga declaraolones felsss o fraudulentas ante cualquier departamento o agencle de los Estados Unidos. La ley estatal podda prever sandones para las declaracrones falsas o fmudulentas. fkcc Este material esta disponible an un fonnato aesible a petici6n. CD/17/51712M 3 de [, 8 MAW MW Date: IUD "II nvu0u\v nnv IU.vllvlu.\I I r ucv GLV rIrIC1Y r List of Persons Assisted (Public Service) Supplement to Quarterly Expenditure and Progress Report 1st Quarter [Jan - Mar] 2nd Quarter[Apr-Jun] 3rd Quarter [Jul - Sept] 4th Quarter [Oct - Dec]/Annual Report 1. Persons Assisted Last Name First Name 2. Status New Existing 3. Address House Number Direction Street Name StrestType 4 & 6. NRSA http://gisweb.miamidade.gov/Community5emices/ Lives in a NRSA? Name of NRSA ❑ElYes �No 124 El 0 Yes DNo ❑❑❑Yes ❑ No ❑ ❑ Dyes ❑ No 5 ❑ ❑ ❑Yes ❑ No 6 ❑ ❑ ❑Yes 1-1 No 7 El ❑ Yes No S ❑ ❑ Yes 1:1No 9 ❑ ❑ Yes ❑ No 10 ❑ ❑ Yes ❑ No 11 ET ❑ Dyes E]No 12 ❑ ❑ Yes 1:1No 13 ❑ ❑ Yes ❑ No 14 ❑ ❑ Dyes 0Na 15 ❑ ❑ ❑Yes ❑No INSTRUCTIONS 1. Fill in name of the person for which Public Services were provided. 2. Enter a check mark In the column that matches the person's status [New —or— Existing]. 3. Enter the complete address of the person assisted, e.g., House Number, Direction, Street Name, & Street Type. 4. Enter Yes or No as applicable if the person lives in one of the NRSAs. 5. If yes, view NRSA map at hitp://gisweb.miamidade.gov/Community5ervices/ to determine correct NRSA location and fill in the name of the NRSA: Goulds, Leisure City, Melrose, Model City. Opa-Locka, Perrine, South Miami, West Little River, Biscayne North or Cutter Ridge. Well Title In, US Coda eoction toot, state. met oa .,kk.glr makus Iulsu _i Oradulent stalamcrts'a nsy Dapadment � Ag^nry of fhe United States Is aunty are felony. State law may also provide penalties for false or fraudulent statements. C .•� �-• TTIs maledal Is available In an ecceesale format upon request. Page 0 of CD123112513N3 N 00 rcem_w '��] ATTACHMENT D PUBLIC HOUSING AND COMMUNITY DEVELOPMENT (PHCD) INFORMATION FOR ENVIRONMENTAL REVIEW FORM INSTRUCTIONS: Per 24 CFR Part 58, the purpose of the environmental review procedures is to foster the implementation of environmentally compatible activities. As a grant or loan recipient; Miami -Dade County will not fund projects that will negatively impact clients, communities, or the environment Part I. AGENCY AND PROJECT DETAIL 1. Indicate Funding Source: ® CDBG ❑ HOME ❑ HOPE VI ❑ HOMELESS (SRO/SHP) ❑ EDI ❑ NSP Indicate Fiscal Year: FY 2018 2. Name of Subrecipient/Agency: City of South Miami 3. Name of Proposed Activity: Marshall Williamson Park Crime Prevention Improvement 4. Location Address with City, ST and Zi of ity or Project: 6121 SW 68th St South Miami, FL 33143 6. Site Folio Numbe s : 094025-063-0030 7. Commission District(s): Board of County Commissioner, Xavier Suarez, District 7 R nirprt r'.nntart infnrmntinn of roan/nrant rarinicnt- Name: Zachariah A. Cosner Address: 6130 Sunset Drive City: South Miami State: FL Zip: 33143 Phone: 305 663-6330 Fax: 9. Detailed description of activity or project: The project is design and construction of Park infrastructure Improvements, that may include: benches, lighting equipment, stationary ping-pong equipment, signs, landscape, sidewalks, emergency blue light call box system, and a gunshot detection system, following 1 M 00 the Crime Prevention Through Environmental Design criteria. The purpose of the project is to provide a safe environment to residents, by reducing the crime in the park. The CIP Project Manager's salary and all other costs related to the project and programs are covered by the City of South Miami. 10. What is the purpose of the activity or project? For example, Public Service, Economic Development, Historic Preservation, Capital Improvement, Housing, etc. Capital Improvement 11. What is the status of activity or project? For example, Pre -Development Phase, Rehab/Construction Underway, Rehab/Construction Completed, etc. Presently no action has been taken yet. The Project will commence as soon as funds become available and an award letter is issued. Part 11. PROJECT OUTCOME Will the activity or oroiect result in the foilowinn? YES NO X 1. Change in use X 2. Sub -surface alteration (i.e. excavations) X 3. New construction X 4. Renovation or demolition X 5. Site Improvements (utilities, sidewalk, landscaping, storm drainage, parking areas, drives, etc. X 6. Building improvements (windows, doors, etc.) X 7. Displacement of persons, households or business X 8. Increase in population working or living on site X 9. Land acquisition X 10. Activity in 100-year floodplain X 11. A new nonresidential use generating at least 1,375,000 gallons of water or 687,500 gallons of sewage per day. X 12. Use requiring operating permit (i.e. for hazardous waste, pre ent of se a etc. X 13. A sanitary landfill or hazardous waste disposal site X 14. Tree removal or relocation X 15. Street improvements X 16. The impounding of more than 10 acre feet of water (e.g. digging a lake or diverting or deepening of a body of water). I* 00 Part III. SITE SPECIFIC INFORMATION 1. Land Use: Describe the existing and proposed land use: • Existing? Existing - Recreational Use. . • Proposed? No changes to the Recreational Use. • Does the site have any known contaminants? ❑ YES N NO • If there are known contaminants, has a Phase I audit been completed? If yes, a copy of Phase I Environmental Audit certified to Miami -Dade County must be submitted to determine the likely presence of either a release or threatened release of hazardous substance. N/A ❑ YES ❑ NO 2. Site Plan: Does the proposed activity include a new structure(s) or site improvements on a site of one (1) acre or more? ® YES ❑ NO If yes, a site plan must be provided. Proiect(s) will not be environmentally reviewed without a site a plan. 3. Photographs: Does the activity include new construction, renovation or rehabilitation? N YES ❑ NO If yes, photographs must be provided of each side (front, rear and sides) of the structure(s) proposed for assistance and the buildings on the adjacent lots. The photographs shall be identified by address. In addition, provide for each existing structure on the site, the following information: Existing structure(s) on site? N YES ❑ NO a Estimated age of structure(s)? Park Site since 1964 4. Value of Improvements: Does the proposed activity include rehabilitation or renovation of structure(s)? 3 LA Go ® YES ❑ NO If yes, what is the estimated cost of rehabilitation or renovation? $200,000 (includes improvement specifications, $50,000; and construction, $ 150,000 What is the amount sought for funding? $150,000 In addition, indicate if the estimated value of the improvement represents: ® 0 to 39.9 percent of the market value of the structure(s) ❑ 40 to 49.9 percent of the market value of the structure(s) ❑ 50 to 74.9 percent of the market value of the structure(s) ❑ 75 percent or more of the market value of the structure(s) 5. Phase I Environmental Audits: Does the proposed activity involve the transfer of any property, new construction, major renovations of 75% or more of the structures' market value, or a securing of a loan for nonresidential parcel? ►� • If yes, a copy of Phase I Environmental Audit certified to Miami -Dade County must be submitted to determine the likely. presence of either a release or threatened release of hazardous substance. An audit is a review of a site and adjacent properties and involves preparing a history of ownership, land use and zoning for the last 50 years; researching environmental records for information on hazardous waste sites, hazardous facilities, solid waste/landfill facilities and underground storage tanks (available through the Department of Permitting Environment and Regulatory Affairs (DPERA), Florida Department of Environmental Protection (FDEP) and U.S. Environmental Protection Agency (EPA)); and site inspection for physical evidence of contamination such as damaged vegetation or stains in the soil. Has a Phase I been performed? ❑ YES ® NO 6. Environmental Health Information: • If a residential site and the activity includes or involves rehabilitation, has it been inspected for defective paint surfaces? N/A ❑ YES ❑ NO If yes, please submit the results. • Have any child under the age of six at the site been tested for elevated levels of lead in the body? ❑ YES ® NO If yes, please submit the results. 4 W 00 7. Other Site Information: YES NO 1. Flood insurance required? X 2. Public water available on site? X 3. Public sewer available on site? x 4. Children under 6 years of age residing on site or relocating to site (including day care facility)? X 5. Hazardous waste disposal facility? X 6. Storage of hazardous materials on site? X 7. Abandoned structure(s) on site? X Part IV. SUPPLEMENTAL REQUIRED DOCUMENTS Required Submittal Documents: 1. For all projects: Submit street/plat maps that depict location of property in the County and/or City with the location or lot clearly pointed out. 2. For new construction projects: Submit a scope of service, an itemized budget, and a site plan. 3. For housing/building rehabilitation projects only: Submit a scope of service, an itemized budget describing the major components of the rehabilitation program planned, and a photograph of the property. 4. For historic proprieties, include: Submit photographs of the property, and a description of any adjacent historic properties that may be affected by your activity. Part V. CERTIFICATION l certify to the accuracy of the information provided. I understand that all funded activities must have an approved environmental review clearance prior to the commencement of projects. I clearly understand that any omitted and/or Incorrect information will delay the initiation of the environmental review process by the PHCD staff. As such, 1 am aware that omitted information could delay the commencement of my orgahMa5tion's project. I understand all approved environmental reviews are valid for one (1ly�ar maximum. Steven J. Alexander Print Name City of South Miami Name of Organization or Corporation Signature City Manager Title Date Unless otherwise indicated, return completed form and attachments to: Project Management Division Public Housing and Community Development 701 NW 11 Court -14*' Floor Miami, Florida 33136 E e TYPES OF ACTIVITIES AND ENVIRONMENTAL GUIDELINES TRIGGERED: Type of Activity EXEMPT' CENST" CEST"' EA"" Economic Development New Construction X Rehab X1 XZ Non-Construction/Expansion X Housing Single Family Rehab X Multi -Family Rehab X1 X2 New Construction X Homeownership Assistance X Affordable Housing Pre-Dev. X Capital Improvement Handicapped Access X Public Facilities X1 XZ Infrastructure X1 Xz Public Services Employment X Crime Prevention X Child Care X Youth or Senior Services X Sup22rtve Services X Type of Publication No Public No Public No Public Notice/No Publish Notice/No Notice/No RROF (No Statutory FONSI and RROF RROF Requirement NOI/RROF Triggered) Or Publish NOI/RROF (Statutory Requirement Tri ered Estimated Time Frame (Excluding 3I Days 30-05 Days 45-90 Days 90 Days Triggered Statutes) Minimum C1 If for continued use and change in density (or size) of less than 20% Al Change in density (or size) of more than 20% Exempt Exempt Activities CENST Categorically Excluded and Not Subject to 58.5 CEST Categorically Excluded Subject to 58.5 EA Environmental Assessment (Format II) CD/38110412 E MIAMI- PUBLIC HOUSING AND COMMUNITY DEVELOPMENT (PHICD) UNIFORM AFFIDAVITS ATTACHMENT E 59-6000431 024628976 Federal Employer Identification Number(FEIN) Dun & Bradstreet Number (D-U-NSO) City of South Miami A) Name of Entity, Individual(s), Partners or Corporation South- 6130 Sunset Drtve Miami Street Address (P.O. Box Number is not permitted) City 1. MIAMLDADE COUNTY OWNERSHIP DISCLOSUREAFF]DAVIT (Sec. 2-8.1 of the Miami -Dade County Cade) B) Doing Business As (If same as line A, leave blank) F1 USA 33143 State (U.SA) Country rap Code Firms registered to do business with Miami -Dade County, shall require the person contracting or transacting such business with the County to disdose under oath his or her full legal name, and business address. Such contract or transaction shall also require the disclosure under oath of the full legal name and business address of all individuals having any interest (legal, equitable, beneficial or otherwise) in the contract other than subcontractors, materiahnen, suppliers, laborers or lenders. Past office box addresses shall not be accepted hereunder. if the contract or business transaction is with a corporation the foregoing information shall be provided for each officer and director and each stockholder holding, direly or indirectly, five (5) percent or more of the outstanding stock in the corporation. If the mntract or business transaction is with a partnership, the foregoing information shall be provided for each partner. H the contract or business transaction is with a trust, the foregoing information shall be provided for the trustee and each beneficiary of the trust The foregoing disclosure requirements shall not apply to contracts with publicly - traded corporations, or to contracts with the United States or any department or agency thereof, the State or any political subdivision or agency thereof, or any municipality of this State. Use duplicate page if needed for additional names. Hno officer, dgmsfor or stockholder owns (5%) or more of stock, please write "None" below. car m.�vo., a1 FULL LEGAL MANE TITLE ADDRESS OWNERS I CHECK BOXES BELOW FULL LEGAL NAME TITLE d z 3 o ADDRESS GENDER1 FACE I ETHMGTY TF s E a^ z S ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 1❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ I ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 1 ❑ 10 Me percentage of the firm is owned by a publidy traded corporation, indicate below in the space'Other Corporations'. OTHER CORPORATIONS 1 ❑ 10 ❑ Io 10 1 ❑ 1 ❑ 10. 1131 ❑ 11310 10 1 ❑ 1 ❑ 10 Page 1 of 9 CDf52131413fV 9 ma PUBLIC HOUSING AND COMMUNITY DEVELOPMENT (PHCD) UNIFORM AFFIDAVITS 2 MIAMI.OADE COUNTY EMPLOYMENT DISCLOSURE AFFIDAVIT (County Onbnance No. 90-133, amending Section 28-f (d) (2) of the Miami -Dade County Code) The following information is for compliance with all items in the aforementioned Section: 1. does your firth have a collective bargaining agreement with its employees? Yes ❑ No ❑ 2. Does your firm provide paid health pre benefits for its employees? Yes ❑ No ❑ 3. Provide a current breakdown (number of persons) In your finis work tons indicating race, national origin and gender. 3. MIAMI.OADE EMPLOYMENT DRUO-FREE WORKPLACE AFFIDAVIT (Section 2-8.1.2(b) of f1re Komi -Dodo County Code) All persons and entities that contract with Miami -Dade County are required to certify that they will maintain a drug -bee workplace and such persons and entities are required to provide notice to employees and impose sanctions for drug violations occurring in the workplace. In compliance with Ordinance No. 92-15 of the Code of Miami -Dade County, the above named firm is providing a drug -free workplace. A written statement to each employee shall inform the employee about: 1. Danger of drug abuse in the workplace 2. The firm's policy of maintaining a drugiree environment at all work places 3. Availability of drug Counseling, rehabilitation and employee assistance programs 4. Penalties that may be Imposed upon employees for drug abuse violations The firm shag also require an employee to sign a statement, as a condition of employment that the employee will abide by the terms of the drug -free workplace policy and notify the employer of any criminal drug conviction occuning no later than five (5) days after receiving notice of such conviction and impose appropriate personnel action against the employee up to and including termination. Firms may also comply with the Countys Drug Free Workplace Certification where a person or entity is required to have a drug -free workplace policy by another local, state or federal agency, or maintains such a policy of its own accord MW such policy meets the intent of this ordinance. 4. MIAMFDADE COUNTY DISABILITY AND NON-DISCRIMINATION AFFIDAVIT (Article 1, Section 2-8.1.5 Resolution R-182-00 Amending R-385-95 of the Miami-Deds County Code) Firms transacting business with Miaml-Dade County shall provide an affidavit indicating compliance with all requirements of the Americans with Disabilities Act (A-D.A.). I, state that this firm, is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor shall comply with all applicable requirements of the laws Including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. The American with Disabilities Act of 1990 (ADA.), Pub. L. 101-336, 104 Stet 327, 42 U.S.C. Sections 225 and 611 including Titles I, II, III, IV and V. The Rehabilitation Ad of 1973, 29 U.S.C. Section 794 The Federal Transit Act, as amended, 49 U.S.C. Section 1612 The Fair Housing Act as amended, 42 U.S.C. Section 3601-3631 1 hereby affirm that I am in compliance with the below sections: Section 2-10.4(4)(s) of the Code of Mismi-0sde County (Ordinance No. 82-37). which requires that all properly licensed architectural, engineering, landscape architectural, and land surveyors have an affirmative action plan on file with Miami -Dade County Section 2.8.1.5 of the Code of Miami -Dade County, which requires that firms that have annual gross revenues in excess of five Page 2 of 9 CD152131413N O T MIAM PUBLIC HOUSING AND COMMUNITY DEVELOPMENT (PHCD) UNIFORM AFFIDAVITS (5) million dollars have an affirmative action plan and procurement policy on file with Miami -Dade County. Firms that have a Board of Directors that are representative of the population make-up of the nation may be exempt. S. MIAMI-DADECOUNTYDEBARMENTDISCLOSUREAFFIDAVIT (Section 1Q38 of the Miami -Dade County Code) Firms wishing to do business with Miami -Dade County must certify that its contractors, subcontractors, officers, principals, stockholders, or affiliates are not debarred by the County before submitting a bid. I, confirm that none of this firms agents, officers, principals, stockholders, subcontractors or their affiliates are debarred by Miami - Dade County. 6. MIAMI-DADE COUNTY AFFIDAVIT RELATING TO INDIVIDUALS AND ENTITIES ATTESTING BEING CURRENTIN THEIR OBLIGATIONS TO MIAMI-DADE COUNTY (Ordinance 99-16Z emending Section 2-8. 1; Ordinance 00-30, emending Section 2-8.1 (c), and Ordnance 00-67. amending 2-8.1 (h), of the Miami -Dade County Code) Firms wishing to transact business with Miami -Dade County must certify that all delinquent and currently due fees, taxes and parking tickets have been paid and no individual or entity in arrears in any payment under a contract, promissory note or other document with the County shall be allowed to receive any new business. I, cenfurn that all delinquent and currently due fees or taxes including, but not limited to, real and personal property taxes, convention and tourist development fazes, utility lazes, and Local Business Tax Receipt collected in the normal course by the MiamH)ade County Tax Collector and County issued parking tickets for vehicles registered in the name of the above firth, have been paid. 7. MIAMI-DADE COUNTY CODE OF BUSINESS ETHICS AFFIDAVIT (Article 1, Sewon 2-8.1 n of the Miami -Dade County Code through (6) and (9) o/Ne County Code and County Ordnance No 00-1 amending Section 241.1(c) of the County Code) Firms wishing to transact business with Miami -Dade County must certify that It has adopted a Code that complies with the requirements of Section 2-8.1 of the County Code. The Code of Business Ethics shall apply to all business that the contractor does with the County and shall, at a minimum; require the contractor to comply with all applicable governmental rules and regulations. I confirm that this firm has adopted a Code of business ethics which complies with the requirements of Sections 2-8.1 of the County Code, and that such code of business ethics shelf apply to all business that this flan does with the County and shall, at a minimum, require the contractor to comply with all applicable governmental rules and regulations. 8. MIAMI-DADS COUNTY FAMILY LEAVE AFFIDAVIT (Article V of Chapter 11, of the Mlamd-0ade County Code) Firms contracting business with Miami -Dade County, which have more than filly (50) employees for each working day during each of twenty (20) or more work weeks in the ct rent or preceding calendar year, are required to certify that they provide family leave to their employees. Finns with less than the number of employees indicated above are exempt from this requirement, but must indicate by letter (signed by an authorized agent) that it does not have the minimum number of employees required by the County Code. I confirm that if applicable, this firm complies with Article V of Chapter 11 of the County Code, which requires that firms contracting business with Miami -Dade County which have more than fitly (50) employees for each working day during each of twenty (20) or more work weeks in the current or preceding calendar year are required to certify that they provide family leave to their employees. 9. MIAMI-DADE COUNTY LIVING WAGE AFFIDAVIT (Section 2-8.9 of the of the Miami -Dade County Code) All applicable contractors entering into a contract with the County shall agree to pay the prevailing living wage required by this section of the County Code. I confirm that if applicable, this firm complies with Section 2.8.9 of the County Code, which requires that ail applicable employers entering a contract with Miaml-Dade County shall pay the prevailing living wage required by the section of the County Code. Page 3 of 9 CD/52f31413N MIAMFMDE PUBLIC HOUSING AND COMMUNITY DEVELOPMENT (PHCD) UNIFORM AFFIDAVITS 10. MIAMI-DADE COUNTY DOMESTIC LEAVE AND REPORTING AFFIDAVIT (Article 8, Section I fA-60-1 IA-67 of the of the Miami -Dade County Code) Firms wishing to transact business with Miami -Dade County must certify that d is in compliance with the Domestic Leave Ordinance. I confinn that 9 applicable, this firm complies with the Domestic Leave Ordinance. This ordinance applies to employers that have, in the regular course of business, fifty (50) or more employees working in Miami -Dade County for each working day during the current or preceding calendar year. 11. MIAMI-DADE COUNTY CRIMINAL RECORD AFFIDAVIT (Section 2-8.6 of the Miami -Dade County Code) The individual or entity entering into a contract or receiving funding from the County ❑ has ® has not as of the date of this affidavit been convicted of a felony during the past ten (10) years. An officer, director, or executive of the entity entering into a contract or receiving funding from the County ❑ has ® has not as of this date been convicted of a felony during the past ten (10) years. Swom to and subscribed before me this C�a day of Personallyknown f L w �i/fo G ion /�, / Notary Public State of l /! /irn/.Li3J 20 / d-. Or produced identification My commission expires (Type of identification) MARiAL GARCu t� MY COMMISSIONSGG 115752 F7fPIPEs:Odahe 16,2021 (Print, type or sta iiiiiiiiIIIIINWIM Page 4 of 9 CDI52/31413N N T PUBLIC HOUSING AND COMMUNITY DEVELOPMENT (PHCD) UNIFORM AFFIDAVITS SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a) FLORIDA STATUTES ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1.- This form statement is submitted to _Miami Dade County by Steven J. Alexander, City Manager (Print individual's name and tine) for City of South Miami (Print name of entity submitting sworn statement) whose business address is 6130 Sunset Drive, South Miami, FL 33143 and if applicable its Federal Employer Identification Number (FEIN) is _5M000431 If the entity has no FEIN, include the Social Security Number (SSN) of the individual signing this sworn statement. SSN 2.- 1 understand that a "public entity crime' as defined in paragraph 287.133 (1) (g), Florida Statutes, means a violation of any state or federal law by a person with respect to, and directly related to the transactions of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to any bid or contract for goods or services to be provided to public entity or agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misinterpretation. 3.-1 understand that 'convicted' or "conviction" as defined in Paragraph 287.133 (1)(b), Florida Statutes means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in a federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contendere. 4.-1 understand that an "Affiliate" as defined in paragraph 287.133 (1)(a), Florida Statutes means: a) A predecessor or successor of a person convicted of a public entity crime or; b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term 'affiliate° includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 moths shall be considered an affiliate. 5: 1 understand that a'person" as defined in paragraph 287.133 (1)(e), Florida Statutes means any natural person or entity organized under the laws of any state or of the United States within the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or entity. The term 'person' includes those officers, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6.- Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement (Please indicate which statement applies) Page 5 of 9 CD/52/31413N M 0 �l PUBLIC HOUSING AND COMMUNITY DEVELOPMENT (PHCD) UNIFORM AFFIDAVITS X_Neither the entity submitting sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity, crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity, or an affiliate of the entity had been charged with, and convicted of a public entity crime subsequent to July 1, 1989, AND (please indicate which additional statement applies). The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THAT PUBLIC ENTITY PRIOR TO ENTRING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017 FLORIDA STATUTES FOR A CATEGORY TWO OF ANY CHANGE IN TH NFBRMfli10N CONTAINED IN THIS FORM. (Signature) Sworn to and subscribed before me this t� day of 20 . Personally kno r/P Or produced identification Notary Public -State of.. My commission expires (Type of identification) MARIAL 4RCI.A s...., ,��;, MY COMMISSIUil53L'11`r52 EVIRES:O&W; 1g.= (Print, no ary public) Page 6 of 9 CD152131413N v 10 IBM PUBLIC HOUSING AND COMMUNITY DEVELOPMENT (PHCD) UNIFORM AFFIDAVITS AFFIDAVIT OF FINANCIAL AND CONFLICTS OF INTEREST 1.- Do you have any past due financial obligations with Miami -Dade County? Single Family House Loans Yes ❑ No ED Multi -Family Housing Rehab Yes ❑ No CDBG Commercial Loan Project Yes ❑ No U.S.HUD Section 108 Loan Yes ❑ No Other HUD Funded Programs Yes ❑ No Other (liens, fines, loans, occupational licenses, etc.) Yes ❑ No If YES, please explain 2.- Do you have any past due financial obligations with Miami -Dade County? YES ❑ NO If YES, please explain: 3: Are you a relative of or do you have any business or financial interests with any elected Miami -Dade County official, Miami -Dade County Employee, or Member of Miami -Dade County's Advisory Boards? YES ❑ NO If YES, please explain: Any false information provided on this affidavit will be reason for rejection and disqualification of your project -funding request to Miami -Dade County The answers to regolrg questio co dry stared to sl of my knowledge and befief. By. (Signal Applicant) (Date) Sworn to and subscribed before me this ��� day of 20 ZF- Perry known _aT�T� ��qq-_ Or produced identification Notary Public -State of My commission expires (Type of identification) �„ 4 � CARC nn or stamp commission name of notary pubre) WCOMMISSIONitGNSM EXPIRES: Otlober 16,2021 '+.:S71dM Tr" CD/52131413N W) 0 W PUBLIC HOUSING AND COMMUNITY DEVELOPMENT (PHCD) UNIFORM AFFIDAVITS COLLUSION AFFIDAVIT (Code of Miami -Dade County Section 241.1 and 10-33.1) (Ordinance No. 08-113) BEFORE ME, A NOTARY PUBLIC, personally appeared Steven J Alexander (Insert Name of Affiant) who being duly sworn states: I am over 18 years of age, have personal knowledge of the facts stated in this affidavit and I am an owner, officer, director, principal shareholder and/or I am otherwise authorized to bind the bidder of this contract I state that the bidder of this contract ® is not related to any of the other parties bidding in the competitive solicitation, and that the contractor's proposal is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and that the contractor has not, directly or indirectly, induced or solicited any other proposer to put in a sham proposal, or any other person, firm, or corporation to refrain from proposing, and that the proposer has not in any manner sought by collusion to secure to the proposer an advantage over any other proposer. OR ❑ is related to the following parties who bid in the solicitation which are identified and listed below: Note: Any person or entity that fails to submit this executed affidavit shall be ineligible for contract award. In the event a recommended contractor identifies related parties in the competitive solicitation its bid shall be presumed to be collusive and the recommended contractor shall be ineligible for award unless that presumption is rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bids or proposals. Related parties shall mean bidders or proposers or the principals, corporate officers, and managers thereof which have a direct or indirect ownership interest in another bidder or proposer for the same agreement or in which a parenLcampany or the principals thereof of one (1) bidder or proposer have a direct or indirect own nterest in another bidder or proposer for the same agreement. Bids or proposals found a collusive shall be By: 2�F . re of Affiant U Date Steverf" 1. Alexander Print Name of Affiant and Title 51 9- 61 0/ 0/ 0/ 4 / 3/ 1 / _ Federal Employer Identification Number City of South Miami Print Name of Firm 6130 Sunset Drive, South Miami, FL 33143 Address of Firm Page 8 of 9 CD/521314131V M"R mms PUBLIC HOUSING AND COMMUNITY DEVELOPMENT (PHCD) UNIFORM AFFIDAVITS SUBSCRIBED AND SWORN TO (or affirmed) before me this day of 20f He/She is personally known to me has presented 6APW AA � as identification o /% Type of identification Signature of otary Serial Number x:�4� r-y�� Print or Stamp Nam of Notary. Expiration Date Notary Public State of Notary Seal ifteneft �pRiAl. GARM �s#cQ Cy�tip • Y 'i N �$ �V� Page 9 of 9 CD/521314131V n rn "`O0.DF PUBLIC HOUSING AND COMMUNITY DEVELOPMENT DEVELOPER'S AFFIDAVIT THAT MIAMI-DADE COUNTY TAXES, FEES AND PARKING TICKETS HAVE BEEN PAID (Section 2-8.1 (c) of the Code of Miami -Dade County, as amended by Ordinance No. 00-30) and THAT DEVELOPER IS NOT IN ARREARS TO THE COUNTY (Section 2-8.1 (h) of the Code of Miami -Dade County, as amended by Ordinance No.00-87) I, being first duly sworn, hereby state and certify that the foregoing statements are true and correct: That I am the Developer (if the Developer is an individual), or the City Manager (fill in the title of the position held with the Developer) of the Developer. 2. That the Developer has paid all delinquent and currently due fees or taxes (including but not limited to, real and personal property taxes, utility taxes, and occupational taxes) collected in the normal course by the Miami -Dade County Tax Collector, and County issued parking tickets for vehicles registered in the name of the above developer, have been paid. 3. That the Developer is not in arrears in excess of the enforcement threshold under any contract, final non -appeasable judgment, or lien with Miami -Dade County, or any of its agencies or instrumentalities, including the Public Health Trust, either directly or indirectly through a firm, corporation, partnership orjoint venture in which the Developer has a controlling financial interest For purposes hereof, the term "enforcement threshold" means any arrearage under any individual contract, non -appeal able judgment, or lien with Miami -Dade County that exceeds $25,000 and has been delinquent for greater than 180 days. For purposes hereof, the term "controlling financial interest' means ownership, directly or indirectly, of ten percent or more of the outstanding capital stock in any corporation, 47inect interest of ten percent or more in a firm, partnership, or other business entity. By: 2018 Date nature of Affiant Steven J. Alexander. City Manager 59-6000431 Printed Name of Affiant and Title Federal Employer Identification Number City of South Miami Printed Name of Firm A14n Sunset nrht, C th IkAlnmi Fr 31141 Address of Firm r� SUBCS `CRIBEDANNDD SWORN TO (or affirmed) before me this y_day of by I ey0y? 7(r l fh bC�� He/She is Qe�n to me or has presented as identification Type oo Identification 90 ature of Notary Print or Stamp Name of Notary Notary Public -State of 4&`�x& Serial Number Expiration Date .�wwmnvomkn wow PWO Notary Seal IZOZ'8l regoV0S3flldxa ZSLSLt OJ /tJOISSIYIMO�AW' 9f MgNVO'IVIHtlYI �,,W mb ",' m PUBLIC HOUSING AND COMMUNITY DEVELOPMENT CONTRACTOR DUE DILIGENCE AFFIDAVIT Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval- (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami -Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PCOU AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No.: ContractTdle: Federal Employer Identification Number (FEIN): Steven J. Alexander City Manager Printed Name of Affiant Printed Title of Affiant City of south Miami Name of Firm .111T Date Affant 6130 Sunset Drive. South Miami Florida 33143 Address of Firm State Zip Code Notary Public Information Notary Public -State LJ County of Subscribed andswom to (or affirmed) before me this ac% day of 20 By ,fi/E!m 1 cw' He or she is pe onall� Y knovm to me or has produced ident (cation ❑ Type of identification Sena n: o otary Pudic 'ip{;'+ MMIALGAGG RCIA MV CORES:Odob;rlO.M1� Print or Stamp of Notary Public Expiration Date i 212014 e W=nADE PUBLIC HOUSING AND COMMUNITY DEVELOPMENT (PHCD) ETHICS COMMISSION DISCLOSURE STATEMENT FOR ALL PHCD PROGRAMS Applicant: City of South Miami Co -Applicant: N/A In accordance with Section 2-11.1 Subsection (c), and (d) of the Miami -Dade County Conflict of Interest and Code of Ethics Ordinance, covered persons defined under 2-11.1(b) are required to request an Ethics Opinion if they are seeking to participate in housing assistance programs administered by the PHCD. Check if any of the following applies to you: ❑� Itwe do not currently work for Miami -Dade County (no additional action is required). ❑ Uwe am/are a School Board or Federal Employee. These employees are not covered under Section 2-11.1 of the Miami -Dade County ConPo'd of Interest and Code of Ethics Ordinance (no additional action is required). ❑ Itwe am/are an appointed or elected County Official (Ethics Opinion must be sought - http://ethics.miamidade.govArequently-used-forms. asp) ❑ Vote am/are a Mlaml-Dade County Employee (Ethics Opinion must be sought- httpYleMics. miamidade.gov/frequently-used-torms. asp). • Please provide the department and division name below: ❑ Uwe am/= immediate family to a Miami -Dade County employee, appointed or elected official. (') Immediate family is defined as spouse, domestic partner, parents, stepparents, children and stepchildren (Ethics Opinion must be sought - httpYlethics.miamidade.gov/hequent/y�sed-forms. asp). • Please provide the following information regarding the County employee, appointed or elected official: Name of employee, appointed or elected official: Department, Division, or Board: Signature of Applicant: Signature of Date: 1?/196// F Warning: Title 16. US Code Sech'on 1001, states that a person who knowingly and willingly makes false or fraudulent statements to any Department or Agency ofthe United States is guilty ore felony. State law may also provide penalties for false or fraudulent statements. for ALC/AM/CA/CD/1 /62414N O O CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any of the funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in • the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreement in excess of $100,000) and that all subrecipients shall certify and disclose accordingly. 4. