Loading...
Res No 035-24-16120RESOLUTION NO. 035-24-16140 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING AND AWARDING A CONTRACT FOR CONSTRUCTION TO ATC ENGINEERING INC. FOR THE CONSTRUCTION OF A SANITARY SEWER SYSTEM FOR PHASE 1 OF THE AREA KNOWN AS SUBAREA "K" IN AN AMOUNT NOT TO EXCEED $2,214,032.32; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE A CONTRACT FOR THE PROJECT; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. WHEREAS, the City of South Miami (the "City") desires to construct Phase 1 of a new sanitary sewer system to the proposed Dante Fascell community building that will also provide connection to forty two (42) residential properties within Sub-Area K, and which will also allow for future connections to the remaining one hundred and sixty two ( 162) properties located within Sub-Area K (the "Project"); and WHEREAS, the City developed a design, prepared construction documents, and is in the process of obtaining all the necessary permits for the Project; and WHEREAS, on December 22, 2023, the City issued Invitation to Bid No. PW2023-l 7 (the "ITB") for construction of the Project; and WHEREAS, on February 6, 2024, the City received a total of four (4) bids in response to the 1TB; and WHEREAS, A TC Engineering Inc. (the "Contractor"), provided the lowest, responsive and responsible bid in the amount of$2,214,032.32; and WHEREAS, after review and evaluation of the bids, City staff and the Engineer of Record determined that the Contractor met the minimum requirement and aligns with City's objective of ensuring quality construction within budgetary constraints; and WHEREAS, the City Commission desires to select the Contractor for construction of the Project and authorize the City Manager to negotiate and execute a contl'act for construction, in substantially the form attached hereto as Exhibit "A" (the "Contract"), with the Contractor for the Project in an amount not to exceed $2,214,032.32; and I WHEREAS, the expense for the Project shall be charged $1,550,000 to the FDEP Septic to Sewer Construction Account No. 106-3903-536-6550, which has a balance of $1,550,000 prior to this request, $528,792 to the General Obligation Bond Account No. 114-4011-541-6490, which has a balance of $528,792 prior to this request, and $135,240.32 from the Capital Improvement Fund Account No. 30 l-1790-519-6450, which has a balance of $1,908,459.38 prior to this request, Page 1 of3 Res. No. 035-24-16140 or such other funding source(s) as determined by the City Manager to be in the best interest of the City; and WHEREAS, the City Commission finds that this Resolution is in the best interest and welfare of the City. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS: Section 1. Recitals. The above-stated recitals are true and correct and are incorporated herein by this reference. Section 2. Selection and Award. The City Commission hereby selects and awards the Contractor the Contract for constrnction of the Project. Section 3. Authorization. The City Manager is hereby authotized to negotiate and execute the Contract with the Contractor for the Project, in substantially the form attached hereto as Exhibit "A", in an amount not to exceed $2,214,032.32, subject to the approval as to fonn, content, and legal sufficiency by the City Manager and City Attorney. The expenses for the Project shall be charged $1,550,000 to the to the FDEP Septic to Sewer construction account number I 06- 3903-536-6550 which has a balance of$1 ,550,000 prior to this request and $528,792 to the General Obligation Bond account number which has a balance of $528,792 prior to this request, and $135,240.32 from the Capital Improvement Fund account number 30 l-1790-519-6450 which has a balance of$1,908,459.38 prior to this request, or such other ti.mding source(s) as determined by the City Manager to be in the best interest of the City. Section 4. Implementation. That the City Manager is authorized to take any and all actions necessary to implement the Project, the Contract, and the purpose of this Resolution. Section 5. Conections. Conforming language or technical scrivener-type c01Tections may be made by the City Attorney for any conforming amendments to be incorporated into the furn I resolution for signature. Section 6. adoption. Effective Date. This Resolution shall become effective immediately upon PASSED AND ADOPTED this 191h clay of March, 2024. ATTEST: APPROVED: ~ ~ Page 2 of3 Res. No. 035 -24-I 6140 READ AND APPROVED AS TO FORM, LANGUAGE, LEGALITY AND EXECUTION THEREOF WE & BIERMAN, P.L. CITY ATTORNEY COMMISSION VOTE: Mayor Fernandez: Vice Mayor Bonich: Commissioner Calle: 5-0 Yea Yea Yea Commissioner Liebman: Yea Commissioner Corey: Yea Pa ge 3 of3 Agenda Item No:5. City Commission Agenda