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. By. •N (signature of Authorized Representative) Print: City of South Miami. Steven J. Alexander (Print Name of Firm and Authorized Representative) Title: City Manag-er Date: P Z';) .D Z% r O Sout(e�miami THE CITY OF PLEASANT LIVING DISCLOSURE ABOUT RELATED PARTIES August 241, 2018 THERE ARE NO BOARD MEMBERS OF THE City of South Miami WHO HAVE ANY RELATIONSHIP OR HAVE MADE ANY TRANSACTION WITH OTHER ENTITIES THAT MIGHT RESULT IN A CONFLICT WITH City of South Miami OPERATIONS. ATTACHMENT F N O County Construction Sign ' (1 i 1,13 .: ❑ NON GOB STANDARD W X 8' CONSTRUCTION SIGN In Ground 1 Sided In Ground 2 Side �A-Frame 1 Sided A -Frame 2 Sided MODIFIED 2' X 3' CONSTRUCTION SIGN Portable A -Frame Quantity required D This Form to be Emailed to: Makingston chery:cmakin@miamidade.gov and Hernan Inpezlopezh@miamidade.gov Sign is 4 X 8' wlth 12 post • Project Manager to mark location of sign(s) on site. • Installer to all Sunshine 811 or 1-800-432-4700 for underground inspection before digging. Service Ticket # Index code GOB Capital Project Number Project Name Number Estimated Project Completion Date (inmIdd/yyyy) Website characters Project Manager Name, Department' Address_ Phone Number_ District Commissioner Funding Source Logo(s) (3 Max) o� o 4 Pee o Other SDecifv: Sign location address Plus speck location of sign placement Mt®D PUBLIC HOUSING AND COMMUNITY DEVELOPMENT (PHCD) ATTACHMENT G FAIR SUBCONTRACTING POLICIES (Ordinance 97-36) FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Ordinance 97-35, the Developer submits the following detailed statement of its policies and procedures of awarding subcontracts: Policies and procedures of awarding subcontracts are attached as Exhibit G-1 I hereby certify that the foregoing information is true, correct and complete. Signature of Authorized Representative: Title: City Manager Date: Firm Name: City of south Miami FEIN: 59-6000431 Address: 6130 Sunset Drive City: South Miami State: Telephone: (305) 663-6330 Zip Code: 33143 Fax: CD/51131313N FL t �Q , South(e Mliami 1W(11V(11 ►1[Ak-AN) IWIN(. PURCHASING POLICY The purchasing policy is in accordance with City of South Miami Charter Article III, Section 5 (Power and Duties) and Florida Statute Chapter 287. Purchases less than $5,000.00. Purchases of, or contracts for, materials, supplies, equipment, improvements or services for which funds are provided in the budget, where the total amount to be expended is not in excess of $5,000.00, may be made or entered into by the City Manager without submittal to the City Commission and without competitive bidding. Single purchases or contracts In excess of $5,000.00 shall not be broken down to amounts less than $5,000.00 to avoid the requirements of this subsection. Purchases of less than $1,000.00 do not require: — Purchase orders — Sealed Competitive bids Purchases of less than $5,000.00 but greater than $1,000 do require: A minimum of 3 written quotes from 3 different vendors unless piggybacking off an existing governmental contract, which was part of an acceptable competitive bid process. An approved purchase order Must have been included in the original budget or received approval from the City Manager. Purchases more than $5,000.00 but less than $25,000.00. Purchases of or contracts for materials, supplies, equipment, improvements or services for which funds are provided in the budget, where the total amount to be expended is in excess of $5,000.00 but which does not exceed $25,000.00, may be made or entered into by the City Manager with submittal to the City Commission and without competitive bidding, but shall require that the City Manager obtain quotes from at least three different vendors. Single purchases or contracts in excess of $25,000.00 shall not be broken down to amounts less than $25,000.00 to avoid the requirements of this subsection. Purchases more than $5,000.00 but less than $25,000.00 require: — Approval by the City Manager before the expenditure is made or funds committed. — A minimum of 3 wri$ten quotes from 3 different vendors unless piggybacking off an existing governmental contract which was part of an acceptable competitive bid process -- City Commission approval Purchases in excess of $25,000.00. Purchases in excess of $25,000.00 shall be in compliance with the competitive bidding requirements. Purchases in excess of $25,000.00 require: — Competitive bid process unless piggybacking off an existing governmental contract which was part of an acceptable competitive bid process -- Purchase orders must be obtained before an expenditure is made or funds committed and approved by the City Manager, -- City Commission approval CITY OF SOUTH MIAMI BUDGET FY 2017-2018 77 South Miami If it c nv cn ri I ASAN I i nVItia If the Manager deems the goods and services an emergency affecting life, health, property or safety, the -above policy is waived, but must remain in accordance with City of South Miami Charter Article III, Section S (Power and Duties) and Florida Statute Chapter 287. CITY OF SOUTH MIAMI BUDGET FY 2017-2018 78 0 T 01 PUBLIC HOUSING AND COMMUNITY DEVELOPMENT (PHCD) ATTACHMENT SUBCONTRACTOR/SUPPLIER LISTING (Ordinance 97-104) Firm Name of Prime ContractorlDeveloper City of South Miami This form, or a comparable listing meeting the requirements of Ordinance No. 97-104. MUST be completed by the developers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all developers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. This form, or a comparable listing meeting the requirements of Ordinance No. 97-104, must be completed and submitted even, though the developer will not utilize subcontractors or suppliers on the contract. The developer should enter the word "NONE" under the appropriate heading on this form in those instances where no subcontractors or suppliers will be used on the contract. The developer who is awarded the contract shall not change or substitute first tier subcontractors, direct suppliers or the portions of the contract work to be performed, or materials to be supplied from those identified, except upon written approval of the County. Business Name and Address of First Tier Subcontracted Sub- consultant Scope of Work to be Performed by SubcontractodSub- consultant Principal Owner (Principal Ormer) Gender Race None Business Name and Address of Dhect Supplier SuppiesiMatedals/Services to be Provided by Supplier Principal Owner (Pr incipal Owner) Gender Race None and accurate. contained in this Subcontractor/Supplier Listing are to the best of my knowledge Steven J. Alexander City Manager Print Name Print Title Authorized Representative (Duplicate if additional space is needed) Page 1 of 1 CD/53/31413N tom! r` O ATTACHMENT I PUBLIC HOUSING AND COMMUNITY DEVELOPMENT Agreement To Authorize Examination of Records and Adhere to Records Retention Requirements The undersigned agrees to the stipulations noted below for all work, materials, and services provided under this agreement dated andfor for all other third -party agreements/contracts for labor, materials, and services related to the work covered by this agreement for the City of South Miami projectlactivity. The undersigned shall ensure, and shall require all parties with whom it contracts to ensure, that Miami -Dade County, the Department of Housing and Urban Development, or Comptroller General of the United States, or any of their duty authorized representatives shall. have access to and the right to examine any of the following records from the awardee, sub -recipient, developer, contractor, subcontractor, suppliers and/or any other entity involved in any capacity in the above -referenced projectlactivity, for seven (7) years after final payment under contract. Records shall include, but are not limited to. the following: Contracts, sub -contracts, audits, financial books, ledgers, copies of canceled checks (front and back), wire transfer confirmations, payment requests (draws), invoices, receipts, drawings, maps, pamphlets, designs, electronic tapes, computer drives and diskettes, other media storage, pertinent books, documents, paper,, or other records —whether physical, electronic, or In any form— involving transactions related to this contract for the purpose of making audits, examinations, excerpts, and transcriptions. The awardee, sub-reciplent, developer, contractor, sub -contractor, sub -tier, suppliers and or any other entity involved in any capacity in the above -referenced project shall adhere to the following records retentfon requirements: a) Maintain, and require that its sub -contractors and suppliers maintain complete and accurate records to substantiate compliance with the requirements set forth In the contract/agreement documents for this project. b) The undersigned shall retain such records, and all other documents related to the services and materials furnished for this project, for a period of three (3) years from the completion of the activity or project. Other information: a) The County may conduct unannounced visits to offices, satellite offices, work sites, supplier warehouse, etc. of all entities involved in any capacity in the above -referenced project. b) Pursuant to the contract, there may be additional records requirement not listed in this agreement. Entity Name: Employer ID WFID #: City of South Miami 59-6000431 Full Address (Includine CitSt, ST and Zip) and Email Address 6130 Sunset Drive, South Miami, Fl- Signature: Print Name: Date: Steven J. Alexander Title: City Manager Check one, as applicable: Developer Prime -Contractor Sub -contractor or sub -tier sub -contractor X Other (specify) City Manager Qvxa'This material is available in an accessible format upon request. CDr61/31616 00 O Public Housing and Community Development Attachment J Community Development Block Grant (CDBG) Program Not Applicable EXH I BIT S CONSTRUCTION CONTRACT SAFETY & SECURITY IMPROVEMENTS AT MARSHALL WILLIAMSON PARK RFP #PR2021-37 THIS CONTRACT was made and entered into on this 1 St day of June , 20 21 , by and between Unitec Inc. (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"). WITNESSETH: That, Contractor, for the consideration hereinafter fully set forth herein, hereby agrees with Owner as follows: I. Contractor must furnish all labor, materials, equipment, machinery, tools, apparatus, transportation and any other items necessary to perform all of the work shown on and described in the Contract Documents and must do everything required by this Contract and the other Contract Documents hereinafter referred to as the Work. 2. The Contract Documents must include this Contract, General Conditions to the Contract, if any, the drawings, plans, specifications and project manual, if any, any supplementary or special conditions, other documents referring to this contract and signed by the parties, the solicitation documents ("hereinafter referred to as "Bid Documents") and any documents to which those documents refer which are used by Owner as well as any attachments or exhibits that are made a part of any of the documents described herein. 3. Contractor must commence the Work to be performed under this Contract on a date to be specified in a Notice to Proceed and must complete all Work hereunder within the length of time set forth in the Contract Documents. 4. Owner hereby agrees to pay to Contractor for the faithful performance of this Contract, subject to additions and deductions as provided in the Contract Documents and any properly approved, written change orders, in lawful money of the United States, the Lump Sum amount of: One hundred sixty nine thousand, five hundred forty-seven dollars and seventeen cents Dollars ($ 169,547 .17 (spell Dollar 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 75 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 $3,000.00 dollars per day, 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 257 of 292 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. 12.This project, in whole or in part, will be assisted through Miami -Dade County Public Housing and Community Development with Federal funding from Community Development Block Grant. (CDBG). Respondents must comply with the CDBG requirements; refer to Exhibit 4 "Attachment To Bid Package, Attachments A & B." 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: Unitec Inc. Signature: l Print Signatory's Name: KabuskaHurles Title of Signatory: General Manager ATTESTED: Signature: Nkenga4k. Payne City Clerk Read and Approved as to Form, Language, Legality, and Execution Thereof. S'irature City Attorney OWNER: CITY OF SOUTH MIAMI Signature: _ Sh i Kamali City Manager 258 of 292 EXHIBIT 6 CONSTRUCTION CONTRACT GENERAL CONDITIONS SAFETY & SECURITY IMPROVEMENTS AT MARSHALL WILLIAMSON PARK RFP #PR2021-37 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. Application for Payment: A form approved by the City's consultant (CONSULTANT), if any, or the City Manager which is to be used by CONTRACTOR in requesting progress payments. The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices and other terms for the Work to be performed. Bidder: Any person, firm or corporation submitting a response to OWNER's solicitation for proposals or bids for Work. Bid Documents: The solicitation for bids or proposals and all documents that make up the solicitation including the instructions, form of documents and affidavits. Bonds: Bid bond, performance and payment bonds and other instruments of security, furnished by CONTRACTOR and its surety in accordance with the Contract Documents and in accordance with the laws of the State of Florida. Change Order A written order to CONTRACTOR signed by the City Manager authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued after execution of the Contract. Work Order Proposals: Written proposals from CONTRACTOR in response to orders or request for work based on the Scope of the Work provided by OWNER to CONTRACTOR. The proposal includes line item pricing, where there are multiple locations, and the timeframe for completing the work. L& 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. C4 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 OWNER's designated representative as identified in the Supplementary Conditions. Q rr. 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. QW: 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 259 of 292 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 Representation: 2.4 CONTRACTOR represents that it has familiarized itself with, and assumes full responsibility for having familiarized itself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions and federal, state and local laws, ordinance, rules and regulations that may in any manner affect performance of the Work, and represents that it has correlated its 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. Oualifications of Subcontractors. Material men and Su lQp iers: 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 262 of 292 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—CORRELATION, INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS 3.1 It is the intent of the Specifications and Drawings to describe a complete Project to be constructed in accordance with the Contract Documents. The Contract Documents comprise the entire Contract between OWNER and CONTRACTOR. They may be altered only by a modification as defined in Article 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 CONSULTANTs attention in writing. The various Contract Documents are complementary; in case of conflict, error or discrepancy, the more stringent interpretation and requirement that will provide the maximum benefit to OWNER will apply 3.3 The words "furnish" and "furnish and install", "install", and "provide" or words with similar meaning will be interpreted, unless otherwise specifically stated, to mean "furnish and install complete in place and ready for service". 3.4 Miscellaneous items and accessories which are not specifically mentioned, but which are essential to produce a complete and properly operating installation, or usable structure, providing the indicated functions, must be furnished and installed without change in the Contract Price. Such miscellaneous items and accessories must be of the same quality standards, including material, style, finish, strength, class, weight and other applicable characteristics, as specified for the major component of which the miscellaneous item or accessory is an essential part, and will be approved by CONSULTANT before installation. The above requirement is not intended to include major components not covered by or inferable from the Drawings and Specifications. 3.5 The Work of all trades under this Contract must be coordinated by CONTRACTOR in such a manner as obtain the best workmanship possible for the entire Project, and all components of the Work must be installed or erected in accordance with the best practices of the particular trade. 3.6 CONTRACTOR will be responsible for making the construction of habitable structures under this Contract rain proof, and for making equipment and utility installations properly perform the specified function. If CONTRACTOR is prevented from complying with this provision due to the Drawings or Specifications, CONTRACTOR must immediately notify CONSULTANT in writing of such limitations before proceeding with construction in the area where the problem exists. 3.7 Manufacturer's literature, when referenced, must be dated and numbered and is intended to establish the minimum requirements acceptable. Whenever reference is given to codes, or standard specifications or other data published by regulating agencies or accepted organizations, including but not limited to National Electrical Code, applicable State Building Code, Florida Building Code, Federal Specifications, ASTM Specifications, various institute specifications, and the like, it will be understood that such reference is to the latest edition including addenda in effect on the date of the Bid. 3.8 Brand names where used in the technical specifications, are intended to denote the standard or quality required for the particular material or product. The term "equal" or "equivalent", when used in connection with brand names, will be interpreted to mean a material or product that is similar and equal in type, quality, size, capacity, composition, finish, color and other applicable characteristics to the material or product specified by trade name, and that is suitable for the same use capable of performing the same 263 of 292 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) Amendments/addenda to Contract (c) Supplementary Conditions, if any (d) Contract with all Exhibits thereto (e) General Conditions (f) Written or figured dimensions (g) Scaled dimensions (h) Drawings of a larger scale (i) Drawings of a smaller scale 0) Drawings and Specifications are to be considered complementary to each other ARTICLE 4 — AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS Availability of Lands: 4.1 OWNER will furnish, as indicated in the Contract Documents, the lands upon which the Work is to be done, rights -of -way for access thereto, and such other lands which are designed for the use of CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise specified in the Contract Documents. Other access to such lands or rights -of -way for CONTRACTOR'S convenience will be the responsibility of CONTRACTOR. CONTRACTOR must provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of material and equipment 4.2 The City Manager will, upon request, furnish to the Bidders, copies of all available boundary surveys and subsurface tests at no cost Subsurface Conditions: 4.3 CONTRACTOR acknowledges that he has investigated prior to bidding and satisfied himself as to the conditions affecting the Work, including but not limited to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, river stages, tides, water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work. CONTRACTOR further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, including all exploratory work done by OWNER/ CONSULTANT on the site or any contiguous site, as well as from information presented by the Drawings and Specifications made part of this Contract, or any other information made available to it prior to receipt of bids. Any failure by CONTRACTOR to acquaint itself with the available information will not relieve it from responsibility for estimating properly the difficulty or cost of successfully performing Work. OWNER assumes no responsibility for any conclusions or interpretations made by CONTRACTOR on the basis of the information made available by OWNER/ CONSULTANT. 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: 264 of 292 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. 4S No claim of CONTRACTOR under this clause will be allowed unless CONTRACTOR has given the notice required in 4.4 above; provided, however, the time prescribed therefore may be extended by the City Manager, but only if done in writing signed by the City Manager or CONSULTANT. ARTICLE 5 — INSURANCE Contractor must comply with the insurance requirements set forth in the Supplementary Conditions to the Contract. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence: 6.1 CONTRACTOR must supervise and direct the Work. It will be solely responsible for the means, methods, techniques, sequences and procedures of construction. CONTRACTOR must employ and maintain a qualified supervisor or superintendent (hereinafter referred to as "Supervisor' at the Work site who must be designated in writing by CONTRACTOR, before CONTRACTOR commences the Work and within the time required by the Contract, as CONTRACTOR'S representative at the site. The Supervisor or the person designated will have full authority to act on behalf of CONTRACTOR and all communications given to the Supervisor will be as binding as if given to CONTRACTOR. The Supervisor(s) will always be present at each site as required to perform adequate supervision and coordination of the Work. (Copies of written communications given to the Supervisor will be mailed to CONTRACTOR'S home office). 6.1.1 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 265 of 292 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. 6.6A 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. 266 of 292 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. 267 of 292 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 1n emergencies affecting the safety of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from CONSULTANT or City Manager, is obligated to act, at his discretion, to prevent threatened damage, injury or loss. He must give CONSULTANT prompt written notice of any significant changes in the Work or deviations from the Contract Documents caused thereby. If CONTRACTOR believes that additional Work done by him in an emergency which arose from causes beyond his control entitles him to an increase in the Contract Price or an extension of the Contract Time, he may make a claim therefore as provided in Articles 1 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 dam 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 268 of 292 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 CONSULTANTS 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. Sanitanf 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 269 of 292 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 Responsibilily for Connection to ExistingWork, 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. 270 of 292 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 Prol2eM 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 271 of 292 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 raking 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, City's Representative: 9.1 CONSULTANT will be OWNER'S representative during the construction period. The duties and responsibilities and the limitations of authority of CONSULTANT as OWNER'S representative during construction are set forth in Articles I through 16 of these General Conditions and will not be extended without written consent of the City Manager and CONSULTANT. 9.1.1 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. i/isits to Site: 9.2 CONSULTANT must provide an inspector to make periodic visits to the site at each phase of construction to observe the progress and quality of the executed Work and to determine if the Work is proceeding in accordance with the Contract Documents. His efforts must be directed toward providing assurance for OWNER and all applicable regulatory agencies that construction is in compliance with the Construction Documents and applicable laws, rules and regulations. On the basis of these on site - observations as an experienced and qualified design professional, he must keep the City Manager informed of the progress of the Work and must guard OWNER against defects and deficiencies in the Work of CONTRACTOR. Clarifications and Interpretations: 9.3 CONSULTANT will issue, with reasonable promptness, such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as it may determine necessary, which will be consistent with, or reasonably Inferable from, the overall intent of the Contract Documents. If CONTRACTOR seeks an increase in the Contract Price or extension of Contract Time based on a written clarification and/or interpretation, it will be required to submit a timely claim as provided in Articles I I and 12. Measurement of Quantities 9.4 All Work completed under the Contract will be measured by CONSULTANT according to the United States Standard Measures. All linear surface measurements will be made horizontally or vertically as required by the item measured. Rejecting Defective Work: 272 of 292 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. Limitations on Consultant's Responsibilities: 9.11 CONSULTANT will not be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions and programs incident thereto. 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 entitles CONTRACTOR to an increase in the Contract Price or extension of Contract Time, it must submit a written notice of intent to demand a Change Order within twenty-four (24) hours of the issuance of the Field Order and submit a written proposal for Change Order within four (4) days thereafter, otherwise CONTRACTOR will be deemed to have waived such claim. 10.3 Additional Work performed by CONTRACTOR without authorization of a written Change Order will not entitle it to 'an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in paragraph 6.21 and except as provided in paragraph 10.2. 10.4 The City Manager will execute appropriate Change Orders prepared by CONSULTANT covering changes in the Work, to be performed as provided in paragraph 4.4, and Work performed in an emergency as provided in paragraph 6.21 and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price which is approved by CONSULTANT. 10.5 It is CONTRACTOR'S responsibility to notify its Surety of any changes affecting the general Scope of the Work or change in the Contract Price or Contract Time and the amount of the applicable bonds will be adjusted accordingly. CONTRACTOR must furnish proof of such an adjustment to the City Manager 273 of 292 before commencement of the Change Order Work. The Work will be stopped until CONTRACTOR provides such proof of adjustment in the Bond amount and any such delay will be charged to CONTRACTOR. ARTICLE I I — CHANGE OF CONTRACT PRICE. 11.1 The Contract Price constitutes the total compensation payable to CONTRACTOR for Performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR will be at its expense without changing the Contract Price. 11.2 The City Manager may, at any time, without written notice to the sureties, by written order designated or indicated to be a Change Order, make any change in the Work within the general scope of the Contract, including but not limited to changes to or in: 1 1.2.1 Specifications (including drawings and designs); 1 1.2.2 Method or manner of performance of the Work. 1 1.2.3 OWNER -furnished facilities, equipment, materials, services, or site; or 1 1.2.4 Acceleration in the performance of the Work. 11.3 Except as provided in this section, or sections referred to in this section, no order, statement, or conduct of the City Manager will be treated as a Change Order or entitle CONTRACTOR to an equitable adjustment unless and until the change in the Work is specifically and expressly provided for in a written Change Order, or as otherwise provided in another section of the Contract Documents. 11.4 When a Change Order is issued by CONSULTANT and signed by the City Manager or issued by the City Manager in writing, CONTRACTOR must perform the Work even if CONTRACTOR does not agree with the dollar amount of the Change Order. if any Change Order causes an increase or decrease In CONTRACTOR'S cost of, or the time required for, the performance of any part of the Work under this 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: 1 1.7.1 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 CONSULTANTs determination of reasonable costs, the CONTRACT must provide a list of all costs together with backup documentation 11.8 The term cost of the Work means the sum of all direct extra costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Change Order. Except as otherwise may be agreed to in writing by City Manager, such costs must be in amounts no higher than those prevailing in Miami - Dade County and may only include the following items: 1 1.8.1 Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work described in the Change Order under schedules of job classifications agreed upon by City Manager and CONTRACTOR. Payroll costs for employees not employed full time on the Work must be apportioned on the basis of their time spent on the Work. Payroll costs must be limited to: salaries and wages, plus the costs of fringe benefits which may include social security contributions, unemployment, excise and payroll taxes, workers' compensation, health and retirement benefits, sick leave, vacation and holiday pay applicable thereto. Such employees may include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Sunday or legal holidays will be included in the above only if authorized by OWNER and provided It was not in any way, whether in whole or in part the result of the fault of CONTRACTOR due to negligence of CONTRACTOR or those acting by or through him or due in whole or in part to Defective Work of CONTRACTOR. 11.8.2 Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage, and manufacturers' field services required in connection 274 of 292 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. 11.8.3 Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by City Manager, CONTRACTOR must obtain competitive bids from Subcontractors acceptable to him and must deliver such bids to City Manager who will then determine, with the advice of CONSULTANT, which Bids will be accepted. No subcontract may be a cost-plus contract unless approved in writing by the City Manager. If a Subcontract provides that the Subcontractor is to be paid on the basis of Cost of Work plus a fee, the cost of the Work will be determined in accordance this section 11.8 and in such case the word "Subcontractor" will be substituted for the word "CONTRACTOR". 1 1.8.4 Rentals of all construction equipment and machinery, except hand tools, and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by City Manager with the advice of CONSULTANT, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts must cease when the use thereof is no longer necessary for the Work. 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. 1 1.8.9 Cost of premiums for additional Bonds and insurance required solely because of changes in the Work, not to exceed two percent (2%) of the increase in the Cost of the Work. 11.9 The term "Cost of the Work" does NOT include any of the following. 11.9.1 Payroll costs and other compensation of CONTRACTOR'S officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in its principal or a branch office for general administration of the Work and not specifically included in the schedule referred to in Subparagraph I I.S. 1 1.9.2 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. 1 1.9.4 Cost of premiums for all bonds and for all insurance policies whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except as otherwise provided in Subparagraph 11.8.9). 11.9.5 Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.9.6 Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraph I I.S. 11.10 CONTRACTORS 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%). 11.1 1 The amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in costs calculated in the same manner as provided in 11.8. When both additions and credits are involved in any one change, the net will be computed to include overhead and profit, identified separately, for both additions and credit, provided however, CONTRACTOR will not be entitled to claim lost profits for any Work not performed. 275 of 292 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 276 of 292 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 (I) 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 277 of 292 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. StatJ 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 title to all Work, materials and equipment covered by an Application for Payment whether the Work, material or equipment is incorporated in the Project or not, will have passed to OWNER prior to the making of the Application for Payment, free and dear 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 CONSULTANTs approval of any payment requested in an Application for Payment will constitute a representation by him to OWNER, based on CONSULTANTS 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 Artide 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 278 of 292 (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 fled 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 corrected 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 279 of 292 unresolved. The waiver includes all things done or furnished in connection with the Work and for every act and neglect of OWNER and others relating to or arising out of this Work. Any payment, however, final or otherwise, will not release CONTRACTOR or its sureties from any obligations under the Contract Documents or the Performance Bond and Payment Bonds. 14.12 CONSULTANT may void any certification of Substantial Completion or Final Completion of the Work as may be necessary in his opinion to protect OWNER from loss if he determines, because of subsequently discovered evidence or the results of subsequent inspection or tests, that: 14.12.1 the Work is defective, or that the completed Work has been damaged due to the fault of CONTRACTOR or any individual or entity operating under or through it requiring correction or replacement to the extent that the project is no longer Substantially Completed, or in the case of Final Completion certification, is no longer Finally Competed. 14.12.2 the Work necessary to be completed for the purpose of certifying the work as being Substantially Completed or Finally Completed cannot be verified, 14.12.3 claims or Liens have been filed or received, or there is reasonable evidence indicating the probable filing or receipt thereof that, if valid and paid, would reduce the amount owing to CONTRACTOR BY 20% in the case of Substantial Completion and 5% in the case of Final Completion. 14.12.4 there is Defective Work the value of which, if deducted from the contract price would reduce the amount owing to CONTRACTOR BY 20% in the case of Substantial Completion and 5% in the case of Final Completion. 14.13 If CONSULTANT de -certifies any portion of the Work that was certified ("Initial Certification") by CONSULTANT, CONTRACTOR must repay to OWNER any money paid as a result of said Initial Certification being issued which will be paid only when the decertified work is re -certified. ARTICLE 15 — 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. QU 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 280 of 292 retention or payment of moneys by OWNER due CONTRACTOR will not release CONTRACTOR from liability. 15.4 Upon seven (7) calendar days' written notice to CONTRACTOR and CONSULTANT, the City Manager may, without cause and without prejudice to any other right or remedy, elect to terminate the Contract for the convenience of OWNER. In such case, CONTRACTOR will be paid for all Work executed and accepted by the City Manager as of the date of the termination, minus any deduction for damage or Defective Work. No payment will be made for profit for Work which has not been performed. I SAA OWNER reserves the right in the event CONTRACTOR cannot provide an item(s) or service(s) in a timely manner as requested, to obtain the good and/or services from other sources and deducting the cost from the Contract Price without violating the intent of the Contract. Removal of Equipment 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. 281 of 292 16.4 Should OWNER or CONTRACTOR suffer injury or damage to its person or property because of any error, omission, or act of the other or of any of their employees or agents or others for whose acts they are legally liable, claim must be made in writing to the other party within twenty-one (21) calendar days of the first observance of such injury or damage. ARTICLE 17 - WAIVER OF JURY TRIAL, 17.1 OWNER and CONTRACTOR knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work thereunder. ARTICLE 18 - ATTORNEYS FEES JURISDICTION / VENUE / GOVERNING LAW. 18.1 The Contract will be construed in accordance with and governed by the law of the State of Florida. 18.2 The parties submit to the jurisdiction of any court of competent jurisdiction in Florida regarding any claim or action arising out of or relating to the Contract or Contract Documents. The parties agree that venue of any action to enforce the Contract is in Miami -Dade County, Florida. 18.3 Except as may be otherwise provided in the Contract Documents, all claims, counterclaims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or relating to this Contract or the breach thereof, will be decided in a court of competent jurisdiction within the State of Florida. ARTICLE 19 - PROJECT RECORDS. 19.1 The City Manager has the right to inspect and copy during regular business hours at OWNER'S expense, the books and records and accounts of CONTRACTOR which relate in any way to the Project, and to any claim for additional compensation made by CONTRACTOR, and to conduct an audit of the financial and accounting records of CONTRACTOR which relate to the Project. CONTRACTOR will retain and make available to City Manager all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of three (3) years following final completion of the Project. During the Project and the three (3) year period following final completion of the Project, CONTRACTOR must provide City Manager access to its books and records upon five (5) business day's written notice. 19.2 CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.119.0701) 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. 282 of 292 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 CONTRACTOX 21.1 CONTRACTOR is an independent CONTRACTOR under the Contract. Services provided by CONTRACTOR must be by employees of CONTRACTOR and subject to supervision by CONTRACTOR, and not as officers, employees, or agents of OWNER. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures, applicable to services rendered under the Contract must be those of CONTRACTOR. ARTICLE 22 — ASSIGNMENT. 22.1 CONTRACTOR may not transfer or assign any of its rights or duties, obligations and responsibilities arising under the terms, conditions and provisions of this Contract without prior written consent of the City Manager. The City Manager will not unreasonably withhold and/or delay OWNER'S consent to the assignment of CONTRACTOR's rights. The City Manager may, in the manager's sole and absolute discretion, refuse to allow CONTRACTOR to assign its duties, obligations and responsibilities. In any event, OWNER is not obligated to consent to such assignment unless CONTRACTOR remains jointly and severally liable for any breach of the Agreement by the assignee, the assignee meets all of OWNER's requirements to the City Manager's sole satisfaction and the assignee executes all of the Contract Documents that were required to be executed by CONTRACTOR. ARTICLE 23 — FORCE MAJEURE. 23.1 Neither party may hold the other responsible for damages or for delays in performance caused by force majeure, acts of God, or other acts or circumstances beyond the control of a party or that could not have been reasonably foreseen, prevented or avoided. For this purpose, such acts or circumstances include, but not limited to, weather conditions affecting performance, floods, epidemics, war, riots, strikes, lockouts, or other industrial disturbances, or protest demonstrations. Should such acts or circumstances occur, the parties will use their best efforts to overcome the difficulties and to resume the work as soon as reasonably possible. ARTICLE 24- E-VERIFY(448.095(2) 24.1 As a condition precedent to entering into this Agreement, and in compliance with Section 448.095, Fla. Star, Contractor and its subcontractors must register with and use the E-Verify system to verify work authorization status of all employees hired after January I, 2021. 24.1.1 Contractor must require each of its subcontractors to provide Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor must maintain a copy of the subcontractor's affidavit as part of and pursuant to the records retention requirements of this Agreement. 24.1.2 The City, Contractor, or any subcontractor who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Fla. Stat. or the provisions of this section must terminate the contract with the person or entity. 24.1.3 The City, upon good faith belief that a subcontractor knowingly violated the provisions of this section, but that the Contractor otherwise complied, must promptly notify Contractor and Contractor must immediately terminate the contract with the subcontractor. 24.1.4 A contract terminated under the provisions of this Section is not a breach of contract and may not be considered such. 283 of 292 24.1.5 Any contract termination under the provisions of this Section may be challenged no later than 20 calendar days after the date on which this Agreement is terminated pursuant to paragraph b. or c. above. 24.1.6 Contractor acknowledges that upon termination of this Agreement by the City for a violation of this Section by Contractor, Contractor may not be awarded a public contract for at least one (1) year. Contractor further acknowledges that Contractor is liable for any additional costs Incurred by the City as a result of termination of any contract for a violation of this Section. 24.1.7 Subcontracts. Contractor or subcontractor must insert in any subcontracts the clauses set forth in this Section, including this Subsection, requiring the subcontractors to include these clauses in any lower tier subcontracts. Contractor Is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this Section and Contractors failure to enforce compliance is a substantial and material breach of this Agreement IN WITNESS WHEREOF, the parties hereto have executed the General Conditions to acknowledge their inclusion as part of the Contract Documents on this 1 St day of June , 2021 , CONTRACT R: Unitec Inc. Signature: i Print Signatory's Name: Katiuska Hurles Tide of signatory:__ General Mananer ATTESTED: OWNER: CITY OF SOUTH MIAMI Signature: Signature: Nken A. Pa Sharifamall City Clerk City Manager Read and Approved as to Form, Language, Legality, and Execution Thereof: Signa ure: City Attorney 294 of 292 EXHIBIT 7 Supplementary Conditions CONSTRUCTION CONTRACT SAFETY & SECURITY IMPROVEMENTS AT MARSHALL WILLIAMSON PARK RFP #PR2021-37 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. CONSULTANTs, if any, and OWNER's Designated Representative's name, address, telephone number and facsimile number are as follows: Consultant: Stantec 901 Ponce de Leon Blvd Suite 900 Coral Gables, FL 33134 Ph: 3051445-2900 Fax: 30SI443-3334 B. Termination or Substitution of Consultant•. Nothing herein will prevent the City Manager from terminating the services of CONSULTANT or from substituting another "person" to act as CONSULTANT. C. Puns for Construction: The successful CONTRACTOR will be furnished one 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 & C to the RFP and if there Is a conflict the attached Exhibit will take precedence. E Contractor must comply with the insurance and indemnification requirements is set forth in the RFP and in the document set forth in the attached EXHIBIT 2 to the RFP and if there is a conflict the attached Exhibit will take precedence. F. The Work must be completed in 75 calendar dais 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. 1. IN WITNESS WHEREOF, the parties hereto have executed the Supplementary Conditions to ,acknowledge their inclusion as part of the Contract on this 1 St day of June , 202,t, CONTRACTOPL—L.Aitec Inc. Signature: Print Signatory's Name: Katiuska Hurles Title of Signatory. General Manager 285 of 292 ATTESTED: Signature: Nkeng A. Pay City Clerk Read and Approved as to Form, Language, Legality, and Execution Thereof. 7)5 Signature: / / ity Attorney OWNER: CITY OF SOUTH MIAMI Signature: Shari amali City tanager END OF SECTION 286 of 2s2 EXHIBIT I SCOPE OF SERVICES. ATTACHMENT A SAFETY & SECURITY IMPROVEMENTS AT MARSHALL WILLIAMSON PARK RFP #PR2021-37 Scope of Services & Schedule of Values/Summary of Quantities 1. General Requirements: The work specified in this Request for Proposal (RFP) consists of furnishing all goods, materials, supplies and services necessary to provide a completed project that meets all of the needs described in this Scope of Services and as otherwise described in this RFP (the Work). The Work is to be performed per specifications and the contract documents. The Work is to be performed in accordance with the specifications and the contract documents (as defined in the Instructions for Respondents) that are provided to the Contractor by the City as well as in accordance with those plans, drawings and specifications that are required to be produced by the Contractor and that are approved by the City. This includes but is not limited to keeping the project site clean and safe; furnishing all labor of the Contractor and the labor of all allowable subcontractors; providing dumpster(s); disposing of materials; providing all necessary engineering and architectural plans, drawings and technical specifications; all permits; all necessary equipment, including rental equipment, machinery, tools, transportation and freight; coordination with any other City contractor, subcontractors and utility companies (i.e. power, gas, water); erecting construction safety measures, including fencing, privacy screening and cones, and ensuring that the safety measure are in place at the end of each working day; root pruning and sod restoration at affected areas to the City's satisfaction; cleaning the construction site at the end of each working day; maintenance of traffic and hiring of off duty City police officer if required by the City; and any other goods and services necessary to perform all of the Work. After being awarded the contract but prior to any digging, Contractor must locate all underground utilities and other facilities as well as contacting Sunshine 811 to coordinate the process between excavators and utilities in Florida so that the utilities can mark the approximate location of all their underground facilities, including power lines, telephone lines, cables and pipes for gas, water, and sewage on the construction site. In all cases, it is the responsibility of Contractor to obtain and pay for all licenses and other permits (including tree permits), provide signed and seal footing and foundation specifications for permitting, as well as all laboratory tests, engineering and architectural specifications, drawings and plans that are necessary to secure any and all permits and licenses required to complete Work. In addition, Contractor will be required to obtain, pay for and deliver to the City as -built plans for all of the Work. Permit fees are waived for permits required to be issued directly by the City of South Miami. Permit fees charged by other government entities, if required, are the responsibility of the Contractor. However, in all cases; it is the responsibility of Respondent/Contractor to secure any and all permits that may be required for this project. All work is to be done in accordance with all federal, state and local requirements, guidelines and regulations included the Florida Building Code, the City of South Miami Land 40 of 292 Development Code, all applicable ordinances of Miami -Dade County and the City of South Miami and the Americans with Disabilities Act (ADA). Work activity is limited to the hours from 7:00 a.m. through 5:00 p.m., on weekdays from Monday through Friday. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. II. SPECIFIC REQUIREMENTS: The City is soliciting proposals from highly qualified firms for the successful completion of (i.) selective/corrective tree pruning and removal of diseased or dead trees per tree report attached (refer to Appendix E of Tree Resource Plan); (ii.) replacement of damaged sidewalks within (park boundary) as outlined via construction plans; (iii.) a new ADA path from right- of-way public sidewalk to existing viewing area at tennis courts, benches and a pre -fabricated shade structures at tennis bench area; (iv.) and, a new emergency call box and new security cameras. All work shall be completed as per the specifications, engineering construction drawings, and in accordance with the terms and conditions described in Exhibit I, Scope of Services, Attachment A. Review enclosed specifications, construction plan documents, and tree survey details. Respondent is required to follow all federal, state and local codes as well as all rule compliance and guidelines with Americans with Disabilities Act (ADA). The work associated with this project should be reflected in the Respondent's proposal and Exhibit 1, "Scope of Services," Attachment A, B, & C. 111111. SITE LOCATION: The construction project will be held at the City of South Miami's Marshall Williamson Park, located at 6125 SW 68 Avenue, South Miami, FL, 33143. IV. DESIGN PLANS -& SPECIFICATIONS: "Design Construction Plans and Tree Resource Evaluation" for this project are included as Exhibit 1, Scope of Services, Attachment B. V. GRANT FUNDING: This project, in whole or in part, will be assisted through Miami -Dade County Public Housing and Community Development with Federal funding from Community Development Block Grant, (CDBG). Respondents must comply with the CDBG requirements; refer to Exhibit 4 "Attachment To Bid Package, Attachments A & B." NOTE: FAILURE TO COMPLETE AND SUBMIT THIS SECTION WITH YOUR SUBMITTAL WILL RENDER YOUR PROPOSAL NON- RESPONSIVE. VI. PRICING: Proposal pricing must be submitted in a "Lump Sum" by completing Exhibit 3 "Respondents E-bid Form" and Exhibit 4, "Respondents Cost and Technical Proposal." 41 of 292 Pricing submitted shall include all cost associated with completing this project as outlined in the scope of services and associated design construction plans and tree resource evaluation, including but not limited to permit fees, mobilization, demolition, installation of shade structures, cameras, emergency call box, etc. It is the City's intention to award this project to a single Contractor. It is the intention of the City to award this project to a single Respondent, however the City retains the right to choose either Option A or Option B for the award. VI1. SCHEDULE OF VALUES: RESPONDENTS ARE TO COMPLETE THE "SCHEDULE OF VALUES FORM, EXHIBIT C" WHEN SUBMITTING THE BID PACKAGE, THE RESPONDENT IS TO PROVIDE A LUMP SUM PRICE PER THE SCHEDULE OF VALUES, EXHIBIT 1, SCOPE OF SERVICES, ATTACHMENT C. WHEN PREPARING AND SUBMITTING THE COMPLETED "SCHEDULE OF VALUES FORM," THE RESPONDENT MUST CARRY THE TREE MITIGATION ALLOTMENT AS WELL AS THE CONTINGENCY IN THEIR TOTAL BASE BID. RESPONDENT MUST PROVIDE PRICING FOR THE ADD ALTERNATES LISTED ON THE PAY ITEMS, IF ANY. THE CITY WILL AWARD THE ENTIRE PROJECT TO A SINGLE RESPONDENT BASED ON THE LUMP SUM AMOUNT SUBMITTED. ANY VALUES THAT MAY BE SET FORTH IN THIS RFP ARE APPROXIMATE. CONTRACTOR IS RESPONSIBLE TO FIELD VERIFY THE AREAS, AND QUANTITIES AS PER THE LIMITS DEFINED BY THE SITE PLAN. V111. PROJECT DURATION: After permit(s) have been secured/approved, the Respondent is responsible for completing this project within seventy-five (75) calendar days from issuance of Notice to Proceed/Purchase Order/Email Notification from the City's Project Manager. IX. WARRANTY: Respondent/Contractor should include the following with their E-bid: Applicable warranty and/or guarantees of all material and labor, including: • any conditions, and • guaranteed response time for repair; and • guaranteed replacement during the warranty period; and • life expectancy of LED lighting under normal use; and • failures during the warranty period must be repaired or replaced to the satisfaction of the City; and • the term of the warranty. 42 of 292 At a minimum, Respondent/Contractor must warrant their Work to be free of significant defects in workmanship and materials for a period of one (1) year. If equipment is being provided, the standard manufacturer's warranty information must be provided in writing for all equipment being proposed and, if required by the warranty, such equipment must be installed by an authorized installer before final payment is made. If the manufacturer's warranty is issued to the respondent/contractor, Respondent/Contractor must assign it to the City. NOTE: A Performance and Payment Bond is required for the full amount of the project as a condition of award but is NOT required with the submittal. Please refer to Exhibits 7 & 8. END OF SECTION 43 of 292 EXHIBIT I SCOPE OF SERVICES ATTACHMENT B SAFETY & SECURITY IMPROVEMENTS AT MARSHALL WILLIAMSON PARK RFP #PR2021-37 "Design Construction Plans" Prepared by: Stantec (Prime Consultant) "Tree Resource Evaluation" Prepared by: Tropical Designs of Florida (Sub -Consultant) 44 of 292 CITY OF SOUTH MIAMI MARSHALL WILLIAMSON PARK IMPROVEMENTS 6121 SW 68 ST SOUTH MIAMI, FL 33143 INDEX OF SHEETS SHEET NO. SHEET DESCRIPTION C-00 COVERSHEET G-01 GENERAL NOTES& SUMMARY OFOUANTITIES C-01-C-02 SITE PLAN CO3 DETAILS E-01 ELECTRICAL PLAN E-02 ELECTRICAL DETAILS SURVEY THE SCALE OF THESE DRAWINGS MAY HAVE CHANGED DUE TO REPRODUCTION a "s.......: Stantec w 9tlIronBNdSoiC 9W� CCeol GoO'ibrco J]1N j! IN. bSUS Id,.:N1ont"334 fry, y vmw�.5laMee[am od 45 o1262 11 DEVELOPED FOR: CITY COMMISSION: MAYOR: SALLY PHILIPS VICE MAYOR: ROBERT WELSH COMMISSIONER: LUIS GIL COMMISSIONER: JOSH LIEBMAN COMMISSIONER: WALTER HARRIS PROJECT No. 215615959 January 8, 2021 }� a JJJ(/1NYJ J W z a 6QQ V � � Z so - R O ¢ ] ; c ¢ S 5 r- Z Ou <i- Win... uc� .�). p •'^ � ` O ? 7 A > Z¢ ¢ S D yy i , - chi $ m 5 a I if� FNl U C YU= Or ate. r. < <oz yy ] ii� ao` z i o� `i6�ci JI W O¢VZZ.0 G�! .r. Zy ]]< aUlpYj •>. G � � ¢ N s ] Z p 0 y o a �D u-v oho A i" a z z 7 � O�� K r '7 2 C: P < o f � C `• Q C - vv t CQO zx } '•) f C yy r. O^ Q � � c f� z, iN•- Z w i a m N w N i C O Z 1 I r i ] asR p Tna S t i r e 0 T]` i C� < O QQ a C^ uCu - m QOa y : <t< 4 v� ¢�W i-� W35 > S c SIN* \ I(! ! \ /$\g PIill; � � \ La t . \ � .- §d � Ii \|�»` (| §§ . /\ 2•f ,..- . .. . , �| � �| , �.. Varies r Sidewalk Prop. Now 4" lhick Conc. Sidewalk with 1/8" Control , Joint ® 5' O.C. Conc. Shall be Class I Conc. w/a Min. Strength o/ 3000 psi. (6" thick ® driveways with 6 x 6 w1.4 x w1.4 w.w.m. where indicated in Plans, or as directed by the Engineer) i — 2X 1 4" Compact 12" Subgrode to 95X Density per AASNTO r-180 SIDEWALK DETAIL N.T.S. nr ---_�rmi.wo�sn �+•. rraawaar�-- ues..�,s II ,o.faw 1 r1mvmz -<an wan . ana wss�a� ,w�nrmuM w nau nw, :a not am w wan �TM7 _L �II 6t L'Ano i ma.ewRm i -'-�—=on= STS21 Sam DUGOUT DETAIL N.T.S. ROOT BARRIER DETAIL N.T.S. K s.a ® — Sta ntec CITY OF SOUTH MIAMI DETAILS w,,,,.",.,,,„re uwn,e MARSHALL WILLIAMSON PARK IMPROVEMENTS ftAd N& Sa+ 8175 SW 68 AVE 215615M SEE PLANS ...._ ..�,.�....-o.,,...... - — -- -- D*"No. SW wrsm - .v - Ira - . -: 490292 a:<.:a:,« ".«.'" :i.:.."� ..._ C-03 d 7 ^a Nj��160 N g4 N OR Sr rtK V b< y < jYR a �+O �u y U � ini c az rsT a ;,CF } Wa �a CF v n N b n ai •i � `: n e: " � •i •i h n n n s U atr >c �W bl^Ax 3 e-tm•v'a iUNDARY/TOPOGRAPHIC & TREE SURVEY ruLt rnXie o N k � r SUBJECT t� a SITE LOCATION MAP r.—.....w. �� �.en.rmzxr »w Xw u�nsxrn loll, nr ax �noxmn r iwr�<ct wtr , Ifoll 6W to 1111 OPXitAtIO^Xr 20310.0.01 Sheet l of 3 BOUNDARY/TOPOGRAPHIC & TREE SURV LI'i_SE S 3 \nur W�E Y P '� heM1'i'n � e -o LONGITUDE SURVEYORS L W.CI�SIPtII via syaLNAv I IvssLw Snanui oxF a o \ z O w r Q U J x � J w o i J rc Q + rc ' e Sneer 2 or 3 A3mns 33HI 7 OIHdVUVOdOlU4VONf10O H0 Ec IfE HQIE( �d l'rvHIW HL90c lZ'1cgpMS E. �z_ N2itld NOSWVI-1IIM I-ItlHS2ltlW QN N W W 7 f Tree Resource Evaluation for Marshall Williamson Park, City of South Miami Prepared for: City of South Miami Parks & Recreation Department 5800 SW 66rh Street Miami, FL 33143 Prepared by: Jeff Shimonski President, Tropical Designs of Florida Member, American Society of Consulting Arborists ISA Certified Arborist Municipal Specialist FL-1052AM ISA Tree Risk Assessment Qualification LIAF Florida Certified Landscape Inspector 2016-0175 305-773-9406 Jeff@TropicaL4rhoriculture.com November 30, 2020 Marshall William Park, City of South Miami Tropical Designs of Florida Page 1 55 of 292 Summary I performed a tree resource evaluation on the property located at 6125 SW 68 Street, South Miami, also known as Marshall Williamson Park. I was onsite twice during the month of November 2020 to inspect the trees and palms. The approximate locations of these trees and palms can be found on the schematic in Appendix B. I am not a licensed surveyor so the numbered locations of the trees and palms are approximate. The evaluation in Appendix A includes measurements and a condition rating for each tree and palm. I rate trees and palms in accordance with ANSI A300 (Part 5) — 2005, Annex A, Management Report Information. Trees and palms are rated Good, Moderate or Poor, see Appendix C. I recommend the removal of trees or palms that I rate as Poor. I also followed the Levels and Scope of Tree Risk Assessment from the ANSI A300 Part 9- 2017: Levels of tree risk assessment; Level 1 limited visual tree risk assessment, Level 2 basic tree risk assessment, and Level 3 advanced tree risk assessment. The scope of this report/evaluation was limited to a Level 2 Assessment for all trees and palms onsite. To perform all measurements, I used a forestry diameter measuring tape and a measuring wheel. I rounded -off to the nearest inch when measuring trunk diameter, heights and canopy diameters are approximate. Appendix D contains the ANSI A300 definitions of Tree Protection Zone (TPZ) and Critical Root Zone (CRZ). Any arboricultural work done on trees that extend into the powerlines or are within 10 feet of an electrical conductor measured radially, the arborist performing the work must be an Incidental Line Clearance Arborist as identified by American National Standard ANSI Z133-2017. Any trees to remain onsite should have their canopies cleared of dead wood and hazardous branches by an ISA Certified Arborist. Marshall William Park, City of South Miami Tropical Designs of Florida Page 2 56 of 292 .�;..;i _ iw ibL'i Pe Photo 6 above is the trunk of tree 6 with two old flush cuts that are now decaying. Flush cuts are against ANSI A300 Standards and ISA Best Management Practices. I recommend the removal of this tree. The orange knife is 7 inches long. Marshall William Park, City of South Miami Tropical Designs of Florida Page 10 64 of 292 Photo 7 above is tree 7.1 have included this recently installed tree because it still has the nursery stake attached which should have been removed upon installation. This tree also has several codominant branch connections with high aspect ratios. If left on this tree, these will be points of failure in the future. All trees when installed should be inspected for corrective structural pruning i.e. reduction of codominant branches, otherwise in the future they will become the sites of massive branch failures or large branch cuts that will initiate decay. Marshall William Park City of South Miami Tropical Designs of Florida Page 11 65 of 292 Photo 8 above is tree 8. All hanging branches that are below 15 feet above grade should be removed for vehicle clearance. Large mature trees such as this one would benefit from reduction pruning of the longest lateral and vertical branches. Removal should be no more than 15 to 18 feet of each branch. This tree should not be topped! This is selective reduction pruning. All dead wood in the canopy of this tree should be removed. See following photo. Marshall William Park, City of South Miami Tropical Designs of Florida Page 12 66 of 292 dilit, V At ® ie Photo 10 above is palm 9. Marshall William Park, City of South Miami Tropical Designs of Florida Page 14 68 of 292 Cf. 41 0 k4 W4k P,K-- Photo 12 above is trees 11 & 12. Large mature trees such as these would benefit from reduction pruning of the longest lateral and vertical branches. Removal should be no more than 15 to 18 feet of each branch. These trees should not be topped! This is selective reduction pruning. Marshall William Park, City of South Miami Tropical Designs of Florida Page 16 70 of 292 *E.N h4 A49 Photo 14 above is a closer view of the trunks and exposed structural roots of trees 11 & 12. It is critical to the stability and health of these trees that large structural roots are not severed to repair concrete pathways or pads. The sidewalks should be re-routed. Marshall William Park, City of South Miami Tropical Designs of Florida Page 18 72 of 292 i t.. _ i_V,m L^ r l � L _ F• 4/ cu N 3 0 o. 67 L a+ A 41 N y a O i L i a u IC O L E to a O Z w ei cu i T{F > d o m 0 v .,; $j'{r j00O V VI '2 O L _ a 6 Photo 22 above is tree 18. The canopy appears to be healthy and vigorous. I noted no significant branch die -back. See following photos. Marshall William Park, City of South Miami Tropical Designs of Florida Page 26 80 or 292 Photo 23 above is tree 18 viewed from the west. The trunk and root collar appear healthy. See following photo for a close-up of the circled area on this trunk. Marshall William Park, City of South Miami Tropical Designs of Florida Page 27 81 of292 Photo 24 above is the trunk/root collar of tree 18 with the fungal fruiting bodies of an Inonotus species, possibly 1. hispidus. While the appearance of the fruiting bodies of a decay fungus should be noted, the vigor of this tree indicates that any decay many not be substantial and may not be affecting the structure of this tree currently. I recommend a Level 3 assessment of this tree with a tomographic device within the next year to aid in establishing an inspection protocol for this tree. Marshall William Park, City of South Miami Tropical Designs of Florida Page 28 82 of 292 N ;Ak ab'. Photo 27 above is tree 21. Branches less than 15 feet above grade should be removed and over -extended branches (see arrow) should be reduced 15 to 18 feet. Marshall William Park, City of South Miami Tropical Designs of Florida Page 31 85 of 292 .Fl ice ib .. 4 r., .0a Al Zo" I Acii t f :: s t 4 �1 } 4 L 1 151. Photo 34 above is tree 27. 1 noted no signs of decay, cavities, or fungal fruiting bodies on the root collar or trunk. Large mature trees such as this one would benefit from reduction pruning of the longest lateral and vertical branches. Removal should be no more than 15 to 18 feet of each branch. This tree should not be topped! This is selective reduction pruning. Marshall William Park, City of South Miami Tropical Designs of Florida Page 38 92 of 292 Photo 36 above is trees 28, 29 & 30. Tree 30 would benefit from reduction pruning of the longest lateral and vertical branches. Removal should be no more than 15 to 18 feet of each branch. This tree should not be topped! This is selective reduction pruning. Marshall William Park City of South Miami Tropical Designs of Florida Page 40 94 of 292 �.1.A, .SK V LC Photo 37 above is trees 28 & 29. These trees are not growing vigorously due to the larger trees above them. I recommend the removal of these two trees. Marshall William Park, City of South Miami Tropical Designs of Florida Page 41 95 of 292 �... ��• :,�: .;, .'gib �� �• �4-... �;: e� _ .' e; ' ..,�4. � _552�' J � ,�. a .� � _ v �� '�. � it > �� '�:e ' �`y`V'// 1 1' $' I 4h 4rf� t �i)w L �� S • 1 .. i k 1 rT , 't r r ,� _ .�� , IR�t+e: t �>. •� -r 7-A p5owpl'i1. j-f At aw awl Its .......... ,may A. AW ML Photo 45 above is the root collar of tree 37 showing large severed roots. It is critical to the stability and health of these trees that large structural roots are not severed to repair concrete pathways or pads. The sidewalks should be re-routed. Marshall William Park, City of South Miami Tropical Designs of Florida Page 49 103 of 292 I 6AA4 .0, - A figALM�m IM oar-, ALL. Nom .: 'iftjl t Z Photo 57 above is tree 47 occluding the fence. 1 recommend the removal of this :ree. Marshall William Park, City of South Miami Tropical Designs of Florida Page 61 115 of 292 w:. fD n �J / 1 , rM1<4 pt�•� r!Y t Photo 61 above is tree 50. Marshall William Park City of South Miami Tropical Designs of Florida Page 65 1190 2s2 S Vi v., .11 I X, Photo 65 above is tree 54 viewed from the west. This tree has received severe utility pruning and has heavy over -extended branches growing to the north. This tree should be considered for removal. Marshall William Park, City of South Miami Tropical Designs of Florida Page 69 123 of 292 L 1 .i Photo 66 above is tree 55 that is growing into the powerlines above. This tree should be considered for removal. The trees located between the roadside curb along SW 601h court and the sidewalk are planted in an area that is too small to contain the root plates or critical root zones of these trees. This can be noted by the new sidewalk sections and some of the very over -cut large roots and root collars that can be seen here. Marshall William Park City of South Miami Tropical Designs of Florida Page 70 124 of 292 Z6Z 10 9Z L ZL oSed epuoi3;o su8isa(I lezPido-iy iwelw ylnosio Sl:)'3lJed wellllM Ueysjepl •Jenowaa aol p818pisu03 aq pinoys aaa; siyl •pa8ewep Allue:mpugis aae sloop leanlanals pasodxa ayl to sdol ayl •Aeaap pue agewep junn juviliulis 411m 95 aaa; si anoge S9 o;oyd air Ot, AA" F ^. Photo 71 above is the damaged trunk of tree 58 adjacent to the new sidewalk which likely removal significant roots. This tree should be considered for removal. Marshall William Park, City of South Miami Tropical Designs of Florida Page 75 129 of 292 77 kvr. oo ....... Ail ter_ Photo 75 above is the heavily cut root collar/critical root zone of tree 61. This tree should be removed. It is critical to the stability and health of these trees that large structural roots are not severed to repair concrete pathways or pads. The sidewalks should be re-routed. Marshall William Park, City of South Miami Tropical Designs of Florida Page 79 133 of 292 *NV. �:. a... ..-r�:- "mot ( 1r♦ .}e% 'P 717 qY` 3„ 1� �`•1 `i 1 5 _ _�� 6N �fl`4lu � M1 / J r � r x G� - 'FiX it Photo 79 above is trees 69, 70 & 71 adjacent to a newly installed sidewalk. If these trees had a significant amount of structural roots removed for sidewalk replacement, then these trees should be removed. Marshall William Park, City of South Miami Tropical Designs of Florida Page 83 137 of 292 0 �� ,_7nYS T¢1;�y'J)..11i: �.• aye. - , i aft e r- w .r �. . '�-T_—_..�. LIj l" r Photo 83 above is the severely cut root collar of tree 74. This tree should be removed as soon as possible. It is critical to the stability and health of these trees that large structural roots are not severed to repair concrete pathways or pads. The sidewalks should be re-routed. Marshall William Park, City of South Miami Tropical Designs of Florida Page 87 141 of 292 Photo 85 above is tree 78 with cut and dead structural roots indicated. If a significant amount of structural roots were removed for the sidewalk replacement, then this tree should be removed. It is critical to the stability and health of these trees that large structural roots are not severed to repair concrete pathways or pads. The sidewalks should be re-routed. Marshall William Park, City of South Miami Tropical Designs of Florida Page 89 143 of 292 fD T o = o �, � O N n T Ju a)n M O a r n- s m o fD N 'y T rr m m 1 O a x m S .. m m m = _ m m m D a O (D �crq. F 3 ) S m m C N N : N 1 m M m C O7 3 f1 CL N 3 1 S N O7 °+ 3 m m O O 00 N 3 m m S "� N O O lu rT C ti w z C CL N ram► � � m S r O N m C 3 1 O O O O m m N O a N O am iw.'iLs-.+ x +fig¢•� I � f I! Y4. f a Appendix — A -Measurements and condition rating 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 Scientific name Roystonea regia Roystonea regia Swietenia mahagoni Swietenia mahagoni Quercus virginiana Millettia pinnata Quercus virginiana Delonix regia Roystonea regia Swietenia mahagoni Bucida buceras Bucida buceras Swietenia mahagoni Swietenia mahagoni Swietenia mahagoni Quercus virginiana Tabebuia heterophylla Quercus virginiana Bauhinia purpurata Quercus virginiana Delonix regia Quercus virginiana Quercus virginiana Swietenia mahagoni Quercus virginiana Quercus virginiana Quercus virginiana Quercus virginiana Quercus virginiana Delonix regia Bucida buceras Tabebuia heterophylla Bucida buceras Ficus aurea Tabebuia heterophylla Mangifera indica Bucida buceras Tabebuia heterophylla Quercus virginiana Common name DBH H Canopy Royal palm 20" 50' 18' Royal palm 16" 40' 28' Mahogany 13" 60' 35' Mahogany 22" 55' 30' Live oak 8" 30' 26' Pongam 15" 30' 35' Live oak 4" 16' 12' Royal poinciana 65" 35' 60' Royal palm 16" 55' 26' Mahogany 16" 30' 35' Black olive 24" 65' 45' Black olive 28" 70' 65' Mahogany 18" 70' 45' Mahogany 18" 45' 35' Mahogany 16" 28' 35' Live oak 15" 50' 40' Purple trumpet tree 15" 40' 25' Live oak 35" 70' 75' Hong Kong orchid 24" 45' 55' Live oak 21" 60' 42' Royal poinciana 38" 45' 80' Live oak 8" 35' 20' Live oak 11" 40' 35' Mahogany 23" 30' 28' Live oak 32" 70' 70' Live oak 9" 25' 12' Live oak 36" 70' 80' Live oak 15" 25' 30' Live oak 14" 20' 25' Royal poinciana 29" 60' 75' Black olive 14" 60' 32' Purple trumpet tree 16" 50' 35' Black olive 23" 70' 50' Strangler fig 44" 60' 65' Purple trumpet tree 18" 60' 45' Mango 44" 65' 50' Black olive 21" 60' 55' Purple trumpet tree 30" 40' 40' Live oak 12" 35' 25' Condition Poor Good Good Good Good Poor Good Moderate Good Good Good Good Good Good Good Moderate Moderate Moderate Poor Good Moderate Moderate Moderate Good Good Poor Good Moderate Moderate Moderate Moderate Moderate Good Good Good Good Good Good Poor Marshall William Park, City of South Miami Tropical Designs of Florida Page 94 148 of 292 40 Quercus virginiana Live oak 9" 35' 15' Dead 41 Quercus virginiana Live oak 14" 50' 45' Moderate 42 Delonix regia Royal poinciana 51" 50' 80' Moderate 43 Bucida buceras Black olive 33" 40' 65' Good 44 Quercus virginiana Live oak 9" 30' 30' Poor 45 Delonix regia Royal poinciana 23" 45' 80' Moderate 46 Millettia pinnata Pongam 21" 40' 55' Poor 47 Terminalia catappa Tropical almond 27" 40' 60' Moderate 48 Terminalia catappa Tropical almond 32" 70' 75' Moderate 49 Swietenia mahagoni Mahogany 26" 65' 55' Moderate 50 Callistemon viminalis BoLdebrush 17" 24' 28' Moderate 51 Quercus virginiana Live oak 42" 65' 75' Good 52 Mangifera indica Mango 19" 70' 45' Moderate 53 Swietenia mahagoni Mahogany 28" 70' S0' Good 54 Swietenia mahagoni Mahogany 34" 35' S0' Moderate 55 Swietenia mahagoni Mahogany 14" 25' 22' Moderate 56 Swietenia mahagoni Mahogany 11" 40' 28' Moderate 57 Swietenia mahagoni Mahogany 12" 35' 35' Moderate 58 Swietenla mdlidgu11i Mahogany 13" 40' 30' Puor 59 Swietenia mahagoni Mahogany 9" 28' 22' Poor 60 Swietenia mahagoni Mahogany 16" 40' 38' Moderate 61 Bucida buceras Black olive 20" 60' 48' Poor 62 Swietenia mahagoni Mahogany 10" 35' 18' Poor 63 Bucida buceras Black olive 14" 60' 35' Moderate 64 Swietenia mahagoni Mahogany 7" 35' 30' Moderate 65 Bucida buceras Black olive 14" 65' S0' Moderate 66 Swietenia mahagoni Mahogany 15" 35' 30' Moderate 67 Swietenia mahagoni Mahogany 14" 45' 40' Moderate 68 Swietenia mahagoni Mahogany 17" 35' 18' Poor 69 Swietenia mahagoni Mahogany 21" 50' 30' Moderate 70 Swietenia mahagoni Mahogany 12" 40' 30' Moderate 71 Swietenia mahagoni Mahogany 15" 40' 30' Moderate 72 Swietenia mahagoni Mahogany 14" 35' 30' Moderate 73 Swietenia mahagoni Mahogany lilt 35' 25' Moderate 74 Bucida buceras Black olive 28" 55' 50' Poor 75 Swietenia mahagoni Mahogany 14" 45' 35' Poor 76 Swietenia mahagoni Mahogany 14" 40' 25' Moderate 77 Bucida buceras Black olive 22" 50' 40' Moderate 78 Swietenia mahagoni Mahogany 10" 28' 20' Moderate 79 Bucida buceras Black olive 24" 55' 40' Poor 80 Swietenia mahagoni Mahogany list 35' 25' Moderate 81 Swietenia mahagoni Mahogany 15" 30' 28' Moderate LUMIII Marshall William Park, City of South Miami Tropical Designs of Florida Page 95 149 of 292 82 Swietenia mahagoni Mahogany 13" 30' 20' Moderate • DBH is measured at 4.5 feet above grade and is rounded -off to the nearest inch. • Canopy is approximate and measured in one direction. The column "H" denotes overall height of trees and palms, and is approximate. a I recommend the removal of trees and palms that I rate to be in poor condition. Marshall William Park, City of South Miami Tropical Desi ns of Florida Page 96 1500 292 Appendix — B — Approximate tree and palm locations „-. p - -- a 11i— II GRAPItlCSCMLE R P IIYI M.M. � 41 �x I t sa s2 h. c{{ °� - ZUI �. I � • mn au nv, � ` u u 49 6 C �. �. . 67, 41 le y � 38 I' IlE 31 i 37 ,�3 30 _J 32 _ . 