Item Report Meeting Date: March 19, 2024 Submitted by: Aurelio Carmenates Submitting Department: Public Works & Engineering Item Type: Resolution Agenda Section: Subject: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING AND AWARDING A CONTRACT FOR CONSTRUCTION TO ATC ENGINEERING INC. FOR THE CONSTRUCTION OF A SANITARY SEWER SYSTEM FOR PHASE 1 OF THE AREA KNOWN AS SUBAREA “K” IN AN AMOUNT NOT TO EXCEED $2,214,032.32; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE A CONTRACT FOR THE PROJECT; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PUBLIC WORKS & ENGINEERING DEPT.) Suggested Action: Attachments: Memo-San_Swr_Ph.1_-_ATC_Eng3-12-24__2_ (1).docx 48D999802-Resolution Approving Contract for Construction with ATC Engineering - Subarea K Sanitary Sewer Project v2.DOCX 48E014002-Exhibit A - Contract for Construction - ATC Engineering Inc - Sanitary Sewer SubArea K v2.DOCX v4FINAL ITB Sanitary Sewer Area K 12.20.23.pdf Area K Bid Evaluation Letter 3-11-24.pdf ATC Engineering Bidding Document.PDF Bid Tabulation ITB PW2023-17 2.6.24.pdf Proposal Summary ITB PW2023-17 2.6.24.pdf Demand Star ITB PW2023-17.pdf Sun Biz ATC Engineering.pdf 1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission FROM: Genaro “Chip” Iglesias, City Manager DATE: March 19, 2024 SUBJECT: Selection and Award of Contract for the Construction of Sub-Area K Phase 1 RECOMMENDATION:Authorize negotiation and execution of contract with ATC Engineering Inc. for the construction of Sub-Area K, Phase 1. BACKGROUND:The City desires to construct a Sanitary Sewer in Sub-area K phase 1. The City developed a design, prepared construction documents, and obtained all the necessary permits for the sanitary sewer construction sub-area K phase 1. The project consists of furnishing all materials, labor, and equipment necessary to construct a new pump station, force main, and gravity sewer mains and laterals along SW 85th Street, SW 60th Avenue, and SW 87th Street as shown on Exhibit “A” below: PROCUREMENT PROCESS:Through the Procurement Division, the City’s Public Works & Engineering issued a solicitation on December 22, 2023, for the Sanitary Sewer Construction for Sub Area K Phase 1. On February 6, 2024, the City received a total of four (4) proposals in response to a solicitation. All the contractors were requested to provide recent experience for reference and SRS Engineering, Inc, the Consultant for the project, reviewed their cost proposals and references and found the low bidder met the minimum qualifications. Pursuant to review, it was determined that ATC Engineering Inc., is the most cost effective and responsible bidder for this proposal. Below are the proposals received: 2 THE CITY OF PLEASANT LIVING ~ ~ ~ ~. ~ _=: :~ ;;·\\\~--~_(}~:\~~-I~! T Q I ... -~ s ·~ ; ,., I ~ ~, I --c l CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM VENDOR &EXPENSE:ATC Engineering, Inc. Proposal/contract amount shall not exceed $2,214,032.32. FUNDING:The expenditure shall be charged $2,214,032.32 to the to the FDEP Septic to Sewer construction account number 106-3903-536-6550 which has a balance of $1,550,000 prior to this request and $528,792 to the General Obligation Bond account number which has a balance of $528,792 prior to this request and $135,240.32 from the Capital Improvement Fund account number 301-1790-519-6450 which has a balance of $1,908,459.38 prior to this request or other funding source as determined by the City Manager to be in the best interest of the City. ATTACHMENTS:Resolution ITB PW2023-17 Construction Documents with Exhibits SRS Evaluation Report dated 3-11-2024 ATC Engineering Inc., Bid Documents Bid Tabulation ITB PW2023-17 Proposal Summary ITB PW2023-17 Daily Business Review Advertisement Sun Biz Contractor Bid Price ATC Engineering Inc.$2,214,032.32 Pro Serv Group Gen Construction Inc.$3,277,726.26 Comtech Engineering Inc $8,043,780.92 David Mancini & Sons, Inc.$8,244,246.68 3 THE CITY OF PLEASANT LIVING CONTRACT FOR CONSTRUCTION SANITARY SEWER CONSTRUCTION AREA K-PHASE I 1TB #PR2023-0-I 7 THIS CONTRACT FOR CONSTRUCTION (this "Cont r act") is made this 19 day of MARCH, 2024 (the "Effec t ive D ate") by and between the CITY OF SOUTH MIAMI, FLORIDA, a Fl orida mun icipal corpor ation, (the "City"), an d ATC ENGINEERING, INC., a CONTRACTOR (t he "Contractor"). WHEREAS, t he City iss ued Invitation to Bid N o. PR2023-17 {the "ITB") for construction o f "SANITARY SEWER CONSTRUCTION AREA K -PHASE I" (the "Pr o ject"), which 1TB is inco r porated herei n by refe r en ce an d made a pa r t hereof as Exhibit "A "; an d WHEREAS, in r espo nse to the City's 1T B, the Contractor submitted a bid for the Project (''Bid"), which Bid is incorporated herein by reference and made a part her eof as Exhibi t "B"; and WHEREAS, Contractor submitted the lowest, responsive and responsi ble bid in the amount of ~---__.;.