66 I'I 2928 , 114E , 4 IG The red numbers above show the approximate locations of the trees and palms assessed in this document. I am not a licensed surveyor. Marshall William Park, City of South Miami Tropical Designs of Florida Page 97 151 of 292 ADDendix — C - ANSI A300 (Part 5) - 2005, Annex A Management report information Examples of suitability ratings Good: These are trees with good health and structural stability that have the potential for longevity at the site. Moderate: Trees in this category have fair health and/or structural defects that may be abated with treatment. Trees in this category require more intense management and monitoring, and may have shorter life -spans than those in the "good" category. Poor: Trees in this category are in poor health or have significant defect s in structure that cannot be abated with treatment. These trees can be expected to decline regardless of management. The species or individual tree may possess either characteristics that are undesirable in landscape settings or be unsuited for use areas. Appendix — D — Critical Root Zone and Tree Protection Zone ANSI A 300 (Part 5) — 2012 Management of Trees and Shrubs during Site Planning, Site Development and Construction Critical Root Zone (CRZ): The minimum volume of roots necessary to have for tree health and stability. Tree Protection Zone (TPZ): The area surrounding a tree defined by a specified distance, In which excavation and other construction — related activities should be avoided. The TPZ is variable depending on species, factors, age and health of the plant, soil conditions, and proposed construction. The zone may be accomplished by physical barriers or soil protection layers or treatments. ANSI A300 (Part 5) — 2012 54.7 A tree protection zone (TPZ) shall be delineated around all trees to be protected during a project e 54.7.1 The area and dimensions of the TPZ should be calculated on the basis of species tolerance, age, and health, root structure, rooting depth and soil conditions. Marshall William Park, City of South Miami Tropical Designs of Florida Page 98 152 of292 Appendix - E - Tree pruning specifications and recommendations Scienifc name Tree prunine recommendations_ Approved Action by City 1 Roystonea regia Remove due to severe nutrient deficiency No removal. Leave as -is. 2 Roystonea regia No pruning only remove dead fronds Yes 3 Swietenia mahagoni Only remove dead wood and branches Yes 4 Swietenia mahagoni Only remove dead wood and branches Yes 5 Quercus virginiana Only remove dead wood and branches Yes 6 Millettia pinnata Remove No. Leave as -is. 7 Quercus virginiana Remove staking Yes Remove dead wood and branches provide Yes 8 Delonix regia clearance up to 15 feet above driveway and 9 Roystonea regia No pruning only remove dead fronds Yes 10 Swietenia mahagoni Only remove dead wood and branches Yes 11 Bucida buceras Reduce 10 longest vertical branches 15 to 18 Yes feet 12 Bucida buceras Reduce 10 longest vertical branches 15 to 18 Yes feet 13 Swietenia mahagoni Reduce 10 longest vertical branches 15 to 18 Yes feet 14 Swietenia mahagoni Reduce 10 longest vertical branches 15 to 18 Yes feet 15 Swietenia mahagoni Only remove dead wood and branches Yes 16 Quercus virginiana Reduce longest vertical branches up to 15 feet Yes 17 Tabebuia heterophylla Only remove dead wood and branches Yes 18 Quercus virginiana Only remove dead wood and branches Yes 19 Bauhinia purpurata Remove Yes 20 Quercus virginiana Only remove dead wood and branches Yes Remove dead wood and branches and reduce Yes 21 Delonix regia longest lateral branch as shown on page 22 Quercus virginiana This tree should be considered for removal Selective/Corrective Pruning Only 23 Quercus virginiana Only remove dead wood and branches Yes 24 Swietenia mahagoni Only remove dead wood and branches Yes Reduce 15 longest vertical branches 10 to 15 Yes 25 Quercus virginiana feet and removal dead wood 26 Quercus virginiana Remove Yes - remove. Reduce 15 longest vertical branches 10 to 15 Yes 27 Quercus virginiana feet and removal dead wood 28 Quercus virginiana This tree should be considered for removal Selective Pruning Only 29 Quercus virginiana This tree should be considered for removal Selective Pruning Only 30 Delonix regia Only remove dead wood and branches Yes 31 Bucida buceras Only remove dead wood and branches Yes 32 Tabebuia heterophylla Only remove dead wood and branches Yes 153 of 292 99 Appendix - E - Tree pruning specifications and recommendations Scienifc name Tree pruninx recommendations Approved Action by City 33 Bucida buceras Only remove dead wood and branches Yes 34 Ficus aurea Only remove dead wood and branches Yes 35 Tabebuia heterophylla Only remove dead wood and branches Yes 36 Mangifera indica Only remove dead wood and branches Yes 37 Bucida buceras Only remove dead wood and branches Yes 38 Tabebuia heterophylla Only remove dead wood and branches Yes 39 Quercus virginiana Remove No. Selective Pruning Only. 40 Quercus virginiana Remove Yes - remove. 41 Quercus virginiana Only remove dead wood and branches Yes 42 Delonix regia Only remove dead wood and branches Yes 43 Bucida buceras Only remove dead wood and branches Yes 44 Quercus virginiana Remove No Reduce 15 longest vertical branches 10 to 15 4S Delonix regia Yes feet and removal dead wood 46 Millettia pinnata Remove No. Pruning required. 47 Terminalia catappa This tree should be considered for removal No. Leave as -is. 48 Terminalia catappa This tree should be considered for removal No. Leave as -is. 49 Swietenia mahagoni Only remove dead wood and branches Yes 50 Callistemon viminalis Only remove dead wood and branches Yes 51 Quercus virginiana Only remove dead wood and branches Yes This tree should be reduced approximately 20 52 Mangifera indica Yes to 25 feet in height Reduce longest vertical branches up to 15 to 53 Swietenia mahagoni Yes 18 feet, remove all dead wood 54 Swietenia mahagoni This tree should be considered for removal Leave as -is 55 Swietenia mahagoni This tree should be considered for removal Leave as -is 56 Swietenia mahagoni Remove No. Leave as -is 57 Swietenia mahagoni Remove No. Leave as -is 58 Swietenia mahagoni Remove No. Leave as -is 59 Swietenia mahagoni Remove No. Leave as -is 60 Swietenia mahagoni Only remove dead wood and branches Yes. 61 Bucida buceras This tree should be considered for removal No. Leave as -is 62 Swietenia mahagoni Remove No. Pruning required. 63 Bucida buceras This tree should be considered for removal Leave as -is 64 Swietenia mahagoni This tree should be considered for removal Leave as -is 65 Bucida buceras This tree should be considered for removal Leave as -is 66 Swietenia mahagoni This tree should be considered for removal Leave as -is 154 of 292 � OO Appendix - E - Tree pruning specifications and recommendations Sclenifc name 67 Swietenia mahagoni 68 Swietenia mahagoni 69 Swietenia mahagoni Tree pruning recommendations_ Reduce longest vertical branches up to 15 feet Remove This tree should be considered for removal 70 Swietenia mahagoni This tree should be considered for removal Approved Action by City Leave as -is Yes - remove. Leave as -is Leave as -is 71 Swietenia mahagoni This tree should be considered for removal Leave as -is 72 Swietenia mahagoni This tree should be removed Leave as -is 73 Swietenia mahagoni This tree should be considered for removal Leave as -is 74 Sucida buceras Remove No. Pruning required. 75 Swietenia mahagoni Remove No. Pruning required. 76 Swietenia mahagoni This tree should be considered for removal No. Leave as -is Reduce longest vertical and lateral branches 15 Yes 77 Bucida buceras to 18 feet, remove all dead wood Reduce longest vertical and lateral branches 15 Yes 78 Swietenia mahagoni to 18 feet, remove all dead wood 79 Bucida buceras Remove No. Leave as -is Reduce longest vertical and lateral branches 15 Yes 80 Swietenia mahagoni to 18 feet, remove all dead wood Reduce longest vertical and lateral branches 15 Yes 81 Swietenia mahagoni to 18 feet, remove all dead wood 82 Swietenia mahagoni This tree should be considered for removal No. Leave as -is 155 of 292 /D/ Appendix — F - Assumptions and Limiting Conditions Tropical Designs of Florida, Inc. Arboricultural and Horticultural Consulting Qualifications, Assumptions, and limiting Conditions Any legal description provided to the consultant is assumed to be correct. Any titles or ownership of properties are assumed to be good and marketable. All property is appraised or evaluated as though free and clear, under responsible ownership and competent management. All property is presumed to be in conformance with applicable codes, ordinances, statutes, or other regulations. Care has been taken to obtain information from reliable sources. However, the consultant cannot be responsible for the accuracy of information provided by others. The consultant shall not be required to give testimony or to attend meetings, hearings, conferences, mediations, arbitrations, or trials by reason of this report unless subsequent contractual arrangements are made, including payment of an additional fee for such services. This report and any appraisal value expressed herein represent the opinion of the consultant, and the consultant's fee is not contingent upon the reporting of a specified appraisal value, a stipulated result, or the occurrence of a subsequent event. Sketches, drawings, and photographs in this report are intended for use as visual aids, are not necessarily to scale, and should not be construed as engineering or architectural reports or surveys. The reproduction of information generated by architects, engineers, or other consultants on any sketches, drawings, or photographs is only for coordination and ease of reference. Inclusion of said information with any drawings or other documents does not constitute a representation Tropical Designs of Florida, Inc. as to the sufficiency or accuracy of said information. Unless otherwise expressed: a) this report covers only the examined items and their condition at the time of inspection: and b) the inspection is limited to visual examination of accessible items without dissection, excavation, probing, or coring. There is no warranty or guarantee, expressed or implied, that structural problems or deficiencies of plants or property may not arise in the future. Marshall William Park, City of South Miami Tropical Designs of Florida Page j.6T-00j02. 156 of 292 Appendix — G - Certification of Performance Tropical Designs of Florida, Inc. Arboricultural and Horticultural Consulting 1, Jeff Shimonski, certify: • That I have personally inspected the trees and/or the property referred to in this report, and have stated my findings accurately. The extent of the evaluation is stated in the attached report; • That I have no current or prospective interest in the vegetation or the property that is the subject of this report and have no personal interest or bias with respect to the parties involved; • That the analysis, opinions, and conclusions stated herein are my own; • That my analysis, opinions, and conclusions were developed and Lhis report has been prepared according to commonly accepted arboricultural practices; • That no one provided significant professional assistance to the consultant, except as indicated within the report; • That my compensation is not contingent upon the reporting of a predetermined conclusion that favors the cause of the client or any other party. I further certify that I am a member of the American Society of Consulting Arborists and acknowledge, accept, and adhere to the ASCA Standards of Professional Practice. I am an International Society of Arboriculture Certified Municipal Arborist FL-1052AM, am ISA Tree Risk Assessment Qualified and have been involved in the practice of arboriculture and the study of trees for over forty-five years. Signed:9�6 454�",#Z� Doted: November30, 2020 Marshall William Park, City of South Miami Tropical Designs of Florida Page 0 157 of 292 EXHIBIT 2 SAFETY & SECURITY IMPROVEMENTS AT MARSHALL WILLIAMSON PARK RFP #PR2021-37 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/sub-consultant, 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 Sub-contractor/sub-consultant 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 Sub-contractor/sub-consultants maintain appropriate levels of Worker's Compensation Insurance. Commercial Comprehensive General Liabilitv 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; 160 of 292 • 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 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 [hjury 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 Sub-contractor/sub-consultant 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 Sub- contractor/sub-consultants 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. 161 of 292 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: "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." €: 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 162 of 292 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/sub-contractor/sub-consultant 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 attorneys fees, in the defense of any action in law or equity brought against them and arising from the negligent error, omission, or act of FIRM, its Sub- contractor/sub-consultant 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/sub-contractor/sub-consultant 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/sub-contractor/sub-consultant 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 and its agencies, as well as to its officers and employees, is to indemnify and hold them harmless from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract. END OF SECTION 163 of 292 EXHIBIT 4 SAFETY & SECURITY IMPROVEMENTS AT MARSHALL WILLIAMSON PARK RFP #PR2021-37 SECTION 3 REQUIREMENTS FOR PROCUREMENT CONTRACTS "CDBG Federal Grant Requirements, Public Housing & Community Development Federal Labor Standards & Section 3 Requirements." 167 of 292 MUNI6DADE000MIY PUBLIC HOUSING AND COMMUNITY DEVELOPMENT ATTACHMENT TO BID PACKAGE PUBLIC HOUSING AND COMMUNITY DEVELOPMENT FEDERAL LABOR STANDARDS AND SECTION 3 REQUIREMENTS Agency Name: City of South Miami Project Name: Marshall Williamson Park Crime Prevention Through Environment Design CPTEDI Project Project Address: 6100 SW 67th Avenue, South Miami, FL 33143 Prepared by: Letitia S. Goodson Date: 02/23/2021 Page 1 of 56 158_of 292 Table of Contents Federal Labor Requirements Documents that must be incorporated in the submittal of the bid package: NOTICE TO BIDDERS / PROSPECTIVE GENERAL CONTRACTOR(S)................................................................................ 4 STATEMENT OF GENERAL CONTRACTORS CONSTRUCTION EXPERIENCE ...................................................................... 5 CERTIFICATIONOF RECEIPT................................................................................................................................ 7 INSURANCEREQUIREMENTS............................................................................................................................... 8 PROVISIONS TO BE INCORPORATED IN CONSTRUCTION CONTRACTS............................................................................... 10 AcquisitionThreshold............................................................................................................................ 30 TerminationClauses over$10,000.......................................................................................................10 EqualEmployment Opportunity ............................................................................................................12 DavisBacon Act....................................................................................................................................12 Contract Work Hours and Safety Standards Act (CWHASA).................................................................12 Rightsto Inventions.............................................................................................................................. 13 Debarment and Suspension (ED 1549&11689)....................................................................................13 ByrdAnti -Lobbying Amendment...........................................................................................................13 NONCOLLUSION AFFIDAVIT ..................................................................................................................................... 14 CER71FICATION REGARDING LOBBYING..................................................................................................................... 15 AFFIRMATIVE ACTION STANDARDS........................................................................................................................... 16 OTHER REQUIRED CERTIFICATIONS.......................................................................................................................... 21 Equal Employment Opportunity (ED 10925,11114, & 11246)•..•...••.............•••••.••..•........•.......••.••••••...•••• 21 Affirmative Action (41 CFR 60-1 & 60-2).................................................................................................... 21 Copeland Anti -Kickback (24 CFR port 85.36).............................................................................................. 22 Disclosure forAnticipated Debarment........................................................................................................22 NondiscriminationClause............................................................................................................................ 22 AgeDiscrimination Act of 1975................................................................................................................... 23 Section 504 of the Rehabilitation Act of 1973............................................................................................ 23 Debarment Suspension, Ineligibility and Voluntary Exclusion..................................................................23 DRUG -FREE WORKPLACE CERTIFICATION.................................................................................................................. 25 INSTRUCTIONS REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION .................................. 27 EQUAL EMPLOYMENT OPPORTUNITY FOR SPECIAL DISABLED VETERANS........................................................................ 29 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES............................................................................................. 32 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION (EO 11246)............................................................................. 34 STANDARD FEDERAL EQUAL EM PLOYMENT CONTRACT SPECIFICATIONS........................................................................ 37 EQUAL EMPLOYMENT FOR CONTRACTS SUBJECT TO EO 11246.................................................................................. 42 CERTIFICATION FOR NONSEGREGATED FACILITIES....................................................................................................... 44 NOTICE OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES............................................................ 45 NOTICE OF REQUIREMENT FOR CLEAN WATER, CLEAN AIR AND EPA REGULATIONS (EO 11738).................................... 46 SWORN STATEMENT —PUBLIC ENTITY CRIMES.......................................................................................................... 47 PHCD AGREEMENT TO AUTHORIZE ExAMINATION OF RECORDS.................................................................................. 50 SECTION 3 APPUCABLE FEDERAL REGULATIONS (TITLE 24, CODE OF FEDERAL REGULATIONS, PART 135) .......................... 51 SECTION 3 INFORMATION...............................................................................................................................................53 Assurance of Compliance with Section 3 (form)...................................................................................................55 Bidder's Initial Section 3 Goals (form)............................................................................................................ 56 SECTION 3 ATTACHMENTS SECTION 3 REQUIREMENTS FOR PROCUREMENT CONTRACTS SECTION 3 BUSINESS PREFERENCE CLAIM FORM - DOCUMENT 00200 SECTION 3 ECONOMIC OPPORTUNITY AND AFFIRMATIVE MARKETING PLAN - DOCUMENT 00400 CONTRACTOR/SUBCONTRACTOR ESTIMATED PROJECT WORK FORCE BREAKDOWN - DOCU MENT 00450 TRAINING AND EMPLOYMENT OUTREACH - DOCUMENT 00403 Page 2 of 56 169 of 292 SECTION 3 LANGUAGE FOR NEWS ADS, FLYERS, AND JOB NOTICES -DOCUMENT 00404 LETTER OF INTENT TO SUBCONTRACT/SOUCIT SECTION 3 BUSINESSES -DOCUMENT 00406 LIST OF SUBCONTRACTORS UTILIZATION SECTION 3 BUSINESSES -DOCUMENT 00430 EMPLOYEE LIST -DOCUMENT 00452 SECTION 3 PREFERENCE CLAIM and SUPPORTING DOCUMENTATION REQUESTED-DOCUMENT00401 SECTION 3 RESIDENT HOUSEHOLD INCOME CERTIFICATION AND SUPPORTING DOCUMENTATION - REQUESTED DOCUMENT 00402 LETTER of COMMITMENT to SUBCONTRACT with SECTION 3 BUSINESS CONCERNS - DOCUMENT 00409 EMPLOYEE UST —DOCUMENT 00452 CONTRACTOR/SUBCONTRACTOR CERTIFICATION —DOCUMENT 00453 (IF APPLICABLE) DAvis BACON WAGE DECISION...............................................................................................................................ATTACHMENT A FL20210178 M0D#0 01/01/2021 -HIGHWAY FEDERAL LABOR STANDARDS PRovisioN (HUD 4010)................................................................_.........................ATTACHMENT B Page 3 of 56 170 oT 282 NOTICE TO BIDDERS/PROSPECTIVE CONTRACTOR (S) This project, in whole or in part, will be assisted through the Miami -Dade County Public Housing and Community Development with Federal funding from Community Development Block Grant and as such bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375; Title VII of the Civil Rights Act of 1964 as amended; the Davis -Bacon Act of 1968, as amended; the Copeland Anti -Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal, state and local ordinance. The bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This projectlactivitylsolicitation, in whole or in part, may be covered under 24 CFR Part 135, Section 3 Economic Opportunities. Section 3 requires that job training, employment and contracting opportunities be directed to very -low and low- income persons or business owners who live in the project's area. Page 4 of 56 171 of 292 STATEMENT OF SUB -CONTRACTOR'S CONSTRUCTION EXPERIENCE To be submitted by each sub -contractor with requested information and affidavits. All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. Add additional pages as necessary. 1. Sub -Contractor: I A Native Tree Service, Inc Z. Sub -contractor Address: 15733 SW 117 Avenue Miami, FL 33177 Phone: 305-238-1178 1 Email address: nativetree@nativetree.com -. Name of each owner, principal officer, partner, etc. Angela Tomasetti Dayne Tomasetti 4. Minority Business? U I Yes DO I No I Women -owned Business? Yes Ll No 5. Company Qualifier: 6. Years in Business: 135 years -r. U.S. Treasury Number. (Employers Identification number; Federal Social Security number used on Employers quarterly Federal Tax/return, U.S. Treasury Department. CC# License Number: State: FL EIN# 59-2613393 3. Contractor's Certification Categories: 3. 1Contracts completed in the last five years (include the months and year completed, use additional pages, if needed) 2roiect Duration (months years) Year Completed Fuchs Park 2 months 2021 Lot Clearing - MCC - PHCD 1 month 2021 Azcaya Museum and Gardens 18 months annual contract Fort of Miami 2 months 2020 Page 5 of 56 _. _ .172 OJ 292 10. 1Contractors on -going construction projects (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion). Project Current Duration (months vearsl Anticipated Completion Date MDC Parks Maintenance ($483,900) 2 years 2023 11. Have you ever defaulted on a Contract? ❑ Yes ®No Please ex lain. 12. The subcontractor promises to defend, indemnify and hold harmless th�"yg8pup1A (agency name) and Miami -Dade County with regard to any disclosures or information received, whether at trial, in arbitration or on appeal. (initials) 13. The undersigned hereby authorizes and requests any person, firm, corporation, or governmental unit, to furnish any Information requested by th`41'"(name of agency) in verification of the recitals comprising this statement of bidder's experience (initials) Sworn to and subscribed before me this 2nd day of June 20 71 Date By , and Is personally known to me or has presented (AfOant) Angela Tomasetti n/a as identification. (Type of Identification) HG 005570 (Signature of Notary) (Serial Number) Cathy Evensen 8/16/2024 (Print or Stamp Name of Notary) (Expiration Date) Notary Public Notary Seal Page 6 of 56 173 of 292_ _ CERTIFICATION OF RECEIPT This is to acknowledge receipt of a copy of the U.S. Department of Housing and Urban Development Federal Labor Standards Provisions (HUD Form 4010) concerning the _MARSHALL WILLIAMSON PARK CRIME PREVENTION THROUGH ENVIRONMENT DESIGN (CPTED) project IN. O W.i ) Further, I hereby certify that I have on this date, read, examined, understood and acknowledge the contents of U.S. Department of Labor requirements, particularly the -requirements contained in Wage General Decision Number FL20210178 MOD #0 01/01/2021 - HIGHWAY that is applicable to this project. I hereby agree to abide by the requirements of the Federal Labor Standards Provision issued by the United States Department of Housing and Urban Development and described in Form HUD- 4010 and those requirements contained in Wage General Decision Number _ FL20210178 MOD 40 01/O1/2021 -HIGHWAY for this project. Agency Name: Employer ID #/FID #: Unitec Inc. 65-0817802 Full Address (including City, ST and Zip) and Email Address 14250 NE 18 Avenue North Miami, FL 33181 khurles@unitecus.com Authorized Signature: Print Name: Katiuska Hurles Date: I June 1, 2021 Check one, as applicable: X Contractor _ Subcontractor other Page 7 of 56 174 of 292 Title: President INSURANCE REQUIREMENTS The term "Contractor", as used in this document, refers to the entity providing construction type services. The terms "owner" and "sub -recipient are used interchangeably, and refer to the entity receiving Federal funds directly from PHCD. Based on the type of project, the Contractor shall acquire the following insurance and submit necessary certificate(s) and original policies described hereunder. REQUIRED CERTIFICATE(S) OF INSURANCE Worker's Compensation Insurance- for all employees of the Contractor as required by Florida Statute 440. Professional Liability Insurance- in the name of the Contractor or the licensed design professional employed by the Proposer in an amount of not less than $250,000. Commercial General Liability — on a comprehensive basis, including Explosion, Collapse and Underground Liability coverage in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. Miami -Dade County must be shown as an additional Insured with respect to this coverage. Automobile Liability Insurance- covering all owned, non -owned and hired vehicles used in connection with the work, In an amount not less than $1,000,000 combined single limit per occurrence for bodily Injury and property damage. Completed Value Builders Risk Insurance- on al "All Risk" basis (when applicable) in an amount not less than one hundred (100%) percent of the insurable value of the building(s) or structure(s) as determined by Miami -Dade County. The policy will show Miami -Dade County as a Loss Payee A.T.I.M.A. All insurance requirements must be verified at before a pre -construction meeting is scheduled through the PHCD Project Manager assigned. III. All insurance policies required above all shall be Issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "A" as to management, and no less than "Class VII" as to financial strength, by A.M. Best Company, Oldwick, New Jersey, or Its equivalent, subject to the approval of the County Risk Management Division. Or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Financial Services. Page 8 of 56 175L292 IV. All insurance required by the contract must stay in force until final acceptance except, "Completed Value Builders Risk" which may be dropped after substantial completion. The Contractor shall also keep all Insurance required by contract, except "Completed Value Builders Risk", in force when performing any work during the guarantee period(s). The Contractor shall furnish certificates of Insurance and insurance policies to the owner prior to commencing any operation under this contract, which certificates shall clearly indicate that the Contractor has obtained insurance, in the type, amount, and classifications, as required for strict compliance with the contract. NOTE: Certificates will indicate no modification or change in insurance shall be made withoutthirty (30) days in advance notice to the certificate holder. Compliance with the foregoing requirements as to the carrying of Insurance shall not relieve the Contractor from his liability under any other portion of this contract. V. Cancellation of any Insurance or bonds, or non-payment by the contractor of any premium for any insurance policies or bonds required by this contract shall constitute a breach of this contract. In addition to any other legal remedies, the owner at its sole option may terminate this contract or pay such premiums, and deduct the costs thereof from any amount, which are or may be due to the Contractor. Page 9 of 56 PROVISIONS TO BE INCORPORATED IN CONSTRUCTION CONTRACTS In addition to other provisions required by US HUD in the HUD 4010 incorporated in this document, the Federal agency or non -Federal entity, all contracts made by the non -Federal entity under the Federal award must contain provisions covering the following, as stated in 2 CFR Appendix 11 to Part 200: (A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C.1908, must address administrative, contractual, or legal remedies in Instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. (B) All contracts in excess of $10,000 must address termination for cause and for convenience by the non -Federal entity including the manner by which it will be effected and the basis for settlement. Provisions for termination are as follows: 1. Termination at Will This contract, in whole or in part, may be terminated by the Principal Contractor/Owner upon no less than ten (10) working days' notice when the Principal Contractor/Owner determines that it would be in the best interest of the Principal Contractor/Owner and the Public Housing and Community Development (PHCD). Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. 2. Termination for Convenience The Principal Contractor/Owner may terminate this contract, in whole part, when both parties agree that the continuation of the activities would not produce beneficial results commensurate with the further expenditure of funds. Both parties shall agree upon the termination conditions. The Principal Contractor/Owner, at its sole discretion, reserves the right to terminate this contract without cause upon thirty (30) days written notice. Upon receipt of such notice, the Contractor shall not incur any additional costs under this contract. The Principal Contractor/Owner shall be liable only for reasonable costs incurred by the Contractor prior to notice of termination. The Principal Contractor/Owner shall be the sole judge of "reasonable costs." 3. Termination Because of Lack of Funds In the event of a funding short -fall, or a reduction in federal appropriations, or should funds to finance this contract become unavailable, the Principal Contractor/Owner may terminate this contract upon no less than twenty-four (24) hours written notification to the Contractor. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. The Principal Contractor/Owner shall be the final authority to determine whether or not funds are available. The Principal Contractor/Owner may at its discretion terminate, renegotiate and/or adjust the contract award whichever is in the best interest of the Principal Contractor/Owner. Page 10 of 56 - -- -- 177 of 292 4. Termination for Substantial Funding Reduction In the event of a substantial funding reduction of the allocation to the Principal Contractor/Owner through Board of County Commissioners' action, the Principal Contractor/Owner may, at its discretion, request in writing from the Director of PHCD a release from its contractual obligations to the County. The Director of PHCD will review the effect of the request on the community and the County prior to making a final determination. S. Termination for Breach The Principal Contractor/Owner may terminate this contract, in whole or in part, when the Principal Contractor/Owner determines, in its sole and absolute discretion that the Contractor is not making sufficient progress thereby endangering ultimate contract performance, or is not materially complying with any term or provision of this contract. Unless the Contractor's breach is waived by the Principal Contractor/Owner in writing, the Principal Contractor/Owner may, by written notice to the Contractor, terminate this contract upon no less than twenty-four (24) hours' notice. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. Waiver of breach of any provision of this contract shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this contract. The provisions herein do not limit the Principal Contractor's/Owner's right to legal or equitable remedies. 6. Penalties for Fraud Misrepresentation or Material Misstatement In accordance with the Code of Miaml-Dade County, Section 2-8.4.1, any individual or corporation or other entity that attempts to meet its contractual obligations with the County through fraud, misrepresentation or material misstatement, shall have its contract with the County terminated, whenever practicable, as determined by the County. The County may terminate or cancel any other contracts which such individual or other subcontracted entity has with the County. Such individual or entity shall be responsible for all direct and indirect costs associated with such termination or cancellation, including attorney's fees. The foregoing notwithstanding, any Individual or entity who attempts to meet it contractual obligations with the County through fraud, misrepresentation or material misstatement may be disbarred from County contracting for up to five (5) years. 7. Payment Settlement If termination occurs, the Contractor will be paid for allowable costs incurred in carrying out activities required by this contract up to the date and time of termination. Page 11 of 56 _--_._178 of 292 (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30FR 12319, 12935, 3 CFR Part,1964- 1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." (D) Davis Bacon Act, as amended (40 U.S.C. 3141-3148). When required by the Federal program, all prime construction contracts in excess of $2,000 awarded by grantees and sub grantees shall include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141-31444 and 3146- 3148) as supplemented by Department of Labor regulations (29 CFR Part 5). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non - Federal entity must place a copy of the current prevailing wage determination Issued by the Department of Labor in each solicitation. The decision to award a contractor subcontract must be conditioned upon the acceptance of the wage determination. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for complaisance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3). The Act provides that each contractor or su brecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. Further, the provision listed below must be included in each set of bid documents and incorporated in each contract, subcontract, and any lower -tier subcontract: 'The contractor hereby agrees that it will abide by the requirements of the Federal Labor Standards Provisions issued by the United States Department of Housing and Urban Development and described in Form HUD-4010 and those requirements contained In Wage General Decision NumberFL20210178 MOD #0 01/01/2021- HIGHWAY." (E) Contract Work Hours and Safety Standards Act (CWHASA) (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non -Federal entity In excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases o supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Page 12 of 56 _. _ _179 of 292 _ _ _ (F) Rights to Inventions Made under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR 401.2 (a) and the recipient orsubrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 FR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations Issued by the awarding agency. (G) Clean Air Act (42 U.SC. 7401-7671a.) and the Federal Water Pollution Control Act (33 U.S.C. 1251- 1387), as amended — Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non -Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean AlrAct (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA) see page 46. (H) Debarment and Suspension (Executive Orders 1549 and 12689) —A contract award (see 2 CFR 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM.gov), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., P. 235), "Debarment and Suspension." SA Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. (1) Byrd Anti -Lobbying Amendment (31 U.S.C. 1352) — Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of an agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress In connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal ward, Such disclosures are forwarded from tier to tier up to the non -Federal award (see full affidavit on page �. Page 13 of 56 180912a2 - - - _-- NONCOLLLISION AFFIDAVIT STATE OF: Florida COUNTY OF: Miami -Dade Kati uska Hurles being first duly sworn, deposes and says that: (1) He/she Is President of Unitec Inc. the Bidder that has submitted the attached Bid. (2) Bidder has been fully informed regarding the preparation and contents of the attached Bid and of all pertinent circumstances regarding such Bid; (3) Such Bid is genuine and is not a collusion or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in Interest, including this affiant has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the contractor for which the attached Bid has been submitted or to refrain from bidding in connection with such contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices, profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through advantage against the City of South Miami (Local Public Agency) or any person interested in the proposed contract; and (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of Its agents, representatives, owners, employees, or Eies in interest, i cluding this affiant. (SIGNED) ' President Title Subscribed and sworn to before me this 1st dayof June 2o21 Le1S1: e G �nZ�ir¢z My commission expires: 11/5/2024 Page 14 of 56 181 of 292 =8!Wdd IJE GONZALEI lic - State of Florida sion F HH 060775 Expires Nov S, 2024 National Notary Assn. CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans and Cooperative Agreements In excess of $100,000 The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for Influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement 2. If any of the funds other than Federal appropriated funds have been paid or will be paid to any person for Influencing or attempting to Influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress In connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, "Disclosure Form to Report Lobbying," In accordance with its instructions. 