---, $2 ,214,032.32 in response to t he 1TB and was se lected and awarded this Contract pursuant to Re so lution o. 035-24 -16140 for performance of t he Work (as hereinafter defined); and WHEREAS, Contractor has r epresented to t he C ity that it possesses the necessary qualifications, experience and abilities to perform t he W o rk or th e Pr oject , an d has agreed to provide the W o r k o n the terms an d con d itions set forth In this Contract. NOW, THEREFORE, In consideration of the mutua l cove nants and conditions contai ned herein, the Cont ractor and the City agree as fo llows: I . SCOPE OF WORK 1.1. Sco pe o f W orlc. Contractor hereby agrees to furnish all of the labor, materials, equipment. services and incidentals necessary co perfor m all of the work described in the Contract Documents (the "Work" o r the "Pr o ject") in cl uding, without limitation as described In the approved plans, drawings and/or specifications prepared by SRS Engi n eering (the "Project Consultant") attached hereto as Exhibit "A" (City's 1TB) (th e "Desig n Pl a ns & Specifica tions") and any other documents incorporated herein by reference and made a part of this Contract for the following Project: "SANITARY SEWER CONSTRUCTION AREA K-PHASE I " I .2, Pre-Const ruction C onference, Within fourteen ( 14) calendar days after this Contract is executed by both parties, and before any Work has comm enced, a pre-construction conference will be held between the City, the Cont ractor, and the Project Consultant. The Contractor must submit it s project schedule and schedule of values, if applicable, prior to this conference. 1.3. Pro ject S c h e dule, Contractor must submit a proposed Project Schedule as follows: 1.3.1. Schedule must identify the schedule for each location comprising the Projec t. The proposed Pro ject sc hedule must be submitted wi t hin ten (10) calendar days from t he date this Contract is execu ted by both parties fo r the review and a pproval of th e Pr o ject Consultant or C ity as applicable. This initial schedule shall establish the baselin e schedule for the Project. All updates of schedules must be tracked against the baseline schedu le and mus t be at a minimu m subm itted with each pay app lication . An updated schedule tracked agai nst the baseli ne must also be submitted 1 of 167 until Contractor's submiss ion to City of all required documents and after execution of this Contract. 2.2 . Time is of the essence throughout this Contract. The Contractor shall prosecute the Work with faithfulness and diligence and the Worl< shall be substantially completed within two-hundred and seventy (270) cal endar days from the date sp e cified in the Notice to Proceed ("Contract Time"). Substantial Completion shall be defined for this purpose as the date on w hich City receives beneficia l use of the Project. The Worl< shall be fully completed in accordance with the Contract Documents within two-hundred and seventy (270) calendar days from the date specified in the Notice to Proceed ("Final Completion Time"). The Fin al Completion date is defined as the dace determined by the City when all Work, Including punch list items, has been completed in accordance with the Contract Documents and Contractor has delivered to City all documentation required herein. 2.3. Upon failure of Contractor to substantially complete the Work as defined in this Agreement within the Contract Time, Contractor shall pay to City the sum of $2.650,00 SUBSTANTIAL COMPLETION' LIQUIDATED DAMAGES for each calendar day after the expiration of the Contract Time that the Contractor fails to achieve Substantial Completion up until the date that the Contractor achieves Substantial Completion. Upon fuil ure of Contractor to fully complete the Work and achieve Final Completion within the Fin al Complet ion Time, Contractor shall pay to City the sum of $2,650 .00 FINAL COMPLETION LIQUIDATED DAMAGES for each calendar day after expiration of the Final Completion Time that the Contractor fails to achieve Final Completion up until the date that the Contractor ac hi eves Fin al Completion. These amounts are not penalties but are liquidated damages payab le by Contractor t o City for the failure co provide full beneficial occupancy and use of the Project as required. Li quidated damages are hereby fixed and agreed upon between the parties who hereby acknowl edge the difficu lty of determining the amount of damages chat will be sustained by City as a consequence of Contractor's delay and fail ure of Contractor to complete the Work on time. Th e above-stated liquidated-damages sha ll apply separately to each phase of the Project for which a time for completion is given. 