3. The undersigned shall require that the language of this certification be included In the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreement in excess of $100,000) and that all subrecipients shall certify and disclose accordingly. This certification Is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering Into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Agency Name: Employer ID #/FID #: Unitec Inc. 65-0817802 Full Address (Including City. ST and ZIW and Email Address 14250 NE 18 Avenue North Miami, FL 33181 khurles@unitecus.com Authorized Signature: Print Name: Title: Katiuska Hurles President Date: I June 1, 2021 Check one, as applicable: X Contractor subcontractor Other Page 1s of 56 162 of 292 AFFIRMATIVE ACTION STANDARDS Contracts covered by the Notice and Specifications shall take affirmative action to ensure equal employment opportunity. Evaluation of contractor's compliance with the affirmative action standards shall be based on contractor's efforts to achieve maximum results from their actions. The contractor shall be required to provide documentary evidence of efforts to implement each of the 16 affirmative action steps outlined in the Specifications. Listed below are the 16 essential affirmative action steps, the efforts required to implement them and the records that should be maintained to document the contractor's efforts. 1. Contractors must maintain a working environment free of harassment, intimidation, and coercion at all sites and In all facilities at which the contractor's employees are assigned to work. The contractor, where possible, must assign 2 or more women to each construction project. The contractor shall specifically insure that all forepersons, superintendents, and other on -site supervisory personnel are aware of and carry out the contractors obligation to maintain such a working environment, with specific attention to minorities or women working at such sites or in such facilities. To Demonstrate Compliance: Contractor must have copies of memoranda to supervisory staff, or minutes or notes of staff meeting or EEO officer's meetings with supervisors to inform them of the contractor's obligation to maintain a working environment free of harassment, intimidation, and coercion and to where possible, assign two or more women to each construction project. Monitoring of work environment by EEO officer. 2. Contractors must establish and maintain a current list of minority and women's recruitment sources, provide written notification to minority and women's recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organization's responses. To Demonstrate Compliance: Contractors must have a current listing of recruitment sources for minority and women craft workers. It must have copies of recent letters to community resource groups or agencies specifying the contractor's employment opportunities and the procedures one should follow when seeking employment. It must note the responses receive and the results on the bottom or reverse of the letters or establish a follow-up file for each organization notified. 3. Contractors must maintain a current file of the name, address, and telephone number of each minority and/or women off -the -street applicant and minority and/or women referred from a union, recruitment source, or community organization, and of the action that was taken with respect to each Individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, was not employed by the contractor, this shall be documented In the file with the reason, along with whatever additional actions the contractor may have taken. To Demonstrate Compliance: Contractors must have a file of the names, addresses, telephone numbers, and crafts of each minority and/or woman applicant showing the date of contact and whether or not the person was hired and Page 16 of 56 103 of 292 (If not) the reason; whether or not the person was sent to a union for referral and what happened; and follow-up contracts when the contractor was hiring. 4. Contractors must provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement failed to refer to the Contractor a minority or woman sent by the contractor, or when the contractor has other information that the union referral process Impeded the contractors efforts to meet Its obligations. To Demonstrate Compliance: Contractors must have copies of letters sent to verify claim that the union is impeding the contractors efforts to comply. S. Contractors must develop on-the-job training opportunities or participate in training programs forthe area that expressly includes minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractors employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notices of those programs to the sources compiled under Item 2, above. To Demonstrate Compliance: Contractors must have records of contributions in cash, equipment supplied or contractor personnel provided as instructors for approved Bureau of Apprenticeship and Training or Department of Labor funded training programs and records of the hiring and training of minorities and women from such programs. Supply copies of letters informing minority and women's recruitment sources or schools providing these training programs. 6. Contractors must disseminate their EEO policies by providing notices of the policy to unions and training programs and requestingthelr help In meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing It in the company newspaper or annual report; by specific review of the policy with all management personnel and with all minority and women employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. To Demonstrate Compliance: Contractors must have written EEO policies that include the name and contact information on the contractors EEO officer and must (a) include the policy in any company policy manuals; (b) post a copy of the policy on all company bulletin boards (in the office and on all job sites); (c) put in records, such as reports or diaries, that each minority and woman employee is aware of the polity and that it has been discussed with them; (d) record that the policy has been discussed regularly at staff meetings; (e) make copies of newsletters and annual reports that Include the policy; and (f) make copies of letters to unions and training programs requesting their cooperation in helping the contractor meet its EEO obligations. Contractors must review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions, including specific review of these Items with on -site supervisory personnel such as superintendents and general forepersons prior to the initiation of work at any job site. Contractors must make and maintain a written record and Page 17 of 56 164OUO2 _ maintain it to identify the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. To Demonstrate Compliance: Contractors must have written records (memoranda, diaries, minutes of meetings) identifying the time and place of meeting, persons attending, subject matter discussed, and disposition of subject matter. 8. Contractors must disseminate their EEO policies externally by including it in any advertising in the news media, specifically including minority and women's policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. To Demonstrate Compliance: Contractors must have copies of (a) letters sent, at least every 6 months or at the start of each new major contract, to all recruiting sources (including labor unions and training programs) requiring compliance with the policy; (b) advertisement that has the EEO "tagline" on the bottom; and (c) letters to subcontractors and suppliers, at least at the time of the subcontract is signed, requiring compliance with the policy. 9. Contractors must direct recruitment efforts, both oral and written, to minority, women and community organizations, to schools with minority and women students, and to minority and women's recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one (1) month prior to the date for acceptance of applications for apprenticeship or other training by any recruitment source, the contractor will send written notification to such organizations, describing the openings, screening procedures, and tests to be used in the selection process. To Demonstrate Compliance: Contractors must have written records of contacts (written communications, telephone calls, or personal meetings) with minority and women's community organizations and recruitment's sources, and schools and training organizations, specifying the date(s), individuals contacted, results of the contact, and any follow-up. It must have copies of letters sent to these organizations at least one (1) month prior to the acceptance of applications for training (apprenticeship or other) describing the openings, screening procedures, and tests to be used in the selection process. 10. Contractors must encourage minority and women employees to recruit other minority persons and women and provide, where reasonable, school, summer and vacation employment to minority and female youth both on -site and in other areas of the workforces. To Demonstrate Compliance: Contractors must have copies of diaries, telephone logs, or memoranda indicating contacts (written and oral) with minority and women employees requesting their assistance in recruiting other minorities and women, and record results. If contractors normally provide after -school, summer, and vacation employment, it must have copies of letters to organizations under Item 9 describing those opportunities and must have responses received and results noted on letters or in a follow-up file. 11. Contractors must validate all tests and other selection requirements where there is an obligation to do so under CFR 60-3. Page to of 56 185 of 292 To Demonstrate Compliance: Contractors must have evidence in the form of correspondence, or certificates that all tests, interviews and selection procedures used by the contractor, a craft union, or Joint Apprenticeship Committee meet the requirements in the OFCCP testing and selection guidelines. 12. Contractors must conduct, at least annually, an inventory evaluation (at least) of all minority and women personnel for promotional opportunities and encourage these employees to seek or to prepare for such opportunities by appropriate training. To Demonstrate Compliance: Contractors must have written records (memo, letters, personnel files, etc.) showing that the company conducts annual reviews of minority and female personnel for promotional opportunities and notifies these employees of training opportunities (formal or on-the-job) and encourages their participation. 13. Contractors must ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect, by continually monitoring all personnel and employment related activities to insure that the EEO policy and the Contractor's obligations under these specifications are being carried out. To Demonstrate Compliance: Contractors must have evidence (letter, memos, personnel files, reports) that: (a) the activity under Item 12, above, has been carried out; (b) any collective bargaining agreements have an EEO clause and the provisions do not operate to exclude minorities and women; (c) the EEO officer reviews all monthly workforce reports, hiring, terminations, and training provided on the job; (d) the EEO officer's job description identifies his or her responsibility for monitoring all employment activities for discriminatory effects; and (e) the contractor has initiated corrective action whenever the contractor has identified a possible discriminatory effect. 14. Contractors must insure that all facilities and company activities are nonsegregated, except for providing separate or single -user toilets and necessary changing facilities to assure privacy between the sexes. To Demonstrate Compliance: Contractors must have incorporated the "Certification of Nonsegregated Facilities" from the contractors federally involved contract documents Into all subcontracts and purchase order; have records that announcements of parties, picnics, etc. have been posted and have been available to all employees; have written copies of contracts (written or verbal) with supervisory staff regarding the provision of adequate toilet and changing facilities to assure privacy between the sexes. 15. Contractors must document and maintain a record of all solicitations of offers for subcontractors from minority and female construction contractors and suppliers, including circulation of solicitations to minority and women's contractor associations and other business associations. To Demonstrate Compliance: Contractors must have copies of letters or other direct solicitation of bids for subcontractors or joint ventures from minority or women contractors with a record of specific responses and any follow-up the contractor has done to obtain a price quotation or to assist a minority or female contractor In preparing or reducing a price quotation; have a list of all minority or female subcontracts awarded or Page 19 of 56 _ ___ _ 186_of292 joint ventures participated in with dollar amounts; have copies of solicitations sent to minority and women's contractor associations or other business associations. 16. Contractors must conduct a review, at least annually, of all supervisors' adherence to and performance under the contractor's EEO policies and affirmative action obligations. To Demonstrate Compliance: Contractors must have copies of memos, letters, reports, minutes of meeting, or interviews with supervisors regarding their employment practices as they relate to the contractor's EEO polity and affirmative action obligations, and written evidence that supervisors were notified when their employment practices adversely or positively impacted on the contractor's EEO and affirmative action posture. morals Page 20 of 56 187 of292__. OTHER REQUIRED CERTIFICATIONS A. EQUAL EMPLOYMENT OPPORTUNITY Bidder, by submission of this quotation represents: The undersigned has has not participated In a previous contract or subcontract subject to the Equal Opportunity clause herein or the clause originally contained in Section 301 of Executive Order No. 10925, or the clause contained in Section 201 of Executive Order No. 11114, that it has has not X filed all required compliance reports; and that representations indicating submission of the required compliance reports, signed by proposed subcontractors, will be obtained prior to subcontract awards. (The above representation need not be submitted in connection with contracts or subcontracts which are exempt from the clause.) For Contracts not subject to Executive Order 11246: In carrying out the contract, the contractor shall not discriminate against any employee or applicant for employment because of race,color, religion, sex, or national origin. The contractor shall take affirmative action to insure that applicants for employment are employed, and that employees are treated during employment, without regard to their race, color religion, sex, or national origin. Such action shall include, but not limited to, advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, Including apprenticeship. The contractor shall post In conspicuous places, available to employees and applicants for employment, notices to be provided by the Government setting for the provisions of the nondiscrimination clause. The contractor shall state that all qualified candidates will receive consideration for employment without regard to race, color, religion, sex, or national origin. For Contracts who are subject to Executive Order 11246, see page 42-43. B. AFFIRMATIVE ACTION The bidder represents that he has( ) has not (4, participated in a previous contractor subcontract subject to the Equal Opportunity Clause prescribed by Executive Order 11246; that he has ( ) has not ( ) developed a written affirmative action compliance program for as required by the rules and regulation of the Secretary of Labor (41CFR 60-1 and 60-2); it has not X previously had contracts subject to written affirmative action program requirements of the rules and regulations of the Secretary of Labor, that he has ( ) has not ()I, filed with the Joint Reporting Committee, the Office of Federal Contract Compliance Programs (OFCCP) or the Equal Employment Opportunity Commission (EEOQ all reports due under the applicable filing requirements; and that Page 21 of 56 188.of 292_ — ._ representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained prior to contract and/or subcontract award. C. COPELAND ANTI -KICKBACK By submission of a bid, the bidder certifies that it has read and complies with the General Provision entitled "Anti -Kickback Procedures" as stated in 24 CFR part 85.36 as follows: All contracts and subcontracts for construction or repair shall include a provision for compliance with the Copeland "Anti -Kickback" Act (18 USC 874) as supplemented in Department of Regulations (29 CFR, Part 3). This Act provides that each contractor or subcontractor shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. By submission of this bid, the bidder attests that neither it nor any of its employees has performed or participated in any prohibited actions, as defined in this provision. D. FULL DISCLOSURE BY THE CONTRACTOR/BIDDER REGARDING WHETHER IT ANTICIPATES BEING OR IS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT BY THE FEDERAL GOVERNMENT, STATE OF FLORIDA, OR MIAMI- DADE COUNTY AT TIME OF AWARD. This certification applies to a contract or subcontract in excess of $25,000 By submission of an offer, the bidder certifies that it has provided full disclosure in writing to City of South Miami (name of implementing agency) whether as of the anticipated time of award of any contract resulting from this solicitation; it anticipates that it or its principals will be debarred, or proposed for debarment by the Federal Government State of Florida. or Miami - Dade County. By commencing performance of the Contract work, the selected contractor certifies that it has made full disclosure in writing to City of South Miami (name of implementing agency) as to whether as of the time of award it or any of Its principals is debarred, suspended, or proposed for debarment by the Federal Government State of Florida. or Miami -Dade County. E. NONDISCRIMINATION CLAUSE Section 109. Housing and Community Development Act of 1974 No person in the United States shall on the ground of race, color, national origin or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or In part with funds available under Section 109, Housing and Community Development Act of 1974. Page 22 of 56 189of292 F. AGE DISCRIMINATION ACT OF 1975, AS AMENDED Non-discrimination on the Basis of Age No qualified person shall on the basis of age be excluded from participation in, be denied the benefits of, or otherwise be subjected to discrimination under any program or activity which receives or benefits from Federal assistance. G. SECTION 504 OF THE REHABILITATION ACT OF 1973, AS AMENDED Non-discrimination on the Basis of Handicap No qualified handicapped person shall, on the basis of handicap be excluded from participation in, be denied the benefits of, or otherwise be subjected to discrimination under any program or activity which receives or benefits from Federal assistance. H. DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION PROSPECTIVE TIER AND/OR LOWER TIER TRANSACTIONS By submission of the document, the prospective tier and lowertier participants certify, that: 1. Neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction, by any Federal department or agency. a. Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public ( Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification ordestruction of records, making false statements, or receiving stolen property; b. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and c. Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default; and 2. Where the prospective tier or lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Agency Name: Unitec Inc. 14250 NE 18 Avenue North Miami, FL 33181 khurles@unitecus.com Authorized Signature: Employer ID #/FID #: 65-0817802 Page 23 of 56 190 of 292 Print Name: Katiuska Hurles Date: I June 1, 2021 Check one, as applicable: X Contractor Subcontractor Tide: President Page 24 or 56 Other CERTIFICATION REGARDING DRUG -FREE WORKPLACE (GRANTEES OTHER THAN INDIVIDUALS) As required by the Drug -Free Workplace Act of 1988, and implemented at 28 CFR Part 67, subpart F, for grantees, as defined at 28 CFR part 67 Sections 67.615 and 67.620- A. The applicant certifies that it will or will continue to provide a drug -free workplace by: (a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition; (b) Establishing an on -going drug -free awareness program to inform employees about: (1) The dangers of drug abuse in the workplace; (2) The grantee's polity of maintaining a drug -free workplace; (3) Any available drug counseling, rehabilitation, and employee assistance programs; and (4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph (a); (d) Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the grant, the employee will (1) Abide by the terms of the statement; and (2) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction; (e) Notifying the agency in writing, within 10 calendar days after receiving notice under subparagraph (d)(2) from an employee or otherwise receiving actual notice of such conviction (f) Taking one of the following actions, within 30 calendar days of receiving notice under subparagraph (d)(2), with respect to any employee who is so convicted Page 25 of 56 192 of 292 _. ___— (1) Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; Making a good faith effort to continue to maintain a drug -free workplace through implementation of paragraphs (a), (b), (c), (d), (e), and (f). B. The Grantee may insert in the space provided below the site(s) for the performance of work done in connection with the specific grant: Place of Performance (Street address, city, county, state, zip code) Check 0 if there are workplaces on file that are not identified here. Agency Name: Unitec Inc. Full Address fincludinit Cltv. ST and ZID) and Email Address 14250 NE 18 Avenue North Miami, FL 33181 khurles@unitecus.com Authorized Signature: Print Name: Katiuska Hurles Date; I June 1, 2021 Check one, as applicable: XContractor Subcontractor _ Other Page 26 of 56 7 N of 222_ Employer ID q/FlD k: 65-0817802 President INSTRUCTIONS REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION —LOWER TIER COVERED TRANSACTIONS INSTRUCTIONS FOR CERTIFICATION LISTED ON PAGE 24 1. By signing and submitting this document, the prospective tier and/or lower tier participants are providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If It is later determined that the prospective tier and/or lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective tier and/or lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at anytime the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. S. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective tier and or lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion — Lower Tier Covered Transaction, without modification, in all lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Page 27 of 56 -- 194.oL2W __ 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render In good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these Instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transactions in addition, to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Agency Name: Employer ID #/FID #: Unitec Inc. 65-0817802 Full Address lincludina City. ST and ZID) and Email Address 14250 NE 18 Avenue North Miami, FL 33181 khurles@unitecus.com Authorized Signature: Print Name: Tkh: Katiuska Hurles President Date: I June 1, 2021 Check one, as applicable: X Contractor Subcontractor Other Page 28 of 56 195 of 292__ EQUAL EMPLOYMENT OPPORTUNITY FOR SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA L) The contractor will not discriminate against any employee or applicant for employment because he or she is a disabled veteran or veteran of the Vietnam era In regard to any position for which the employee or applicant for employment is qualified. The contractor agrees to take affirmative action to employ, advance in employment and otherwise treat qualified individuals without discrimination based on their status as a special disabled veteran or veteran of the Vietnam era In all employment practices, including the following: I. recruitment, advertising, and job applicatlon procedures; ii. hiring, upgrading, promotion, award of tenure, demotion, transfer, layoff, termination, right of return from layoff and rehiring; Ill. rates of pay or any other form of compensation and changes in compensation; Iv. job assignments, job classifications, organizational structures, position descriptions, lines of progression, and seniority lists; V. leaves of absence, sick leave, or any other leave; vi. fringe benefits available by virtue of employment, whether or not administered by the contractor; Al. selection and financial support for training, including apprenticeship, and on-the-job training under 38 U.S.C. 3687, professional meeting, conferences, and other related activities, and selection for leaves of absence to pursue training; vili. activities sponsored by the contractor including social or recreational programs; and ix. any other term, condition, or privilege of employment. 2) The contractor agrees to immediately list all employment openings which exist at the time of the execution of this contract, including those not generated by this contract and including those occurring at an establishment of the contractor other that the one wherein the contract is being performed, but excluding those of independently operated corporate affiliates, at an appropriate local employment service office of the state employment security agency wherein the opening occurs. Listing employment openings with the U.S. Department of Labor's America's Job Bank shall satisfy the requirement to list jobs with the local employment service office. ?) Listing of employment openings with the employment service office pursuant to this clause shall be made at least concurrently with the use of any other recruitment source or effort and shall Involve the normal obligations which attach to the placing of a bona fide job order, including the acceptance of referrals of veterans and non -veterans. The listing of employment openings does not require the hiring of any particular job applicants or from any particular group of job applicants, and nothing herein Is intended to relieve the contractorfrom any requirements in Executive orders or regulations regarding nondiscrimination in employment. A) Whenever the Contractor becomes contractually bound to the listing provisions in paragraphs 2 and 3 of this clause, it shall advise the employment service agency in each State where it has establishments of the name and location of each hiring location in the state: Provided, that this requirement shall not apply to state and local governmental contractors. As long as the Contractor is contractually bound to these provisions and has so advised that state agency, there is no need to advise the state agency of subsequent contracts. The Contractor may advise the state agency when it is no longer bound by this contract clause. Page 29 of 56 5) The provisions of paragraphs 2 and 3 of this clause do not apply to the listing of employment openings which occur and are filed outside of the 50 States, the District of Columbia, the Commonwealth of Puerto Rico, Guam and the Virgin Islands. 6) As used in this clause: I. All employment openings Includes all positions except executive and top management, those positions that will be filled from within the contractor's organization, and positions lasting three days or less. This term includes full-time employment, temporary employment of more that three days' duration, and parttime employment. li. Executive and top management means any employee: (a) whose primary duty consists of the management of the enterprise in which he or she is employed or of a customarily recognized department of subdivision thereof; and (b) who customarily and regularly directs the work of two or more other employees therein; and (c) who has the authority to hire or fire other employees or whose suggestions and recommendations as to the hiring or firing and as to the advancement and promotion or any other change of status of other employees will be given particular weight; and (d) who customarily and regularly exercises discretionary powers; and (e) who does not devote more than 20 percent, or, in the case of an employee or a retail or service establishment who does not devote as much as 40 percent, of his or her hours of work in the work week to activities which are not directly and closely related to the performance of the work described in (a) through (d) of this paragraph 6. ii.; Provided, that (e) of this paragraph 6.il. shall not apply in the case of an employee who is in sole charge of an independent branch establishment, or who owns at least a 20-percent interest in the enterprise in which he or she is employed. III. Positions that will be filled from within the contractor's organization means employment openings for which no consideration will be given to persons outside the contractor's organization (including any affiliates, subsidiaries, and parent companies) and includes any openings which the contractor proposes to fill from regularly established "recall" lists. The exception does not apply to a particular opening once an employer decides to consider applicants outside of his or her own organization. 7) The Contractor agrees to comply with the rules, regulations, and relevant orders of the Secretary of Labor issued pursuant to the Act. 8) In the event of the Contractor's non-compliance with the requirements of this clause, actions for non- compliance may be taken in accordance with the rules, regulations, and relevant orders of the Secretary of Labor issued pursuant to the Act. 9) The Contractor agrees to post In conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the Deputy Assistance Secretary for Federal Contract Compliance Programs, Director, provided by or through the contracting officer. Such notice shall state the rights of applicants and employees as well as the contractor's obligation under the law to take affirmative action to employ and advance in employment qualified employees and applicants who are special disabled veterans or veterans of the Vietnam era. The contractor must ensure that applicants or employees who are special disabled veterans are informed of the contents of the notice (e.g., the contractor may have the notice read to a visually disabled individual, or may lower the posted notice so that it might be read by a person in a wheelchair). Page 30 of 56 197 of 292 10) The Contractor will notify each labor union or representative of workers with which it has a collective bargaining agreement or other contract understanding, that the contractor is bound by the terms of the Vietnam Era Veterans' Readjustment Assistance Act of 1974, as amended, and Is committed to take affirmative action to employ and advance in employment qualified special disabled veterans and veterans of the Vietnam era. 11) The Contractor will Include the provisions of this clause in every subcontract or purchase order of $10,000 or more unless exempted by rules, regulations, or orders of the Secretary issued pursuant to the Act, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the Deputy Assistance Secretary for Federal Contract Compliance Programs may direct to enforce such provisions, including action for non-compliance. Agency Name: Employer ID M/FID p: Unitec Inc. 65-0817802 Full Address (Including Citv, ST and Zip) and Email Address 14250 NE 18 Avenue North Miami, FL 33181 Khurles@unitecus.com Authorized Signature: Print Name: 'title: Katiuska Hurles President Date: I June 1, 2021 Check one, as applicable: X Contractor Subcontractor Other Page 31 of 56 _199Of292_ EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIESS 1) The contractor will not discriminate against any employee or applicant for employment because he or she is a physical or mental disability In regard to any position for which the employee or applicant for employment is qualified. The contractor agrees to take affirmative action to employ, advance in employment and otherwise treat qualified individuals with disabilities without discrimination based on their physical or mental disability in all employment practices, including the following: X. Recruitment, advertising, and job application procedures; A. Hiring, upgrading, promotion, award of tenure, demotion, transfer, layoff, termination, right of return from layoff and rehiring; xii. Rates of pay or any other form of compensation and changes In compensation; xili. Job assignments, job classifications, organizational structures, position descriptions, lines of progression, and seniority lists; xiv. Leaves of absence, sick leave, or any other leave; xv. Fringe benefits available by virtue of employment, whether or not administered by the contractor; xvi. Selection and financial support for training, including apprenticeship, professional meetings, conferences, and other related activities, and selection for leaves of absence to pursue training; xvil. Activities sponsored by the contractor including social or recreational programs; and xvlii. Any other term, condition, or privilege of employment. 2) The Contractor agrees to comply with the rules, regulations, and relevant orders of the Secretary of Labor issued pursuant to the Act. 3) In the event of the Contractor's non-compliance with the requirements of this clause, actions for non- compliance may be taken in accordance with the rules, regulations, and relevant orders of the Secretary of Labor issued pursuant to the Act. 4) The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices In a form to be prescribed by the Deputy Assistance Secretary for Federal Contract Compliance Programs, provided by or through the contracting officer. Such notice shall state the rights of applicants and employees as well as the contractor's obligation under the law to take affirmative action to employ and advance in employment qualified employees and applicants with disabilities. The contractor must ensure that applicants or employees with disabilities are informed of the contents of the notice (e.g., the contractor may have the notice read to a visually disabled individual, or may lower the posted notice so that it might be read by a person in a wheelchair). 5) The Contractor will notify each labor union or representative of workers with which it has a collective bargaining agreement or other contract understanding, that the contractor is bound by the terms of Section 503 of the Rehabilitation Act of 1973, as amended, and is committed to take affirmative action to employ and advance in employment individuals with physical or mental disabilities. 