2.4. City is authorized t o deduct the liquidated damages from monies due co Contractor for the Work under this Contract. In case the liquidated damage amount due to City by Contr actor exceeds monies due Contractor from City, Contractor shall be liable and shall immediate ly upon demand by City pay to City the amount of said excess. 3. CONTRACT PRICE AND PAYMENT PROCEDURES 3.1. Gu ranteed Maximum Price. The City shall pay th e Contractor an amount not to exceed $2,2 14 ,032.32 for the performance of the Wor k in accordance w ith the line items and unit prices induded in Ex 1 1t B c e "Contract Price"). The Contract Price shal l be full compensation for all services , labor, materials, equipment, and costs, including overhead and prone, associated w ith compl etion of all the Work in full conformity w ith the Contract Documents and adjusted only by written change orders signed by both pa rties and approved as r equir ed by local law. The Contract Price shall include all app licable sales taxes as required by law. 3.2. Sche dule of Values. The Contractor must subm it two copies of sched ule of values within ten ( I 0) calendar days from the date this Contract is executed by both parties. T he schedule of values shall in dicate a complete breakdown of labor and material of all categories of Work on the Project. Contractor's overhead and profit must be listed as separate line items. Each line item must be identified with the number and title of the majo r specification section or major components of the items. The Project Consultant or Ci ty as applicable may require further breakdown after r eview of the Contractor 's submittal. The City reserves the right to require such information from th e Contractor as m ay be necessary to determine the acc uracy of the schedu l e of values. The combined total value for mobilization under the Schedule of Values shall not exceed 5% of the va lue of the Contract. The accepted Schedule of Values mu st be incorporated in to the Contractor's payment application form. The Contractor guarantees that each individual li ne Item contained In the schedu le of va lu es submitted as part of a competitive solicitation shall not be increased without written approval by the City Manager. 3.3. Payment Application Procedures. C ity sha ll make progress payments, deducting t he amount from the Contract Price above on the basis of Contract o r 's Appl ications for Payment on or before twenty (20) days after receipt of the Pay Application. Rejection of a Pay Application by the City shall be within twenty (20) days after recei pt o f the Pay Application. Any rejection shall specify the appli cable defici ency and necessary corrective action. Any undisputed portion shall be paid as speciOed above. All such payme nts will be made in accordance with the 4 of 167 upon execution of each Change Order that Impacts the Contract Time. Failure to submit such schedules will result in the r~jection of any submitted payment application. I .3 .l. All Project Schedules must be prepared in Microsoft Project or approved equal by the City. At the time of submission of schedules, Contractor must submit a hard copy as well as an electronic version. Electronic versions must not be submitted in a .pdf format 1.4. Records. 1.4.1. As-Built Drawings. During the Worl<, Contractor must maintain records of all deviations from the Drawings as approved by the Project Consultant and prepare two copies of As-Built Record Drawings showing correctly and accurately all changes and deviations made during construction to reflect the Work as it was actually constructed. It is the responsibility of the Contractor to check the As-Built Drawings for errors and omissions prior to submittal to the City and to certify In writing that the As-Built Record Drawings are correct and accurate; including the actual location of all Infrastructure, internal piping, and electrical/signal conduits in or below the concrete floor (indicating the size, depth, and voltage in each conduit). To record actual construction, Contractor must legibly mark on-site structures and site Work as follows: 1.4.1. I . Depths of various elements of foundation in relation to finish first floor datum. 1.4.1.2. All underground piping and ductwork with elevations and dimensions and locations of valves, pull boxes, etc. Changes in location. Horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. Actual Installed pipe material, class, etc. 1.4.1.3. Location of Internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. Air conditioning ducts with locations of dampers, access doors, fans and other items needing periodic maintenance. 1.4.1.4. Field changes in dimensions and details. 