6) The Contractor will include the provisions of this clause in every subcontract or purchase order in excess of $10,000, unless exempted by rules, regulations, or orders of the Secretary issued pursuant to Section 503 of the Act, as amended, so that such provisions will be binding upon each subcontractor orvendor. The Contractor will take such action with respect to any subcontract or purchase order as Page 32 of 56 199 of 292 the Deputy Assistance Secretary for Federal Contract Compliance Programs may direct to enforce such provisions, including action for non-compliance Agency Name: Employer ID fi/FID N: Katiuska Hurles 65-0817802 Full Address (including City, ST and Zip) and Email Address 14250 NE 18 Avenue North Miami, FL 33181 khurles@unitecus.con- Authorized Signature: Print Name: Katiuska Hurles Date: I June 1, 2021 Check one, as applicable: X Contractor Subcontractor Page 33 of 56 200 of 292 President Other NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 60-4.2 (d) THE NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in all trades on all construction work in the covered area, are as follows: A. GOALS FOR MINORITY UTILIZATION, All Trades: Area Covered: Dade County, Florida Goals and Timetables' Timetable Trade Goal Until Further NoticeAll 39.5% B. GOALS FOR FEMALE UTILIZATION, All Trades: Area Covered: Goals for Women apply nationwide. Goals and Timetables' Timetable Trade Goal Until Further NoticeAll 6.9% THESE GOALS ARE APPLICABLE TO ALL THE CONSTRUCTION WORK CONTRACTORS (WHETHER OR NOT IT IS FEDERAL OR FEDERALLY ASSISTED) PERFORMED IN THE COVERED AREA. 3. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on Its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation Is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a Page 34 of 56 violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 4. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor, employer identification number, estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 5. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is Miami -Dade County. Florida (Insert description of the geographical areas where the contract is to be performed givingthe state, county and city, if any). 60-4.3 (a) EQUAL OPPORTUNITY CLAUSE During the performances of this contract, the Contractor agrees as follows: 1. The Contractorwill not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall Include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this Equal Opportunity Clause. 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. 3. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the labor union orworkers' representative of the Contractor's commitments under this Equal Opportunity clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The Contractor will comply with all provisions of Executive Order 11246 of September 24,1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The Contractor will furnish all Information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor or pursuant thereto, and will permit access to his books, records and accounts by HUD and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. Page 35 of 56 202 of 292 - - - 6. in the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any of the said rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Contractor will include the statement preceding subparagraph (1) and the provisions of subparagraph (1) through (7) in every subcontract or purchases order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 20 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as HUD many direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in or is threatened with litigation with a subcontractor or vendor as a result of such direction by HUD, the Contractor may request the United States to enter Into such litigation to protect the United States. Page 36 of 56 _.20301292 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted. b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority. C. "Employer Identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" Includes: - Black (all persons having origins in any of the Black African racial groups not of Hispanic origin). - Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin regardless of race). -Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, orthe Pacific Islands); and - American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining Identifiable tribal affiliations through membership and participation or community Identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000, the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor In the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating In an approved Plan is individually required to comply with Its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. Page 37 of 56 --2D40i292--_-- -- 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. The Contractor is expected to make substantially uniform progress toward its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11240, nor the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, the Contractor must employ such apprentices and trainees during the training period, and the Contractor must have a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained in training programs approved by U.S. Department of Labor. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractors compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and ocher on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individual working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. C. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source of community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union, If referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, orwhen the Contractor has other Information that the union referral process has impeded the Contractor's efforts to meet its obligations. Page 38 of 56 205of 29_2_ e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly Include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded orapproved bythe Department of Labor. The Contractor shall provide notice of these programs to the sources complied under (7) b above. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year, and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. Page 39 of 56 206of292 Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. M. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non -segregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations or offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. P. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate In voluntary associations that assist in fulfilling one or more of their affirmative action obligations (7) a. through (7) p. The efforts of a contractor association, joint contractor -union, contractor -community, or other similar group of which the contractor Is a member and participant, may be asserted as fulfilling any one or more of its obligations under (7) a. through (7) p. of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the Industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, Is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. Page 40 of 56 297of 292 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling Its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph (7) of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO polity is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least Include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g. mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws that establish different standards of compliance or upon the application of requirements forthe hiring of local or other area residents (e.g., these under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). Page 41 of 56 EQUAL EMPLOYMENT OPPORTUNITY CLAUSE FOR CONTRACTORS SUBJECT TO EXECUTIVE ORDER 11246 The applicant hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 CFR Chapter 60, which Is paid in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan insurance, or guarantee, or undertaken pursuant to any federal program involving such grant, contract, loan, Insurance, or guarantee, the following equal employment opportunity clauses: During the performance of this contract, the contractor agrees as follows: 1. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex or national origin; such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or otherforms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous place, available to employee and applicants for employment, notices to be provided setting forth the provision of this nondiscrimination clause. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex or national origin. 3. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement to other contract or understanding, a notice to be provided advising the said labor union or worker's representatives of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules regulations, and relevant orders of the Secretary of Labor. 5. The contractor will furnish all Information and reports required by Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts bythe contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. 6. In the event of the contractor's noncompliance with the non-discrimination clauses of this contract or with any of such rules, regulations, or orders, the contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 7. The contractor will Include the portion of the sentence immediately preceding paragraph 1 and the provisions of paragraphs 1 through 7 in every subcontract or purchase order unless exempted Page 42 of 66 by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontractor or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event the contract becomes involved in, or threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter Into such litigation to protect the interests of the United States. Agency Name: Employer ID ft/FID p: Unitec Inc. 65-0817802 Full Address (including City. ST and Zip) and Email Address 14250 NE 18 Avenue North Miami, FL 33181 khurles@unitecus.com Authorized Signature: Print Name: Title:'J Katiuska Hurles President Date: I June 1, 2021 Check one, as applicable: X Contractor Subcontractor Other Page 43 of 56 210 of 292 CERTIFICATION OF NONSEGREGATED FACILITIES 1. "Segregated facilities," as used in this provision, means any waiting rooms, work areas, rest rooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. 2. By the submission of an offer, the bidder certifies that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishment, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The bidder agrees that a breach of this certification is a violation of the Equal Opportunity clause of the contract. 3. By submission of the bid, the bidder further agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will: a. Obtain identical certifications from proposed subcontractors before the award of subcontracts under which the subcontractor will be subject to the Equal Opportunity clause; b. Retain such certifications in its files; and c. Forward this certification and the attached NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES to proposed subcontractors. d. By commencing performance of the Contract work, the selected contractor certifies to the Nonsegregated Facilities provisions above. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001 Agency Name: Employer ID #/FID #: Unitec Inc. 65-0817802 Full Address (including City, ST and Zip) and Email Address 14250 NE 18 Avenue North Miami, FL 33181 Authorized Signature: Print Name: Title:' Katiuska Hurles President Date: I June 1, 2021 Check one, as applicable: X Contractor Subcontractor Other Page 44 of 56 211 of 292 NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NON SEGREGATED FACILITIES A Certification of Nonsegregated Facilities, as required by the May 9, 1967, order (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities by the Secretary of labor, must be submitted prior to the award of a subcontract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. The certification may be submitted eitherforeach subcontract orfor all subcontracts during a period (i.e., quarterly, semiannually, annually). Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001 Agency Name: Unitec Inc. Full Address fincludine City. ST and Ziol and Email I 14250 NE 18 Avenue North Miami, FL 33181 khurles@unitecus.com Authorized Signature: Print Name: Katiuska Hurles Date: I June 1, 2021 Check one, as applicable: X Contractor Subcontractor Page 45 of 56 Employer ID q/FID q: 65-0817602 Title: President Other NOTICE OF REQUIREMENT CLEAN WATER, CLEAN AIR, EXECUTIVE ORDER (E.O.) 11738 AND EPA REGULATIONS PROVISION This agreement is subject to the requirements of the Clean Air Act, as amended, 42 USC 1857 et seq., the Federal Pollution Control Act, as amended, 33 USC 1251 et seq. and the regulations of the Environmental Protection Agency with respect thereto, at 40 CFR Part 15, as amended from time to time. The Contractor and any of its subcontractors for work funded under this Agreement which is in excess of $150,000, agree to the following requirements: 1. Any facility to be utilized in the performance of this proposed contract has (A, has not () been listed on the Environmental Protection Agency List of Violating Facilities; 2. The contractor or any of Its subcontractors agree to comply with all the requirements of Section 114 of the Clean Air Act, as amended (42 ISC 1857c-8) and Section 308 of the Federal Water Pollution Control Act, as amended, (33 USC 1318) relating to inspection, monitoring, entry, reports, and Information, as well as all other requirements specified in said Section 114 and Section 308, and all regulations and guidelines issued thereunder; 3. The contractor or any of its subcontractors agree that, as a condition for the award of the contract, prompt notice will be given of any notification received from the Director, Office of Federal Activities, Environmental Protection Agency (EPA) indicating that a facility utilized or to be utilized for the contract is under consideration to be listed on the EPA list of Violating Facilities; and 4. The Contractor or any of its subcontractors agree that he will include or cause to be included the criteria and requirements in paragraph 1 through 4 of this section in every nonexempt sub -contract and that the Contractor will take such action as the Governmentmaydirect as a means of enforcing such provisions. S. The biddercertiflesthat he/she will complywith all applicable standards, orders or regulations issued pursuant to the clean Air Act of 1970 (42 U.S.C. 1857 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.) as amended and with the Lead -Based Paint Poisoning Prevention Act (Public Law 91-695). All applicable rules and orders of the Federal Government issued there under prior to the execution of the contract, shall be binding upon the prime bidder, its subcontractors, and assignees. Violations by contractors will be reported to the U.S. Department of Housing and Urban Development and the Regional Office of the Environmental Protection Agency. Agency Name: Employer ID #/FID #: Unitec Inc. 65-0817802 Full Address fincludine City, ST and ZID) and Email Address 14250 NE 18 Avenue North Miami, FL 33181 khurles@unitecus.com n Authorized Signature: Print Name- Katiuska Hurles Date: I June 1, 2021 Check one, as applicable: X Contractor _ Title.v President Subcontractor Other Page 46 of 56 213 of 292 SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a) FLORIDA STATUTES ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS 1. This form statement is submitted to City of South Miami by Katiuska Hurles, President For Unitec Inc. (Print individual's name and title) (Print name of entity submitting sworn statement) whose business address 14250 NE 18 Avenue North Miami, FL 33181 and if applicable its Federal Employer Identification Number (FEIN) is 65-0817802 If the entity has not FEIN, Include the Social Security Number of the individual signing this sworn statement. 2. 1 understand that a "public entity crime" as defined in paragraph 287.133(1)(g), Florida Statues means a violation of any state or federal law by a person with respect to an directly related to the transactions of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to any bid or contract for goods or services to be provided to public entity or agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misinterpretation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1) (b), Florida Statutesmeans a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in an federal or state trial court of record relating to charges brought by indictment or information after July 1,1989, as a result of ajury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere. 4. 1 understand that an "Affiliate" as defined in paragraph 287.133(1) (a), Florida Statutes means: a) A predecessor or successor of a person convicted of a public entity crime, or Page 47 of 56 214 of_292 b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime In Florida during the preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statues means any natural person or entity organized under the laws of any state or of the United States within the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or entity. The term "person" includes those officers, executives, partners, shareholders, employees, members, and agents who are active in management of an entity 6. Based on information and belief, the statement which I have marked below is true In relation to the entity submitting this sworn statement. (Please Indicate which statement applies.) x Neither the entity submitting sworn statement, nor any of its officers, director, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity, or an affiliate of the entity had been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (please Indicate which additional statement applies. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent proceeding before a Hearing Officer of the State of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (attach a copy of the final order). I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND Page 48 of 56 215 of 292 THAT THIS FORM IS VALID THROUGH DECEMBER 31 OR THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THAT PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017 FLORIDA STATUTES FOR A CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Signature) Swam to and subscribed before me this 1st Personally known to me Or produced identification (Type of identification) Leslie Gonzalez day of June 2021 . Notary Public -State of Florida My commission expires 11/5/2024 (Printed,or_stamped commissioned name of notary public) r/Xn1!/n� �$i Y�4rwy LESLIE WNZALEZ `F Notary PubOo • State of Florida 1 i commission # HH 060775 for nj My Comm. Expires Nov S, 2024 amded through National Notary Ann, Page 49 of 66 216 of 292 _.._ PUBLIC HOUSING AND COMMUNITY DEVELOPMENT Agreement To Authorize Examination of Records and Adhere to Records Retention Requirements The undersigned agrees to the stipulations noted below for all work, materials, and services provided under this agreement dated June 1, 2021 and/or for all other third -party agreements/contracts for labor, materials, and services related to the work covered by this agreement for the NViARSHALL WILLIAMSON PARK CRIME PREVENTION THROUGH ENVIRONMENT DESIGN (CPTED) projectlactivity. The undersigned shall ensure, and shall require all parties with whom it contracts to ensure, that Miami - Dade County, the Department of Housing and Urban Development, or Comptroller General of the United States, or any of their duty authorized representatives shall, have access to and the right to examine any of the following records from the awardee, sub -recipient, developer, contractor, subcontractor, suppliers and/or any other entity involved in any capacity in the above -referenced project/activity, for seven (7) years after final payment under contract. Records shall include, but are not limited to, the following: Contracts, sub -contracts, audits, financial books, ledgers, copies of canceled checks (front and back), wire transfer confirmations, payment requests (draws), invoices, receipts, drawings, maps, pamphlets, designs, electronic tapes, computer drives and diskettes, other media storage, pertinent books, documents, papers, or other records — whether physical, electronic, or in any form— involving transactions related to this contract for the purpose of making audits, examinations, excerpts, and transcriptions. The awardee, sub -recipient, developer, contractor, sub -contractor, sub -tier, suppliers and or any other entity involved in any capacity in the above -referenced project shall adhere to the following records retention requirements: a) Maintain, and require that its sub -contractors and suppliers maintain complete and accurate records to substantiate compliance with the requirements set forth in the contract/agreement documents for this project. b) The undersigned shall retain such records, and all other documents related to the services and materials furnished for this project, for a period of three (3) years from the completion of the activity or project. Other information: a) The County may conduct unannounced visits to offices, satellite offices, work sites, supplier warehouse, etc. of all entities involved in any capacity in the above -referenced project. b) Pursuant to the contract, there may be additional records requirement not listed in this agreement. Entity Name: Em to er ID #/FID #: Unitec Inc. 65-0817802 14250 NE 18 Avenue North Miami. FL 33181 Signature: Check one, as applicable: Developer X Prime -Contractor _ Sub -contractor or sub -tier subcontractors Page 50 of 56 217 of 292... Section 3 Applicable Federal Regulations Title 24 of the Code of Federal Regulations. Part 135 - General Provisions 135.1 Purpose (a) Section 3. The purpose of Section 3 of the Housing and Urban Development Act of 1968 (12 U.S C.1701 u) (section 3) is to ensure that employment and other economic opportunities generated by certain HUD financial assistance shall, 'to the greatest extent feasible. and consistent with existing Federal, State, and local laws and regulations, be directed to low- and very low income persons, particularly those recipients of government assistance for housing, and to business concerns which provide economic opportunities to low- and very low-income persons. (b) Part 135. The purpose of this part is to establish the standards and procedures to be followed to ensure that the oblectives of section 3 are met 135.2 Effective date of regulation. The regulations of this part will remain In effect until the date the final rule adopting the regulations of this part with or without changes is published and becomes effective, at which point the final rule will remain in effect (60 FR 28326, May 31, 1995) 135.3 Applicability (a) Section 3 covered assistance. Section 3 applies to the following HUD assistance (Section 3 covered assistance): (1) Public and Indian housing assistance. Section 3 applies to training, employment, contracting, and other economic opportunities arising from the expenditure of the following public and Indian housing assistance: (i) Development assistance provided pursuant to Section 5 of the U.S. Housing Act of 1937 (1937 Act); (ii) Operating assistance provided pursuant to section 9 of the 1937 Act); and (III) Modemization assistance provided pursuant to section 14 of the Act. (2) Housing and community development assistance. Section 3 applies to training, employment, contracting, and other economic opportunities arising in connection with the expenditure of housing assistance (including section 8 assistance, and including other housing assistance not administered by the Assistant Secretary of Housing) and community development assistance that is used for the following projects: (I) Housing rehabilitation (including reduction and abatement of lead -based paint hazards, but excluding routine maintenance, repair, and replacement); (11) Housing construction; and (ill) Other public construction. (3) Thresholds — (1) No thresholds for section3 covered oublic and Indian housing assistance. The requirements of this apply to Section 3 covered assistance provided to recipients, notwithstanding the amount of the assistance provided to the recipient. The requirement of this part apply to all contractors and subcontractors performing work in connection with projects and activities funded by public and Indian housing assistance covered by section3, regardless of the amount of the contract or subcontract. Q Thresholds for section 3 covered housing and community development assistance (A) Recipient thresholds. The requirements of this part apply to recipients of other housing and community development program assistance for a section 3 covered project(s) for which the amount of the assistance exceeds $200,000. (B) Contractor and subcontractor thresholds. The requirements of this part apply to contractors and subcontractors performing work on section 3 covered projects(s) for which the amount of the assistance exceeds $200,000; and the contract or the subcontract exceeds $100,000. (C) Threshold met for the recipients, but not contractors or subcontractors. If a recipient receives section 3 covered housing assistance or community development assistance in excess of $200,000, but no contract exceeds $100,000, the section 3 preference requirements only apply to the recipient. Page 51 of 56 218 of 292 (b) Applicability of section 3 to entire projector activity funded with section 3 assistance. The requirements of this part apply to the entire project or activity that is funded with section 3 covered assistance, regardless of whether the section 3 activity is fully or partially funded with section 3 covered assistance. (c) Applicability to Indian housing authorities and Indian tribes. Indian housing authorities and tribes that receive HUD assistance described in paragraph (a) of this section shall comply with the procedures and requirements of this part to the maximum extent consistent with, but not in derogation of, compliance with section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e(b). See CFR part 905) (d) Other HUD assistance and other Federal assistance. Recipients, contractors and subcontractors that receive HUD assistance, not listed in paragraph (a) of this section, or other Federal assistance, are encouraged to provide, to the greatest extent feasible, training, employment, and contracting opportunities generated by the expenditure of this assistance to low- and very low-income persons, or which employ low - and very low-income persons. Page 52 of 56 21 9 of 292 SECTION 3INFORMATION I. ASSURANCE STATEMENT Each applicant, recipient, contractor, and subcontractor on a Section 3 covered project shall sign the attached Section 3 Assurance of Compliance. II. AFFIRMATIVE ACTION PLAN FOR UTILIZATION OF PROJECT AREA BUSINESSES Each applicant, recipient, contractor, and subcontractor preparing to undertake work pursuant to a Section 3 covered contract shall develop and implement an affirmative action plan, which shall: a. Set forth the approximated number and dollar value of all contracts proposed to be awarded to all businesses within each category (type or profession) over the duration of the Section 3 covered project. b. Analyze the information set forth In paragraph (a) and the availability of eligible business concerns within the project area doing business in professions or occupations identified as needed in paragraph (a) and set forth a goal ortarget number and estimated dollar amount of contracts to be awarded to the eligible businesses and entrepreneurs within each category over the duration of the Section 3 covered project. Outline the anticipated program to be used to achieve the goals for each business and/or professional category identified. This program should include but not be limited to the following actions: I. Insertion In the bid documents, if any, of the affirmative action plan of the applicant, recipient, contractor, or subcontractor letting the contract; and Ii. Identification within the bid documents, if any, of the applicable Section 3 project area. Ill. Ensuring that the appropriate business concerns are notified of pending contractual opportunities either personally or through locally utilized media. III. BIDDING AND NEGOTIATION REQUIREMENTS Every applicant and recipient shall require prospective contractors for work in connection with Section 3 covered projects to provide, prior to the siening of the contract, a preliminary statement of work force needs (skilled, semi -skilled, unskilled labor and trainees by category) where known; where not known, such Information shall be supplied prior to the signed of any contract between contractors and their subcontractors. Consideration should be given to those contractors who will have training and employment opportunities for project area residents. When a bidding procedure is used to let the contract, the invitation or solicitation for bids shalladvise prospective contractors of the requirements of these regulations. Initials Page 53 of 56 -22Q 9f 292--.._ _ -- Applicant, recipient and contractors should insert plan for utilization of project area business in the bid documents. The recipient must have indicated therein that Section 3 applies to the project and what is expected of them. All contractors who bid a job just show in their bid what they will do to implement Section 3. They must In this bid commit themselves to a goal and show what they intend to do to reach that goal. When the bids are opened, they must be evaluated in terms of the bidders responsiveness to Section 3. A bid which lacks a commitment to Section 3 orwhich lacks a goal or plan to reach a goal may be judged nonresponsive. Applicants, recipients and contractors will ensure that the attached Section 3 Clause and Assurance of Compliance are made a part of all contracts. In implementing its affirmative action plan, each applicant, recipient, contractor, or subcontractor shall make a good faith effort to achieve its goal or target number and estimated dollar amount of contracts to be awarded to the eligible businesses and entrepreneurs within each categoryover the duration of the Section 3 covered project. IV. UTILIZATION OF LOWER INCOME RESIDENTS AS TRAINEES AND EMPLOYEES Each applicant, recipient, contractor or subcontractor undertaking work in connection with a Section 3 covered project shall make a good faith effort to fill all vacant training and occupational category positions with lower income project area residents. For further information or If you have any questions regarding Section 3, please contact: Jorge I. Rendon, Section 3 Coordinator Public Housing and Community Development 701 NW V Court, le Floor Miami, Florida 33136 Office: 786.4694227 Email: Section3@miamidade.gov Page 54 of 56 221 of 292._ Initials ASSURANCE OF COMPLIANCE (Section 3. HUD ACT of 1968) TRAINING, EMPLOYMENT, AND CONTRACTING OPPORTUNITIES FOR BUSINESS AND LOWER INCOME PERSONS A. The project assisted under this (contract) (agreement) is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S. C. 170U. Section 3 requires that to the greatest extent feasible opportunities for training and employment be given to lower Income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in or owned in substantial part by persons residing in the area of the project. B. Notwithstanding any other provision of this (contract) (agreement), the (applicant) (recipient) shall carry out the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary set forth in 24 CFR Part 135 (published in 38 Federal Register 29220, October 23, 1973), and all applicable rules and orders of the Secretary issued there under prior to the execution of this (contract) (agreement). The requirements of said regulations include but are not limited to development and implementation of an affirmative action plan for utilizing business concerns located within or owned in substantial part by persons residing in the area of the project; the making of a good faith effort, as defined by the regulation, to provide training employment and business opportunities required by Section 3; and incorporation of the "Section 3 Clause" specified by Section 135.20 (b) of the regulations in all contracts for work In connection with the project. The (applicant) (recipient) certifies and agrees that it Is under no contractual or other disability which would prevent it from complying with these requirements. C. Compliance with the provision of Section 3, the regulations set forth in 24 CFR Part 135, and all applicable rules and orders of the Secretary issued there under priorto approval by the Government of the application for this (contract) (agreement), shall be a condition of the Federal financial assistance provided to the project, binding upon the (applicant) (recipient), its successors and assigns. Failure to fulfill these requirements shall subject the (applicant) (recipient), its contractors and subcontractors, its successors, and assigns to the sanctions specified by the (contract) (agreement), and to such sanctions as are specified by 24 CFR Section 135 Agency Name: Employer ID N/FID M: Unitec Inc. 65-0817802 Full Address (including City, ST and Zi and Email Address 14250 NE 18 Avenue North Miami, FL 33181 Authorized Signature: Print Name: tle: Katiuska Hurles President Date: June 1, 2021 Check one, as applicable:_ Contractor _subcontractor Other Page 55 of 56 222 of 292 Awardee/contractor who subcontracts work is required to provide PHCD with a written explanation If the Section 3 minimum subcontracting goal is not met. Awardee/contractor shall demonstrate compliance in solicitation to the business categories, listed above, by following the steps described on page two of this Plan and providing evidence to PHCD when requested. 1. Refer any interested subcontractors that may meet the criteria to become a certified Section 3 Business to PHCD Section 3 Coordinator (Compliance) for assistance with completions and submittal of Section 3 Business Application. 2. Request from PHCD Section 3 Coordinator employment referrals from public housing residents, and other housing program recipients, and low-income persons by email SeC0on3amiamidade.gov. 3. Advertise for Section 3 subcontractors (subs) in construction trade journals, and post notices and distributes flyers at work site and surrounding neighborhood. The purpose of such advertisements is to make prospective subs aware of the Section 3 preference requirements applicable to PHCD project awards. 4. Send via fax, email or hand -deliver Document 00406 "Letter of Intent to Subcontract/Solicit Section 3 Businesses to all prospective subcontractor businesses for work in connectlon with each PHCD award. 5. Allow each subcontractor a minimum of five (5) business days to respond to contractor's solicitation by returning the applicable form(s) completed and signed. All forms received from Section 3 Businesses subcontractors must be sent to PHCD within 14 days of notification. 6. Use the Document 00403 "Training and Employment Outreach" form to document recruitment and follow-up with subcontractors. Make a second attempt to solicit to any Section 3 Business Concerns, who did not respond to the first solicitation attempt, using a variety of communication methods, i.e. facsimile, telephone, pager, e-mail, etc. 7. Awantee/contractor is required to retain any documentation of outreach efforts and responses received from any organizations and subcontractors contacted for each PHCD project award, for three years after project completion. 8. Awardee/Contractor is required to submit all post award forms referenced in this document to PHCD, via email at Section3(o)miamidade.gov, within 14 days of notification. 9. Other post -award required submittals may include Document 00430 "List of Subcontractors Utilization Section 3, Business" Document 00452 "Employee List' and, Document 00453 "ContractonSubcontractor Certification". Katiuska Hurles Print Name (Signature/ Date President (305) 947-5226 x101 khurles@unitecus.com (tie Phone Number Email address Unjtec Inc. 14250 NE 18 AVE North Miami, FL 33181 (Company/Business/Firm Name Address BID/RFP Number: PR2021-37 BIDIRFP Name: a e y ecun y mprovemen s a Marshall Williamson Park DOCUMENT REQUIRED WITH BID SUBMISSION FROM BIDDERS WHO HAVE NOT PREVIOUSLY SUBMITTED PLAN UNDER MCC 7360 PLAN. 235 of 292 All bidders are required to submit this document with the bid package. Safety & Security Improyernents at BID/RFP Name: Marshall Williamson Park BID/RFP Number: PR2021-37 Date: 6 / 2 / 2021 Katiuska Hurles Unitec Inc. khuries@unitecus.com (305) 947-5226 x101 Contractor Print Name Contractor Company Name Email address Phone # A B C D T E I F G REFER TO BOX "C" TO COMPLETE BOXES "E' -"G" Job Category No. Positions Occupied by Permanent Employees (for on. lob category) No. of Positions Not Occupied Total Estimated Positions Needed for Project (Box B + Box No. of Positions to be Filled with Section 3 Residents Pull or Part time Indicate if Permanent, Temporary or Seasonal Office Slupervisor 4 0 0 0 F P Office wedcal 9 0 0 0 F P Prefe4slonals 0 0 0 0 ervico Workers 0 0 0 0 Trainees 0 0 0 0 Others--(Spectfy Trade orService; Journeymn or Apprentice) 21 0 0 0 F P 236 of 292 Page 1 of 6 "General Decision Number: FL20210170 01/01/2021 Superseded General Decision Number: FL20200178 State: Florida Construction Type: Highway County: Miami -Dade County in Florida. HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (ED) 13658, an hourly minimum wage of $20.95 for calendar year 2021 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the ED, the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5. 5(a)(1)(11) for the ED minimum wage rate, if it is higher than the conformed wage rate). The ED minimum wage rate will be adjusted annually. Please note that this ED applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the ED is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/01/2021 • ELEC0349-002 09/01/2020 Rates Fringes ELECTRICIAN ......................$ 36.36 11.82 ---------------------------------------------------------------- SUFL2013-039 00/19/2013 Rates Fringes CARPENTER ........................ 4 17.84 0.00 CEMENT MASON/CONCRETE FINISHER, Includes Form Work ..... $ 15.49 0.00 FENCE ERECTOR ....................$ 12.82 0.00 HIGHWAY/PARKING LOT STRIPING: Operator (Striping Machine) ..... $ 15.07 0.00 ATTACHMENT A Initials: e ' 246 of 292 IrttpsJ/beta.sam.gov/wage-determination/FL20210178/0?index-wd&is_active=mw4 &te_... 2/23/2021 Page 2 of 6 HIGHWAY/PARKING LOT STRIPING: Painter .........................$ 12.13 0.00 HIGHWAY/PARKING LOT STRIPING: Operator (Spray Nozzleman)....... $ 11.16 0.00 INSTALLER - GUARDRAIL ............ $ 13.43 0.00 IRONWORKER, ORNAMENTAL ........... $ 13.48 0.00 IRONWORKER, REINFORCING .......... $ 18.43 0.00 IRONWORKER, STRUCTURAL ........... $ 16.42 0.00 LABORER (Traffic Control Specialist incl. placing of cores/barricades/barrels - Setter, Mover, Sweeper) .......... $ 11.59 0.00 LAEORER: Asphalt, Includes Raker, Shoveler, Spreader and Distributor ......................$ 12.31 0.00 LABORER: Common or General ...... $ 10.69 0.00 LABORER: Flogger ................$ 12.53 0.00 LABORER: Grade Checker .......... $ 12.41 0.00 LABORER: Landscape & Irrigation .......................$ 9.02 0.00 LABORER: Mason Tender - Cement/Concrete..................5 13.91 3.50 LABORER: Pipelayer..............$ 15.02 0.00 OPERATOR: Backhoe/Excavator/Trackhoe....... $ 16.24 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader ................$ 12.8E 0.00 OPERATOR: Boom ..................$ 18.95 0.00 OPERATOR: Boring Machine ........ $ 15.29 0.00 OPERATOR: Broom/Sweeper.........$ 13.01 0.00 OPERATOR: Bulldozer .............$ 16.77 0.00 OPERATOR: Concrete Finishing Machine... ................ ...... 15.44 0.00 OPERATOR: Concrete Saw..........$ 14.43 0.00 OPE:ATOR: Crane .................$ 22.46 0.00 OPERATOR: Curb Machine .......... $ 20.14 0.00 OPERATOR: Distributor ........... $ 13.29 0.00 OPERATOR: Drill .................$ 14.78 0.00 Initials: 1 �7 247 of 292 https //beta.sam.gov/wage-determination/FL20210178/07index=wd&is_active=tme&date... 2/23/2021 Page 3 of 6 OPERATOR: Forklift ..............$ 16.32 0.00 OPERATOR: Gradall...............$ 14.71 0.00 OPERATOR: Grader/Blade .......... $ 20.22 3.85 OPERATOR: Loader ................$ 15.53 0.00 OPERATOR: Mechanic ..............$ 18.03 0.00 OPERATOR: Milling Machine ....... $ 14.67 0.00 OPERATOR: Oiler .................$ 16.32 0.00 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......... $ 13.61 0.00 OPERATOR: Piledriver ............ $ 17.23 0.00 OPERATOR: Post Driver (Guardrail/Fences)...............$ 14.45 0.00 OPERATOR: Roller ................$ 13.67 0.00 OPERATOR: Scraper ...............$ 12.01 0.00 OPERATOR: Screed ........ ........ $ 14.15 0.00 OPERATOR: Tractor ...............$ 12.19 0.00 OPERATOR: Trencher ..............$ 14.74 0.00 PAINTER: Spray ..................$ 16.52 0.00 SIGN ERECTOR .....................$ 12.96 0.00 TRAFFIC SIGNALIZATION: Traffic Signal Installation......$ 19.07 0.00 TRUCK DRIVER: Distributor Truck ............................$ 14.96 2.17 TRUCK DRIVER: Dump Truck........$ 12.19 0.00 TRUCK DRIVER: Flatbed Truck.....$ 14.28 0.00 TRUCK DRIVER: Lowboy Truck ...... $ 15.07 0.00 TRUCK DRIVER: Slurry Truck ...... $ 11.96 0.00 TRUCK DRIVER: Vactor Truck ...... $ 14.21 0.00 TRUCK DRIVER: Water Truck ....... $ 13.17 ':.60 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this WAIM Initials: 248 of 292 https://beta.sam.gov/wage-detetmination/FL20210178/0?index=wd&is_active=true&date_... 2/232021 Page 4 of 6 contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses 129CFR 5.5 (a) 11) (11)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 01/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULR2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which Initials: 249 of 292 httpsr//beta.sam.gov/wage-determination/FL20210178/0?indcxwd&is_active=true&date_... 2/23/2021 Page 5 of 6 these classifications and rates are based. The next number, 001 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1008 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 09/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations, Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 20 If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CPR Part 1.8 and 29 CFR Part 7). Write tof Wage and Hour Administrator Initials: // 250 of 292 https://beta. sam.gov/wage-determination/FL20210178/0?index=wd&is_active=true&date_... 2/2312021 Page 6 of 6 U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc,) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Initials. 251 of 292 https://beta.sam.gov/wage-determination/FL20210178/0?index=vd&is_active=true&date_ .. 2J23/2021 Federal Labor Standards Provisions UA Department of Housing B and Urban Development Office of Labor Relations Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (1) Minimum Wages. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3). the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section I(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1 )(Iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or Incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed. without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work In more then one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent In each classification in which work Is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(ii) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work In a prominent and accessible, place where it can be easily seen by the workers. (11) (a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified In conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction Industry; and (3) The proposed wage rate, Including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained In the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives. and HUD or Its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215- 0140.) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate). HUD or its designee shall refer the questions. Including the views of all Interested parties and the recommendation of HUD or Its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(1i)(b) or (0) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work Is performed in the classification. (iii) Whenever the minimum wage rate prescribed In the contract for a class of laborers or mechanics Includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated In the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person. the contractor may consider as part form N (09l2 ) Previous edttlons are obsolete Page 1 of 5 ral. Handbook 1344.1 252 of 292 of the wages of any laborer or mechanic the amount of any costa reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided. That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis- Becan Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. HUD or Its designee shell upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the some prime contractor. or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements. which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, Including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or mechanic. including any apprentice, trainee or helper, employed or working on the site of the work. all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payr=nt, advance, or guarantee of funds until such viotalions have ceased. HUD or Its designee may. after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements In the case of direct Davis -Bacon Act contracts. 3. (1) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name. address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of eo iribulions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in So Ion 1(b)(2)(8) of the Davis -bacon Act) daily and communicated In writing to the laborers or mechanics affected. and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeehlp programs and certification of trainee programs. the registration of the apprentices and trainees. and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OM8 Control Numbers 1216-0140 and 1215-0017.) (11) (a) The contractor shall submit weekly for each week to which any contract work is performed a copy of all payrolls to HUD or Its designee if the agency is a party to the contract, but if the agency Is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or Its designee. The payrolls submitted shalt set out accurately and completely all of the information required to be maintained under 29 CFR 5.518)(3)(1) except that full social security numbers and home addresses shall not be Included on weekly transmittals. Instead the payrolls shall only need to include an Individually Identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 Is available for this purpose from the Wage and Hour Division Web site at htto.,#www.dol.aovMsaAvhdItoM&Iwh347insrr.htm or Its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker. and shall provide them upon request to HUD or Its designee If the agency is a party to the contract. but if the agency is not such a party. the contractor will submit the payrolls to the applicant sponsor, or owner. as the case may be, for transmission to HUD or its designee, the contractor. or the Wage and Hour Division of the Department of Labor for purposes of an Investigation or audit of compliance with prevailing wage requirements. 11 is not a violation of this subparagraph for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records. without weekly submission to HUD or its designee. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0149.) weokiy number of hours worked, deductions , made and (b) Each payroll submitted shall be accompanied by a actual wages paid. Whenever the Secretary of Labor has "3lalement of Compliance," signed by the contractor or found under 29 CPR 5.5 (a)(1 )(iv) that the wages of any subcontractor or his or her agent who pays or supervises laborer or mechanic include the amount of any costs the payment of the persons employed under the contract reasonably anticipated in providing benefits under a plan and shall certify the following: or program described in Section 1(b)(2)(B) of the Davis- (1) That the payroll for the payroll period contains the Bacon Act, the contractor shall maintain records which information required to be provided under 29 CFR 5.5 shod that the commitment to provide such benefits is (a)(3)(11), the appropriate Information is being maintained enforceable. that the plan or program is financially under 29 CFR 5.5(a)(3)(1). and that such Information is responsible, and that the plan or program has been correct and complete; ed ns are obsok6 form HUD4010tzo Page 2 of 5 ref. Handbook 1344.1 253 of 292 (2) That each laborer or mechanic (including each helper. apprentice. and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed. as specified In Me applicable wage determination incorporated Into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by subparagraph A. 3. (ii)(b)- (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United Stales Code. (ill) The contractor or subcontractor shall make the records required under subparagraph A.3.(1) available for Inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of tabor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (1) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor. Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a Slate Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered In the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classittcation shall not be greater than the ratio permitted to the contractor as to the entire work torte under the registered program. Any worker listed an a payroll at an apprentice wage rate who Is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determinallon for the classification of work actually performed. In addition, any apprentice performing work on the job site In excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which Its program Is registered. the ratios and wage rates (expressed In percentages of the journeyman's hourly rate) specified In the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified In the registered program for the apprentico's level of progress, expressed as a percentage of the journeymen hourly rate specified In the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid In accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at lose than the applicable predetermined rate for the work performed until an acceptable program is approved. (it) Trainees. Except as provided in 29 CFR 5.18. trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant ',to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor. Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified In the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating In a training plan approved by Previous editions are obsolete form HUD4010 (OWMI9) Page 3 of 5 ref. Handbook 1344.1 254 of 292 the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shell be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the oven! the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permuted to utilize trainees at toss than the applicable piederermined rate for the work performed until an acceptable program is approved. (III) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under 29 CFR Part 5 shall be In conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30, It. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are Incorporated by reference in this contract 6. Subcontracts. The contractor or subcontractor will Insert In any subcontracts the clauses contained in subparagraphs 1 through 11 In this paragraph A and such other clauses as HUD or its designee may by appropriate Instruclions require, and a copy of the applicable prevoiling wage decision, and also a clause requiring the subcontractors to Include these clauses In any lower tier subcontracls. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses In this paragraph. T. Contract termination; debarment. A breach of the contract clauses In 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided In 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis - Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract 9. Disputes concerning laborstandanfs. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of Its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (I) Certification of Eligibility. By entering into this contract the contractor certifies that neither It (nor he or she) nor any person or firm who has an Interest in the contractor's firm Is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(s) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate In HUD programs pursuant to 24 CFR Part 24. (fi) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate In HUD programs pursuant to 24 CFR Part 24. (iii) The penalty for making (else statements Is prescribed In the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 Of 0, Title 18, U.S.C., 'Federal Housing Administration transactions', provides In part: 'Whoever, for the purpose of ... Influencing in any way this action of such Administration ......................... makes. Were of publishes any statement knowing the seine to be false ......................... shall be fined not more then 55,D00 or imprisoned not more then two years, of both.' 11. Complaints, Proceedings, or Testimony by Employees. No laborer of mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be Instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work hours and Safety Standards Act The provisions of thls paragraph B are applicable where the amourd of the prime contract exceeds $100.000. As used in this paragraph, the terms 'laborers' and 'Mechanics" Include watchmen and guards. (1) Overtime raqulrarnonts. No contractor or subcontractor contracting for any part of the contract work which may require or Involve the employment of laborers or meehamcs shall require or permit any such laborer or mechanic in any workweek In which the Individual is employed on such work to work in excess of 40 hours in won workweek unless such laborer or mechanic receives compensation at a rate not less Nan one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth In subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In adtlitlon, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia of a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, Including watchmen and guards, employed In violation of the clause set forth in subparagraph (1) 01 this paragraph, in the sum of $25 for each calendar day on which such individual was required or permitted to work In excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in sub paragraph (1) of this paragraph. Previous ed0lons are obsolete forth HUD-4010 (0612D09) Page 4 of 5 ref. Handbook 1344.1 255 of 292 (3) Withholding for unpaid wages and liquidated damages. HUD or Its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract. or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the some prime contractor such sums as may be determined to be necessary to satisfy any liabilitles of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth In subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to Include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Heatth and Safety. The provisions of this paragraph C are applicable where the amount of the prime contract exceeds $100,000. (1) No laborer or mechanic shall be required to work In surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations Issued by the Secretary of Labor pursuant to Title 29 Part 1920 and failure to comply may result in Imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, (Public Law 91-64. 83 Stat 98). 40 USC 3701 et sea. (3) The contractor shall include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontractor as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. Previous edEHons are obsolete fort HUD4010 (08r2009) Page a of 5 ref. Handbook 1344.1 256 of 292 Form Wang Request for Taxpayer Give Form to the (RBv. Mto,er2018) Identification Number and Certification requester. Do not oepsrrrten: of aye rreaswy send to the IRS. Irttemal 8WWd ue Senrree ► Go to wwwJ gov/F0MW9 for Instmetlons and the latest hda mation. 1 Name (as shown on you tnoome tan return). Name Is required on" Una: do not leave this Una blank. Unjtec Inc. 2 gu&ess nwrWdiaregarded ent1ty name, If difterrt from above 3 Check app gvlate box for federal tax classificedIon of the person whose name Is entered on Kne 1. Check only one of the foll"kV seven boxes. ❑ lrKMdua1&* proprietor or ❑ C Corporation 1218 corpordln ❑ Part m tap ❑ TnOkstata singb n ornber LLC ❑ Llmtted IiabElHy company. Enter the tax classification (C--C corporation, S=S corporation, P-Partnership) ► Note: Check the appropriate boot In the W above far the tax classification of the single -member owner. Do not check LLC It the I.I:C is classified as a single -member LLC that to disregarded from the owner unless the owner of the LLC Is another LLC that is not disregarded from the owner for US, federal tax purposes. Otherwise, a afnglo-member LLC th+t Is disregarded from the owner should check the appropriate box for the tax elasafficadon of its owner. ❑ Other (sae Instructlorts) ► ass (mumoer, street, are apt. or KnoMy state, and ZiP code !r City F133026 W-711 Enter your nN In the appropriate box. The TiN provided must match the name given on One 1 to avoid backup withholding. For individuate, this Is generally your social security number (SSN). However, for a resident alien, sole proprietor, at disregarded entity, see the Instructions for Part I, later. For other eMftte% it Is your employer Identificadon number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account Is In more than one name, see the instructions for line 1. Also see What Name and MAber To Give the Requester for guidelines on whose number to enter. Under penalties of perjury, I certify that: or 4 Exemptions (codes apply any to certain entittes, not Individuals: see instuctkme on page 3): E=npt payee Cade Of amyl Exemption from FATCA reporting code N any) — (A V&S to racarra use name end number DQOQQQQQQ� 1. The number shown on this forth Is my correct taxpayer identificaiton number (or I am waiting for a number to be Issued to me); and 2.1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Swvlce {IRS) that 1 am subject to backup withholding as a resuft of a failure to report all interest or dividends, or (c) the IRS has notified me that 1 am no longer subject to backup withholding; and 3.1 amn a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered an this form Of any) Indicating that I am exempt from FATCA reporting is correct. Certification Instructlorm You must cross out Item 2 above N you have been notified by the iRS that you are currently subject to backup WMholding because you have failed to report d Interest and dividends on your tax return. For real estate transactions, Item 2 does not apply. For mortgage interest paid, acgaisMen or abandonm nt of secured property, cancellation of debt, contributions to an Indiidual retirement arattgement (iRA4, and generally, payments other than interest and dWerufs, you are not required to sign the eer0catiart, but you must provide your correct 11N. See the Instructions for Part U, later. Hre, Katiuska Hurles �;. General instructions Section references are to the internal Revenue Code unless otherwise noted. Future developments. For the latest Information about developments related to Form W-9 and Its Instructions. such as legislation enacted after they were published, go to www Irs.90V1ForMM. Purpose of Form An Indtvidual or entity (Form W-9 requester) who Is required to file an inforrrts9w return with the IRS must obtain your correct taxpayer Iderdlcatton number (Tit) which may be your social security number (SSNry, individual taxpayer identification number OTIN), adoption taxpaW tdentificatlon number (ATIN), or employer Identification number (Eln to report on an Information return the amount paid to you, or other amount reportable on an Information return. Examples of infbrntatlon returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, Including those from stocks or mutual funds) • Form 1099-MISC (various types of income. prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-8 (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1088 (home mortgage Interest), 1098-E (student loan Interest), 1098-T (tuttlon) • Form 1099-C (canceled debt) • Fora 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person Cricl uding a resident alien), to provide your correct TIN. Ff you do not return Form W-9 to the requester with a TW, you might be subject to backup withholding. See What is backup withholding, later. cat. No. 102SIX Form W-9 (Rev.10-2018) RFP #PR2021-37 SCHEDULE OF VALUES ("SOV") ITEM DESCRIPTION TOTAL QUANTIT Y UNIT UNIT PRICE AMOUNT 1.01 Mobilization I LS $ 107000.00 $ 10,000.00 1.02 Maintenance of Traffic and Access I LS $ 500.00 $ 500.00 1.03 Clear and Grubbing I IS 1 $ 2,000.00 $ 2,000.00 1.04 Removal of Existing Concrete Sidewalk 566 Sy 1 $ 23.98 $ 13,570.00 1.05 Concrete Sidewalk (4a Thidt) 580 Sy $ 74.18 $ 43,021.50 1.06 Park Bench & Installation 2 EA $ 1,000.00$ 2,000.00 1.07 Landscaping (AII work outlined in the Arborist Report by Jeff Shimonski - Appendix E) I LS $ 15,048.00 $ 15,048.00 1.08 New Dugout (All Associated Work) 2 EA $ 14,720.00 $ 29,440.00 1.09 Electrical (AII Associated Work) I LS $ 35,554.29 $ 35,554.29 11 Sub -Total $ 151,133.79 MISCELLANEOUS ITEMS 1.10 As -Built Plans I LS $ 1,000.00$ 1,000.00 1.11 Permit Allowance I LS $ 1,000.00 $ 1,000.00 1.12 Safety Trench Act I LS 5 1,000.00$ 1,000.0 1.13 Contingency(10%) 1 LS $ 15,413.38 $ 15,413.38 Sub -Total $ 18,413.38 Total: $ 169,547.17 Ml )1saulhmiamflgov.slgrepoim.t neMfllprocuremmVSliareC Documehmg5 Wm2@epwst for Prepusals&Oualificalim(UPaY421 Safety& Security et Marshall WilliamwNSOVIMWP Schedule of Values,U 1 S. If a Respondent's Cost & Technical Proposal is required by the Solicitation, Respondent hereby certifies that all of the facts and responses to the questions posed in the Cost & Technical Proposal, if such an exhibit is made a part of the Solicitation, are true and correct and are hereby adopted as part of this Respondents Bid Form, and are made a part of this proposal, by reference. 9. By submitting this proposal, I, on behalf of the business that I represent, hereby agree to the terms of the form of contract contained in the Solicitation package and I agree to be bound by those terms, with any appropriate blank boxes, if any, checked and any blank lines filled in with the appropriate information contained in the Solicitation Documents and this Proposal, or such information that the City and I have agreed upon In the course of contract negotiations and which have been confirmed by the City in writing, including e-mail confirmation, if any. I hereby certify under penalties of perjury that I am the lawful representative of the business entity referenced in this Bid Form, that I have authority to bid for that entity, that I have authority to sign contracts for that entity and bind it to those contract terms and that all of the information and representations contained herein are true and correct SUBMITTED THIS 1st DAY OF June 2021 PROPOSAL SUBMITTED BY: Unitec Inc. (305) 947-5226 Ext. 101 Company Telephone Number Katiuska Hurles (306) 947-9307 e of Person rized to Submit Proposal Fax Number khurles@unitecus.com Signature Email Address General Manager Title END OF SECTION 166 of 2W CERTIFICATION RECEIPT This is to acknowledge receipt of a copy of the U.S. Department of Housing and Urban Development Federal Labor Standards Provisions (HUD Form 4010) concerning the project _MARSHALL WILLIAMSON PARK CRIME PREVENTION THROUGH ENVIRONMENT DESIGN (CPTED) INB"6fpml*zl Further, I hereby certify that I have on this date, read, examined, understood and acknowledge the contents of U.S. Department of Labor requirements, particularly the -requirements contained in Wage General Decision Number FL20210178 MOD #0 01/01/2021 - HIGHWAY that is applicable to this project. I hereby agree to abide by the requirements of the Federal Labor Standards Provision issued by the United States Department of Housing and Urban Development and described in Form HUD- 4010 and those requirements contained In Wage General Decision Number FL D2M_8_ AY for this project. Agency Name: A Native Tree Service, Inc Employer ID #/FlD #: 59-2613393 Full Address (including City, ST and Zip) and Email Address 15733 SW 117 Avenue Miami, FL 33177 Authorized Signature: Print Name: Title: Angela Tomasetti Corporate Officer Check one, as applicable: Date: 2j_3jj 211 Contractor X Subcontractor Other Page 1 of 6 'General Decision Number: FL20210178 01/01/2021 Supersl4ded General Decision Number: FL20200178 State. Florida Conatruction Type: Highway County Miami -Dade County in Florida. HIGHWA" CONSTRUCTION PROJECTS Note: lnder Executive Order (EO) 13658, an hourly minimum wage of $10.95 for calendar year 2021 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the ED, the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar - -- ar 2,721. If-EhTe coniract is covered by the EO and -a-' classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(11) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, incluCing those set forth at 29 CM 5.1(a)(2)-(60). Additional infors.ation on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modi::eation Number Publication Date 0 01/01/2021 . ELEt'0349-002 09/01/2020 Rates Fringes ELECTRICIAN ......................$ 36.36 11.82 ---------------------------------------------------------------- SUF1.2013-039 08/19/2013 Rates Fringes CARPENTER ........................ S 17.84 0.00 CEMENT MASON/CONCRETE FINISHER, Includes Form Work ..... $ 15.49 0.00 FENCE ERECTOR ....................$ 12.82 0.00 HIGHWAY/PARKING LOT STRIPING: Operator (Striping Machine) ..... $ 15.07 0.00 ATTACHMENT A Initials: - � v http Wbeta.sam.gov/wage-deterrnination/FL20210178/0?index=wd&is_active=true&date_... 2/23/2021 CERTIFICATION RECEIPT This is to acknowledge receipt of a copy of the U.S. Department of Housing and Urban Development Federal Labor Standards Provisions (HUD Form 4010) concerning the project _MARSHALL WILLIAMSON PARK CRIME PREVENTION THROUGH ENVIRONMENT DESIGN (CPTED) (N&" rpml.�tl Further, I hereby certify that i have on this date, read, examined, understood and acknowledge the contents of U.S. Department of Labor requirements, particularly the -requirements contained In Wage General Decision Number FL20210178 MOD #0 01/01/2021 - HIGHWAY that Is applicable to this project. I hereby agree to abide by the requirements of the Federal Labor Standards Provision issued by the United States Department of Housing and Urban Development and described in Form HUD- 4010 and those requirements contained in Wage General Decision Number _ FL202=11- 1 - HIGHWAY for this project. Agency Name: A Native Tree Service, Inc Employer ID #/FID #: 59-2613393 Full Address (including City, ST and Zip) and Email Address 15733 SW 117 Avenue Miami, FL 33177 Authorized Signature: Print Name: Title: Angela Tomasetti Corporate Officer Check one, as applicable: Date: _�i2j21 Contractor X Subcontractor — Other Page 1 of 6 'General Decision Number: FL20210178 01/01/2021 Superseded General Decision Number: FL20200178 State: Florida Construction Type: Highway County: Miami -Dade County in Florida. HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (ED) 13650, an hourly minimum wage of $10.95 for calendar year 2021 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If thLa contract is covered by the ED, the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar___.. - y3si 2021—Tf'EhTe contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)111) (or the ED minimum wage rate, if it is higher than the conformed wage rate). The ED minimum wage rate will be adjusted annually. Please note that this SO applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional infozmation on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/01/2021 . ELEC0349-002 09/01/2020 Rates Fringes ELECTRICIAN ......................$ 36.36 11.82 SUFL2013-039 08/19/2013 Rates Fringes CARPENTER ........................ S 17.84 0.00 CEIMT MASON/CONCRETE FINISHER, Includes Form Work ..... $ 15.49 0.00 FENCE ERECTOR ....................$ 12.82 0.00 HIGHWAY/PARKING LOT STRIPING: Operator (Striping Machine) ..... $ 15.07 0.00 ATTACHMENT A Initials: - Div httpsJYbet&sam. gov/wage-detecmination/FL20210178/0?index=wd&i s_active=truc&date_... 2/2312021 rage z of o HIGHWAY/PARKING LOT STRIPING: Painter .........................$ 12.13 0.00 HIGHWAY/PARKING LOT STRIPING: Operator (Spray Nozzleman)....... $ 11.16 0.00 INSTALLER - GUARDRAIL ............ $ 13.43 0.00 IRONWORKER, ORNAMENTAL ........... $ 13.48 0.00 IRONWORKER, REINFORCING .......... $ 18.43 0.00 IRONWORKER, STRUCTURAL ........... $ 16.42 0.00 LABORER (Traffic Control Specialist incl. placing of cones/barricades/barrels - Setter, Mover, Sweeper) .......... $ 11.59 0.00 LABORER: Asphalt, Includes Raker, Shoveler, Spreader and Distributor ......................$ 12.31 0.00 LABORER: Common or General ...... $ 10.69 0.00 LABORER: Flagger................$ 12.53 0.00 LABORER: Grade Checker .......... $ 12.41 0.00 LABORER: Landscape i Irrigation .......................$ 9.02 0.00 LABORER: Mason Tender - Cement/Concrete..................$ 13.91 3.50 LABORER: Pipalayer..............$ 15.02 0.00 OPERATOR: Backhoe/Excavator/Trackhoe....... $ 16.24 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader ................$ 12.88 0.00 OPERATOR: Boom ..................$ 19.95 0.00 OPERATOR: Boring Machine ........ $ 15.29 0.00 OPERATOR: Broom/Sweeper ......... $ 13.01 0.00 OPERATOR: Bulldozer .............$ 16.77 0.00 OPERATOR: Concrete Finishing Machine ..........................$ 15.44 0.00 opzA .. C-..e .............4 14.43 0.00 OPERATOR: Crane .................$ 22.46 0.00 OPERATOR: Curb Machine..........$ 20.74 0.00 OPERATOR: Distributor ........... $ 13.29 0.00 OPERATOR: Drill ................. S 14.70 0.00 Initials:_ hops://bew.sam.gov/wage-determination✓FL20210178/0?index-wd&is active=ttue&date ... 2/23/2021 ra8cJoIo OPERATOR: Forklift ..............$ 16.32 0.00 OPERATOR: Gradall...............$ 14.71 0.00 OPERATOR: Grader/Blade .......... $ 20.22 3.85 OPERATOR: Loader ................$ 15.53 0.00 OPERATOR: Mechanic ..............$ 18.03 0.00 OPERATOR: Milling Machine ....... $ 14.67 0.00 OPERATOR: Oiler .................$ 16.32 0.00 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......... $ 13.61 0.00 OPERATOR: Piledriver ............ $ 17.23 0.00 OPERATOR: Poet Driver (Guardrail/Fences)...............$ 14.45 0.00 OPERATOR: Roller........... .,� $ 13.57 0 00 - OPERATOR: Scraper ...............$ 12,01 0.00 OPERATOR: Screed ................$ 14.15 0.00 OPERATOR: Tractor ...............$ 12.19 0.00 OPERATOR: Trencher ..............$ 14.74 0.00 PAINTER: Spray ..................$ 16.52 0.00 SIGN ERECTOR .....................$ 12.96 0.00 TRAFFIC SIGNALIZATION: Traffic Signal installation ...... $ 19.07 0.00 TRUCK DRIVER: Distributor Truck ............................$ 14.96 2.17 TRUCE DRIVER: Dump Truck ........ $ 12.19 0.00 TRUCK DRIVER: Flatbed Truck ..... $ 14.28 0.00 TRUCK DRIVER: Lowboy Truck ...... $ 15.07 0.00 TRUCK DRIVER: Slurry Truck ...... $ 11.96 0.00 TRUCK DRIVER: Vector Truck ...... $ 14.21 0.00 TRUCK DRIVER: Water Truck ....... 8 13.17 1.60 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. vv�.vY vvYY YVOYVY Y YN v N v vYN v Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this Initials: httpsJJbeta.sam.gov/wage-determination/FL20210178/07index-wd&iS active-bue&date_... 223/2021 a age: � ul u contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year, Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/gavcontracta. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CPR 5.5 (a) (1) (11)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0199. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers C1.0 ifiaatione 11.kW under the "9U"" ld_nti Lisr indi�"t� that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Examples SULA2012-001 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which a Initials:` httpsJ/beta.sam.gov/wage-determination/FL20210178/0?indexmwd&is_activestrue&date_.. M3/2021 rage 3 of o these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(a) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OR indicates the state. The next number, 0010 in the example, in an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rape -of the. union_locals_frna_which_tha-sata_is- - - --- based. WAGE DETERMINATION APPEALS PROCESS 1.) Fiis there been an initial decision in the matter? This can be% • an existing published wage determination • a survey underlying a wage determination • a wage and Hour Division letter setting forth a position on a wage determination matter • a �,onformance (additional classification and rate) ruling On au::vey related matters, initial contact, including requests for s,usmaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted becau.ie those Regional Offices have responsibility for the Davi.•-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and ].) should be followed. With :egard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branci of Construction Wage Determinations. Write to; Branch of Construction Wage Determinations Wage and Hour Division nS. [Y.pwrtm..n! of SI.M: 260 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an intecasted party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: We JVe Free Je 1Vicenietrator Initials: i h1 https: l :)eta.sam.gov/wage-determinatiowTL20210178/0?index=wd&is_active—tfue&date_... 2/23/2021 rage o or o U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party`s position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ......................................................=a...e.... END OF_ GENERAL_DECIBION. _. - -- --- - — -- ---- Initials: 6/ https://beta.sam.gov/wage-determination/FL2021017810?index=wd&is_active--true&date_... 2/23/2021 ATTACHMENT B Federal Labor Standards Provisions U.S. Department of Housing and Urban Development Of lee of Labor Relatlon6 Applicability (1) The work to be performed by the classification The Project or Program to which the construction work requested Is not performed by a classification In the wage covered by this contract pertolne Is being assisted by the detsrminalionf and United Steles of America end the following Federal Labor (2) The classification Is utilized In the area by the Standards Provisions are Included in this Contract construction Industry; and pursuant ;c the provisions applicable to such Federal (3) The proposed wage rote, Including any bona fide assistance fringe benefits, beers ■ reasonable relationship to the A. 1. (1) Minimum Wages. All laborers and mechanics wage rates contained In the wage determination. employed 1 • working upon the site of the work, will be paid (b) If the contractor and the laborers and mechanics to be uncondltion ally and not less often then once a week, and employed In the classification (if known), or their without subsequent deduction or robate on any account representatives, and HUD or Its designee agree on the (except such payroll deductions as are permitted by classification and wage rate (Including the amount regulations Issued by the Secretary of Labor under the designated for fringe benefits where appropriate), a report Copeland Act (29 CFR Part 3), the full amount of wages of the action taken shall be sent by HUD or Its designee to and bona fide fringe benefts (or cash equivalents thereof) the Administrator of the Wage and Hour Division, due at time of payment computed at rates not less than Employment Standards Administration, U.S. Department of those contained in the wage determination of the Labor, Washington, D.C. 20210. The Administrator, or on -- Ssctataay-oWbor-wbkk-l�alladMd-hereto-and-coeds-s--- -- --e�ffod=b---iepnts-nTaii wilt-- ePprove, modify, or part hereof, regardless of any contractual relationship disapprove every additional classification action within 30 which may be alleged to exist between the contractor and days of receipt and so advise HUD or Its designs* or will such laborers and mechanics. Contributions made or notify HUD or its designee within the 30-day period that costs reasonably anticipated for bona fide fringe benefits additional time is necessary. (Approved by the Office of under Section I(b)(2) of the Davis -Bacon Act on behalf of Management and Budget under OMB control number 1216- laborers or mechanics are considered wages paid to such 0140.) laborers or mechanics, subject to the provisions of 29 CFR 6.6(a)(tklv); also, regular contributions made or costs (c) In the event the contractor, the laborers or mechanics Incurred for more than a weekly period (but not lass often to he employed In the classification or their then quarter) under plans, funds, or Y) D programs, representatives, and HUD or Its designee do not agree on to be cover the particular weekly period, are deemed to tea the proposed classification and wage rate (Including the constructively made or Incurred during such weekly period. amount designated for fringe benents, where a 9 9 s, Including HUD or Its designee ah*II refer lM questions, Including Such taborero and mechanics shell be paid the appropriate the views of all Interested parties and the recommendation wage rate end fringe benefits on the wage determination of HUD or Its designee. to the Administrator for for the classification of work actually performed, without determination. The Administrator, or an authorized regard to skill, except as provided In 29 CFR 6.6(s)(4). representative, will Inoue a determination within 30 days of Laborers cr mechanics performing work In more than one receipt and so advise HUD or its designee or will notify classificallon may be compensated at the rate specified for HUD or Its designee within the 30-day period that each classification for the time actually worked therein: additional time is necessary. (Approved by the Office of Provided. That the employer's payroll records accurately Management and Budgst under OMB Control Humber set forth As time spent In each classification In which 1215-0140.) work Is performed. The wage determination (Including any tali The wage rate (IntlpursuudIng fringe benefits when additional clasdncstlon and wage rates conformed under appropriate) pursuant to ae paid raphs 29 CFR :i.6(e)(1 )(II) and the Davls-Bacon poster (WH- ) or this paragraph, shah be paid to all (e) of 1321) sha I be posted at all times by the contractor and It worker performing work In the classification lion under thin workers a work tubcontri tors at the site of the work In a prominent and contract from the first day on which work Is performed in accessible, place where It can be easily seen by the the classification. workers (Ili) Whenever the minimum wage rate prescribed in the (II) (a) Mny class of laborers or mechanics which Is not contract for a Oass of laborers or mechanics mc;luces a listed In the wage determination and which Is to be fringe benefit which is not expressed as an hourly rasa. the amploynd under the contract shall be classified In conformance with the wage determination. tluu snail all we determination or shell pay another bona fide fringe waget ay an additional classification and wage rate and benefit an hourly cans equivalent thereof. fringe be aeflls therefor only when the following criteria have been met: (Iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part ' to" HU0 4010 Previous r Astons are obsolete Page 1 of 6 rot. Handbook 1344.1 Xame 3 Company. A Native Tree Service, Inc Date: _ _ 21 /21 Initials: a, of the wages of any laborer or mechanic the amount of any communicated In writing to the laborers or mechanics costs reasonably anticipated In providing bona fide fringe affected, and records which show the costs anticipated or benefits under a plan or program, Provided, That the the actual cost Incurred In providing such benefits. Secretary of Labor has found, upon the written request of Contractors employing apprentices or trainees under the contractor, that the applicable standards of the Davis. approved programs shall maintain written evidence of the Bacon Act have been met. The Secretary of Labor may registration of apprenticeship programs and certification of require the contractor to set aside in a separate account trainee programs, the registration of the apprentices and assets for the meeting of obligations under the plan or trainees, and the ratios and wage rates prescribed In the program. (Approved by the Office of Management and applicable programs. (Approved by the Office of Budget under OMB Control Number 1216.0140.) Management and Budget under OMB Control Numbers 2. Withholding. HUD or Its designee shall upon Its own 1216-0140 and 1216.0017.) action or upon written request of an authorized (II) (a) The contractor shall submit weekly for each week representative of the Department of Labor withhold or in which any contract work Is performed a copy of all cause to be withheld from the contractor under this payrolls to HUD or Its designee if the agency Is a party to contract or any other Federal contract with the some prime the contract, but If the agency Is not such a party, the contractor, or any other Federally -assisted contract contractor will submit the payrolls to the applicant subject to Davle-Bacon prevailing wage requirements, sponsor, or owner, as the case may be, for transmission to which Is held by the came prime contractor so much of the HUD or Its designee. The payrolls submitted shall eat out accrued payments or advances as may be considered accurately and completely all of the Information required necessary to pay laborers and mechanics. Including to be maintained under 29 CFR 5. 3)(I) Sxc�iL�.Lt911 appran�cs��raTna6s and helpers, •mloyed by the social security numbers and home addresses shall not be contractor or any subcontractor the full amount or wages Included on weekly tranamlttals. Instead the payrolls shall required by the contract In the event of failure to pay any only need to Include an Individually Identifying number for laborer or mechanic. Including any apprentice, trainee or each employes (e.g., the last four digits of the employee's helper. employed or working on the site of the work, all or social security number). The required weekly payroll part of the wages required by the contract, HUD or Its Information may be submitted In any form desired. designee may, after written notice to the contractor, Optional Form WH-347 Is available for this purpose from sponsor, applicant, or owner, take such action as may be the Wage and Hour Division Web site at necessary to cause the suspension of any further htto://www,dol. coy/e salwhdlformalwh3471nstr. him or Its payment, advance, or guarantee of funds until such successor alto- The prime contractor Is responsible for violations have ceased. HUD or Its designee may, after the submission of copies of payrolls by all subcontractors. written notice to the contractor, disburse such amounts Contractors and subcontractors shall malntaln the full withheld for and on account of the contractor or social security number and current address of each subcontractor to the respective employees to whom they covered worker, and shall provide them upon request to are due. The Comptroller General shell make such HUD or Ito designee 11 the agency Is a party to the disbursements In the case of direct Davis -Bacon Act contract, but if the agency Is not such a party, the contracts. contractor will submit the payrolls to the applicant 3, (1) Payrolls and basic records. Payrolls and basic sponsor, or owner, as the case may be, for transmission to records relating thereto shall be maintained by the HUD or Its designee, the contractor, or the Wage and Hour contractor during the course of the work preserved for a Division of the Department of Labor for purposes of an period of three years thereafter for all laborers and investigation or audit of compliance with prevailing wage mechanics working at the alto of the work. Such records requirements. it Is not a violation of this subparagraph for shall contain the name, address, and social security a prime contractor to require a subcontractor to provide number of each such worker, his or her correct addresses and social security numbers to the prime classification, hourly rates of wages paid (including rates contractor for its own records. without weekly submission of contributions or costs anticipated for bona fide fringe to HUD or Its designee. (Approved by the Office of benefits or cash equivalents thereof of the types described Management and Budget under OMB Control Number In 3ecllon I(b)(2)(0) of the Davis -bacon Act), daily and 1215.0149.) weekly number of hours worked, deductions made and (b) Each payroll submitted shall be accompanied by a actual wages paid. Whenever the Secretary of Labor has 'Statement of Compliance,' signed by the Contractor or found under 29 CFR 5.5 (e)(1)(Iv) that the wages of any subcontractor or his or her agent who pays or supervis4s f Iiih—, nhanle• Innlud. the n1 nl •t• Ih• n! nl t h. a elnv�d erne-r K. � -t—, reasonably anticipated in providing benefits under aplan and shall certify the following:m or program described In Section I(b)(2)(B) of the Davis- (1) That the payroll for the payroll period contains the Bacon Act, the contractor shell maintain records which Information required to be provided under 29 CFR 5.5 show that the commitment to provide such benefits to (s)(3)(II), the appropriate Information is being maintained enforceable, that the plan or program is financially under 29 CFR 5.5(s)(3HU, and that such information Is responsible, and that the plan or program has been correct and complete: Previous editions are obsolets loan HUDd010 0a12009) Page 2 of 5 _ rat. Handbook 1344.1 Namc of Company: A Native Tree Service, Inc Initials: Date: 7/21 /21 (2) That each laborer or mechanic (including each helper. Is not registered or otherwise employed as stated above, apprentice, and trainee) employed on the contract during shall be paid not less than the applicable wage rate on the the payroll period has been paid the full weekly wages wage determination for the classification of work actually earned, without rebate, either directly or Indirectly, and performed. In addition, any apprentice performing work on that no deouclions have been made either directly or the Job site In excess of the ratio permitted under the Indirectly from the full wages earned, other then registered program shall be paid not less than the permissible deductions as set forth In 29 CFR Part 3; applicable wage rate on the wage determination for the (3) That each laborer or mechanic has been paid not less work actually performed. Where a contractor is performing than the applicable wage rates and fringe benefits or cash construction on a project In a locality other than that In equivalents for the classification of work performed, as which Its program Is registered, the ratios and wage rates specified In the applicable wage determination (expressed In percentages of the Journeyman's hourly Incorporetec into the contract. rate) specified In the contractor's or subcontractor's The Nastily submission of s (c) y properly executed registered program shell be observed. Every apprentice certification not forth On the reverse aide of Optional Form must be paid at not tote than the rate specified In the registeevel program for the a of WH•347 shall satisfy the requirement for submission of the yma f the journeyman expressed as • percentage of the Journeymen hourly rate expresso hourly rate 'Statement of Compliance' required by subparagraph specified In the applicable wage determination. A_3.(II)(b). Apprentices shall be paid fringe benefits In accordance (d) The falsification of any of the above certifications may with the provisions of the apprenticeship program. If the subject the contractor or subcontractor to civil or criminal apprenticeship program does not specify fringe benefits, --proseeutloe"amdn'8aalton-TOQt—oT-Tlttr't7-YnC Saetlon epprariTTimust bi peld the full amount of fringq benallls_ 231 of Title 31 of the United States Code. listed on the wage determination for the applicable (ill) The contractor or subcontractor shall make the classification. If the Administrator determines that a records reculred under subparagraph A.3.(1) available for different practice prevails for the applicable apprentice Inspection, copying, or transcription by authorized classification, fringes shell be paid In accordance with that repras entel Ives of HUD or Its designee or the Department determination In the event the Office of Apprenticeship of Labor, and shall permit such representatives to Training, Employer and Labor Services, or a Slate interview rmployees during working hours on the Job. If Apprenticeship Agency recognized by the Office, the conlra.(lor or subcontractor falls to submit the required withdraws approval of an apprenticeship program, the records or to make them available, HUD or Its designee contractor will no longer be permitted to utilize may, ®list written notice to the contractor, sponsor, apprentices at less than the applicable predetermined rate applicant of owner, take such action as may be necessary for the work performed until an acceptable program Is to cause the suspension of any further payment, advance, approved. or guarantee of funds. Furthermore, failure to submit the (11) Trainees. Except as provided In 29 CFR 5.1a, required records upon request or to make such records trainees will not be permitted to work at less than the available may be grounds for debarment action pursuant to predetermined rate for the work parfamad unless they art 29 CFR 5.'2. employed pursuant '.to and Individually registered In ■ s. Apprentices and Trainees. program which has re"Ived prior approval, evidenced by (1) Apprentices. Apprentices will be permitted to work at formal certification by the U.S. Deportment or Labor. less than the predetermined rate for the work they Employment and Training Administration. The ratio of performed when they are employed pursuant to and trainees to journeymen on the job site shall not be greater Indivleuefll registered In a bone fide apprenticnahip than permitted under the plan approved by the program �agistered with the U.S. Department of Labor, Employment end Training Administration. Every trainee Employmt nt and Training Administration. Office of must be paid at not less then the rats specified in the Apprenticeship Training. Employer and Labor Services, or approved program for the trainee's level of progress. with ■ State Apprenticeship Agency recognized by the expressed as a percentage of the Journeyman hourly rate Office, of It a person Is employed In his or her first go specified in the applicable wage determination. Trainees days of probationary employment as an apprentice In such Mall be paid fringe benefits in accordance with the an apprenticeship program, who is not Individually provisions of the trainee program. If the trainee program registered in the program, but who has been certified by does not mention fringe benefits. trainees shall be paid the Office of Apprenticeship Training, Employer and Lobar the full amount or fringe benefits listed on the wage e.r.,�.. o.-., nvv...a.-.n,. tea.-.r 1-^-•- determination unless the Administrator of Ina Wac• and Hour Division determines that there Ill an apprenticeship appropriate) to be eligible for probationary employment as program associated with the corresponding journeymen an opproatice. The allowable ratio of apprentices to wag@ rate on the wage determination which provides for Journeyman on the Job site In any craft classification shall lose than full fringe benefits for apprentices. Any not be greater than the ratio permitted to the contractor as employee listed on the payroll at a trainee rate who Is not to the entire work force under the registered program. Any registered and participating In a training plan approved by worker listed on a payroll at an apprentice wage rate, who previous Islatift IN obsolete am, Hu -sot ) page 3 of 5 rot Handbook 1344.1 NLmeo(r:ompany. A Native Tree Service. Inc Initials, - Date �i21/21 the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination lot the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shell be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraw& approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program Is approved. (III) Equal employment opportunity, The utilization of apprentices, trainees and journeymen under 29 CFR Part 6 shall be In conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30, 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are IncgrpolyttjLby.nfsrenca_tn_tbi►_contract - 6. Bubcontracts. The contractor or subcontractor will Insert In any subcontracts the clauses contained In subparagraphs 1 through 11 In this paragraph A and such other clauses as HUD or Its designee may by appropriate Instructions require, and a copy of the applicable prevailing wage decision, and *too a clause requiring the subcontractors to Include these clauses In any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses In this paragraph. T. Contract termination; debarment. A breach of the contract clauses In 29 CFR 0.5 may be grounds for termination of the contract and for debarment as e contractor and a subcontractor as provided In 29 CFR 5.12. 6. Compliance with Davis -Bacon and Related Act Requirements. All rulings and Interpretations of the Davis -Bacon and Related Acts contained In 29 CFR Parts 1, 3, and 5 are herein incorporated by reference In this contract a. Disputes concerning labor standards. Disputes arising out of the labor standards provisions or this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved In accordance with the procedures of the Department of Labor set forth In 29 CFR Parts 6, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or Its designee, the U.S. Department of Labor, or the employees or their representatives. contract the contractor certifies that neither it (nor he or she) nor any person or firm who has an Interest In the contractor's firm to a person or firm Ineligible to be awarded Government contracts by virtue of Section 3(s) of the Oavis-Becon Act or 29 CFR 6.12(a)(1) or to be awarded HUD contracts or participate In HUD programs pursuant to 24 CFR Part 24. (11) No part of this contract shalt be subcontracted to any person or firm Ineligible for award of a Government contract by virtue of Section 3(a) of the Dava-Bacon Act or 29 CFR 5.12(e)(1) or to be awarded HUD contracts or participate In HUD programs pursuant to 24 CFR Part 24. (111) The penally for making false statements Is prescribed In the U.S. Criminal Code. 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0. Title 18, U.S.C., 'Federal Housing Administration transactions-, provides In part: 'Whoever, for the purpose of ... Influencing In any way the action of such Administration..... makes, utters or publishes any statement knowing the same to be false..... shell be fined not more than $6,000 or Imprisoned not more then two years, or both.' It. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are�ppficabte shall be-dschRgiit�Tt a yo� sh rminner ---- discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or Instituted or caused to be instituted any proceeding or has testified or Is about to tastily In any proceeding under or totaling to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and 6aesly Standards ACL The Provisions of this paragraph Sere applic" waste the amoud of CA prime contract exceeds S1D0.000. As used in tills paragraph, are terms 9aborera' and'machanics' Include watchmen and guards. (1) Overtime requirements. No contractor or subcorxraOor contracting for any pan of the contract work width may require or Involve the employment of laborers or meduriw shall require or Permit any such laboner or mechanic In any workweek In which the Individual is employed on such wont to work In excess of 40 hours in such vorkweek un*ss, such laborer or mechanic receives compensation at a rate not less than one and one-nalf Smas ins basic rate of pay for all hours warted In excess of 40 hours In such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth In subparagraph (1) of this paragraph, in* contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case or work done under contract for the District o' Columbia or a territory. to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic. Including watchmen and guards, subparagraph (1) of this paragraph, Intrasumof 51Uforeach calendar day on which such Individual wits tequirW or Dermlea i to work In excess of the standard workweek of 40 hours without payment 01 the overtime wages required by the clause set forth In sub paragraph (1) of this paragraph. Previous editions am obsolete form HU 10 ( ) Page 4 of 6 not Handbook 1344.1 Nameofcompany: A Native Tree Service, Inc tn(tlals: AL - Date: 7/21 /21 (3) Withholding for unpaid wages and liquidated damages. HUD or Its designee shall upon Its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any money* payable on account of work performed by the contrse! or or subcontractor under any such contract or any other F aderal contract with the Some prime contract. or any Whir Fade rallyas Rioted contract subject to the Contract Work Hours and Safely Standards Act which Is held by the same prime contractor such Sums as may be determined to be nscessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages on provided In the clause eel forth In subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shell Insert in any subcontracts the clsue*s not forth In subparagraph (i)through (4) of this paragraph and also a clause requiring the subcontractors to include these olauess In any lower tier subcontracts. The prime contractor shag be responsible for compliance by any --subtzrttrect at w 1owiTtlor fthe 6Teusee -_-- ----- - - set forth In subparagraphs (1) through (4) of this paragraph. C. Health and Safety. Ths provisions or ihb paragraph C aor applicable wt4m the *mount of the prime contract *steads $100,000. (1) No laborer or mechanic shall be required to work In surroundings or under working conditions which are unsanitary, hazardous. or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation (2) The ',onlraclor shell comply with all regulations Issued by t is Secretary of Labor pursuant to Title 29 Part 1928 and allure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safely Standards Oct. (Public Law 91-54, 83 Stal 96), 40 USC 3T01 at sob. (3) The contractor shall include the provisions or this paragraph In every subcontract so that such provisions will be binding on each subcontractor. The contractor shall lake such notion with respect to any subcontractor as (he Secretary of Housing and Urban Development or the Secretary of Labor shalt direct as a means of enforcing such provtslons. Previous enfl'dna ere ob*olete form H :W ( ) Pape 6 of 8 rat Handbook 1344.1 Name orc(mpiny: A Native Tree Service, Inc Date: � 21 /21 Initials: j4 STATEMENT OF SUB -CONTRACTOR'S CONSTRUCTION EXPERIENCE To be submitted by each sub -contractor with requested information and affidavits. All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. Add additional pages as necessary. 1. sub -contractor: A Native Tree Service, Inc 2. sub -contractor Address: 15733 SW 117 Avenue Miami FL 33177 Phone: 305-238-1178 Email address: nativetree@nativetree.mm 3. Name of each owner, principal officer, partner, etc. Angela Tomasetti Dayne Tomasetti 4. Minority ❑ Yes ® No women -owned Business? ® Yes ❑ No Business? 5, Company Qualifier: 6. Years in Business: 135 years 7. i. U.S. Treasury Number. (Employer's Identification number; Federal Social Security number used on Employer's quarterly Federal Tax/return, U.S. Treasury Department. CC# License Number: I I State: FL EINit 59-2613393 8. Contractor's Certification Categories. 9. Contracts completed in the last five years (include the months and year completed, use additional pages, if needed) Project Duration (months years) Year Completed Fuchs Park 2 months 2021 Lot Clearing - MDC - PHCD 1 month 2021 Vizcaya Museum and Gardens 18 months annual contract Port of Miami 2 months 2020 Page 5 of 56 372 of 292 10. 1contractor's on -going construction projects (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion). Pro ect Current Duration (months years) Anticipated Completion Date MDC Parks Maintenance ($483,900) 2 years 2023 11. Have you ever defaulted on a Contract? ❑ Yes ® No Please explain. 12. The subcontractor promises to defend, indemnify and hold harmless th&"°'�­"M' (agency name) and Miami -Dade County with regard to any disclosures or information received, whether at trial, in arbitration or on appeal. (initials) 13. The undersigned hereby authorizes and requests any person, firm, corporation, or g cy) in verification of the governmental unit, to furnish any information requested by th`6""boeN1 n(name of agency) r i Is comprising this statement of bidder's experience (initials) Sworn toad subscribed before me this 2nd day of June 20 21 a� -89 � '�_ and is personally known to me or has presented (Affiant) Angela Tomasetti n/a as identification. (Type of Identification) Evensen (Print or Stamp Name of Notary) Notary Public HG 005570 (Serial Number) 8/16/2024 '.��..... CATHY EVENSEN :,- MY COMMISSION 8 HH 005570 ;?ai 7.�9 EXPIRES:Auguat 18, 2024 '. P'•t, Ilmded TaN Notary Public UndwWb,,, Page 6 of 56 173 Qf 292 joint ventures participated in with dollar amounts; have copies of solicitations sent to minority and women's contractor associations or other business associations. 16. Contractors must conduct a review, at least annually, of all supervisors' adherence to and performance under the contractors EEO policies and affirmative action obligations. To Demonstrate Compliance: Contractors must have ooples of memos, letters, reports, minutes of meeting, or interviews with supervisors regarding their employment practices as they relate to the contractor's EEO policy and affirmative action obligations, and written evidence that supervisors were noted when their employment practices adversely or positively impacted on the contractors EEO and affirmative action posture. L LI Inroeb Page 20 of 56 187 of 292 (1) Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; Making a good faith effort to continue to maintain a drug -free workplace through implementation of paragraphs (a), (b), (c), (d), (e), and (f). B. The Grantee may insert in the space provided below the site(s) for the performance of work done in connection with the specific grant: Place of Performance (Street address, city, county, state, zip code) Marshall Williamson Park 6121 SW 68 ST South Miami, FL 33143 Check 0 if there are workplaces on file that are not identified here. Agency Name: Unitec Inc. ST and ZID) and Email Address 14250 NE 18 Avenue North Miami, FL 33181 khurles@unitecus.com Authorized Signature: Print Name: Katiuska Hurles Date: I June 1, 2021 Check one, as applicable: X Contractor Subcontractor Other Page 26 of 56 193 of 292_ Employer ID N/FID q: 65-0817802 President Tabulation Sheet Agency Name City of South Miami Bid Number RFP-RFP #PR2021-37-0-2021/SK Bid Name SAFETY & SECURITY IMPROVEMENTS AT MARSHALL WILLIAMSON PARK Bid Due Date 06/03/2021 10:00:00 Bid Opening Closed 353 Member Name CITY OF SOUTH MIAMI Bid Number RFP PR2021-37 Bid Name SATEFY & SECURITY IMPROVEMENTS AT MARSHALL WILLIAMSON 2 Document(s) found for this bid 22, Planholder(s) found 774 NOTIFIED SupplierName Addressl MV State :)stalCoc DeclaredAttributes A Native Tree Service, Inc. . Avenue Miami FL 33177 ma usiness, Woman Owned BCAE 5410 SW 95th Ct Miami FL 33165 Bespoke Construction Management 2413 Main Street Miramar FL 33025 C. Slagter Construction, Inc. PO Box 1154 Palm City FL 34991 Small usiness, Woman Owned Construction Journal, Ltd. 400SW Street Stuart FL 34994 Dodge Data TMU Beltway Place, Ste 150 Arlington TX 76018 Gecko Group 120 Madeira Avenue Coral Gabl FL 33134 JAMPOL Protective services inc. Sheridan st. Suite 134, Holl ood FL 33024 jandjthetreedoctor 1830 n university drive Plantation FL 33322 Keeping Color LLC Ave. Miami FL 33126 mercados lawn services inc 1340 ne 135th st Miami FL 33161 Micro Consulting LLC Avenue Hollywood FL 33020 OAC Action Construction, Corp11980 SW 144 Ct. Miami FL 33186 isparnc Owned, 5ma Business o up structures 525 OCEAN BLVD GOLDEN B FL 33160-2 Small Business Promise Habitat Services, LLC W. Sam Allen Rd Plant City FL 33565 Small Business Saltz Michelson Architects, Inc. 3501 Griffin Road Fort Laude FL 33312 Small Business Sesco Lighting, Inc. 737 Shotgun Road Sunrise FL 33326 un Eagle General Contractors, Corp. 12300 SW 130 st Miami FL 33186 TechGrou One, Inc 304 Indian Trace Weston FL 33326 The Stout Group, LLC Street Hialeah Ge FL 33018 Unitec 14250 NE 18 AVE NORTH MIFL FL 33181 Hispanic owned,S—maff Business eConstruction,Inc. esNorth Architecture + Design, LLC Street Lantana 133462 Woman Owned 354 ALM Discover. Connect. Compete Please Remit To: ALM Media, LLC PO Box 936174 Atlanta, GA 31193.6174 APR 2 9 2021 CITY CLERK'S Business Review Miami Dade Customer No: 9DO6479 CITY OF SOUTH MIAMI Attention To: NKENGA "NIKKI" PAYNE Invoice #: 10000626716-0426 NKENGAA. PAYNE Invoice Date: 04/26/2021 6130 SUNSET DR Due Date: Due Upon Receipt SOUTH MIAMI, FL 33143 AMOUNT DUE: $166.60 Amount Remme4 PLEASE RETURN THIS SECTION WITH PAYMENT TEAR I'm Daily Business Review Miami Dade Invoice Date: W26,7021 Customer#: 9005479 Invoice a Description Amount 10000526716-0426 Placement/Position: Bids/Heamgs/MeeOngs/Ordinenws/Bid Notices & RFPs $166.50 Run Dates: 04262021 Ad She: 2 x 9.40 Inches Subtotal $166.50 CITY OF SOUTH MIAMI - RFP #PR2027-37 Total Due $166.50 Visit our online payment portal at https:ll i .aimpaymentcenter.com to pay via credit card For bllling Auostions, please email: ALMeolleetion@alm.mm. Air ALM Discover. Connect. Compete. 355 MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays Miami, Muani Dade Coady, Flo da STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before the undersigned authority personalty appeared GUILLERMO GARCIA, who on oath says that he or she is the DIRECTOR OF OPERATIONS, Legal Notices of the Miami Daily Business Review We Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade County. Florida; that the attached copy of advertisement being a Legal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI - RFP dPR2021-37 in the XXXX Court was published in said newspaper in the issues of 0412612021 Affiant further says that the mid Mil nd Daily Business Review is a newspaper published at Miami, in said Miami -Dade County, Flonda and that the said newspaper has heretofore been continuously published in said Miami -Dade County, Florida each day (except Saturday, Sunday and Legal Holidays) and has been entered as second Gass mail matter at the post once in Miami in said Miami -Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and atfiant further says that he or she has neither paid nor premised any person, lino or corporation any discount rebate, commission or refund for the purpose of securing this advertisement for publication in the mid newspaper. Swom tor�rid subscribed before me This 26 ffSvol APR".D,2021 (SEAL) I / GUILLERM0 RCIA personalty known to me :. CHRISTINA LYNN RAVIX -p. •` Commission# GG 2TIT71 Expires November 19,2022 ..... ' Bonded TlmTroy Fain Ps,lnnm 6ir]-1257019 SDurfi OF 'aim � r F r U • p 1927 CO R20 CITY OF SOUTH MIAMI SAFETY S SECURITY IMPROVEMENTS AT MARSHALL WILLIAMSON PARK RFP #PR2021-37 SUBMITTAL DUE DATE: JUNE 3, 2021 AT 10 AM The City is hereby requesting sealed responses to this RFP #PR2021.37, SAFETY & SECURITY IMPROVEMENTS AT MARSHALL WILLIAMSON PARK. The purpose of this Solicitation is to contract for the services necessary for the completion of the project in accordance with the Scope of Services, (EXHIBIT 1, Attachments A, B & C) and the plans and/or specifications, it any, described in this Solicitation (hereinafter referred tc as the Project' or'Project'). This pmIect/activlty/solicitation, in whole or in part will be assisted through the Miami -Dade County Public Housing and Community Development with Federal funding and Is covered under 24 CFR Part 135, Section 3 Economic Opportunities. Section 3 requires that job training, employment and contracting opportunities be directed to very low and low-income persons or business owners who live in the projed's area. Respondents must comply wdh the CDBG requirements; refer to Exhibit 4 "CDBG Federal Grant Requirements, Public Housing & Community Development Federal Labor Standards & Section 3 Requirements-0 Qualified contractors (licensed) who wish to respond to this Solicitation can obtain the complete Solicitation package by accessing the following wabpage: http'✓/www•scuthmiamiN.gov/ which is the City of South Miami's web address for solicitation information. The City will only receive submittals electronically through the DemandStar Electronic Bid System (E-Bidding). To register as a business, go to httpsJ/network.demandstar.cgr✓ Responses must be received electronically through Dem rmiStar, no late, than 10:00 A.M. local time (the -Closing Date-) on June 3, 2021 and any Response received by the City through DemandStar after 1R00 am. local time on said date will not be accepted under any circumstances. Hand delivery will not be accepted. 356 Gi-{ Y of 5oui AAiam'i e FP -* PRao-;14 -37 E-BIO OPENING VIA VIDEO CONFERENCING: The opening of E-Bids for this solicitation will occur at 10:30 A.M. local time on (the Closing Date, June 3, 2021. The City Clerk will conduct the E-Bid Opening through video conferencing using me Zoom piatfonn. Members of the public may view the meeting via Zoom at https://zoom. uW3056636339, or listen to the meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. NON -MANDATORY PRE -BID MEETING VIAVIDEO CONFERENCING A Non -Mandatory Pre -Bid meeting will be conducted through video conferencing on May 13, 2021 at 10:00 AM using the Zoom platform. Interested parties who are considering attending the Pre -Bid meeting, must Identify your Company Name in the "Participants List" on the Zoom platform. The meeting will be held regardless of weather conditions. After the meeting, an email will be sent by the attendees confirming your attendance, to the attention of Steven P. Kulick Chief Procurement Officer at skulickDsouthmiamffl.gov Members of the public may view the meeting via Zoom at htips://zoom, ps/g9056636339, or listen to the meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting 10: 3056636339. Nkenga A. Payne, CMC City Clerk, City of South Miami 4/26 21-40/0000526716M 357