1.4.1.5. Changes made by Project Consultant's written Instructions or by Change Order. 1.4.1.6. Details not on original Contract Drawings. 1.4.1. 7. Equipment conduit electrical panel locations. 1.4.1.8. Project Consultant's schedule changes according to Contractor's records and shop drawings. 1.4.1. 9. Spedflcatlons and Addenda: Legibly mark each section to record: 1.4.1.9.1. Manufacturer, trade name, catalog number and Supplier of each product and item of equipment actually installed. 1.4.1. 9.2. Changes made by Project Consultant's written instructions or by Change Order. 1.4.1.10, Approved Shop Drawings: Provide record copies for each process, equipment piping, electrical system and Instrumentation system. 1.4.1.10.1. As-built documents must be updated monthly as a condition precedent to payment A final survey signed and sealed by a surveyor must be provided to the City at no additional cost induding digital I (CAD and PDF) versions. 1.4.1.1 0.2. For construction of new building, or building additions, field improvements, and or roadway improvements, as-built drawings must be signed and sealed by a Florida Licensed Registered Land Surveyor. I .4.2. Record Set. Contractor must maintain In a safe place one record copy and one permit set of the Contract Documents, including, but not limited to, all Drawings, Specifications, amendments, COs, RFls, and field directives, as well as all written interpretations and clarifications issued by the Project Consultant in good order and annotated to show all changes made during construction. The record documents must be continuously updated by Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from COs and/or field directives as well as all written Interpretations and clarifications, and all concealed and buried Installations of piping, conduit 2 of 167 and utility services. Contractor must certify the accuracy of the updated record documents. The record documents must be clean, and all changes, corrections and dimensions must be given in a neat and legible manner in red. Upon Final Completion and as a condition precedent to Contractor's entidement to final payment, the Record Set must be delivered to the Project Consultant by the Contractor. The Record Set of Drawing must be submitted In both hard copy and as electronic plot flies. 1.4.3. Construction Photographs. Prior to commencement of the Work the Contractor must take digital photographs and color audio-video recording to document existing conditions and submit copies in an acceptable format to the City. Contractor must submit with each application for payment photographs that accurately reflect the progress of all aspects of the Work. The number of photographs to be taken will be based on the magnitude of the Work being performed. Contractor must submit one copy of each photograph in print and digitally. The photographs must be printed on 8,, X I 0,, high resolution glossy commercial grade and weight color photographic print paper or in a format acceptable to the City. Each photograph must be imprinted on its face with the tide of the Project, the date, and time the picture was taken. Digital photographs must be taken using .jpeg format and will be submitted through a file-sharing site (such as Dropbox) or on a CD-ROM or flash drive clearly identifying the name of the Project, the name of the Contractor, and the timeframe in which the pictures were taken. Initial set up prints will be submitted in a three-ring binder with each picture protected by a clear plastic sleeve. Subsequent prints are to be submitted in clear plastic sleeves that can be added to the binder. The three-ring binder must be of such size to be able to hold all print pictures. 1.5. Staging Site. 1.5.1. The Contractor is solely responsible for making all arrangements for any staging site(s) that may be necessary for the performance of the Work and the Contractor Is responsible for all site security, including any fencing of the site, and any loss, damage or theft to its equipment and materials. Any fencing of the Staging Site Is subject to the prior written approval of the City. 1.5.2. The City at Its sole discretion may make a staging site available for use by the Contractor. If such site Is made available by the City, the City assumes no responsibility or liability for the equipment or materials stored on the site, and the Contractor will be solely responsible for any loss, damage or theft to its equipment and materials. The Contractor must restore the site to its pre-existing condition prior to the Contractor's use of the site. 1.5.3. The Contractor may be required to provide or may choose to use an office trailer for the duration of the Project. The Contractor must have the prior written approval of the City as to the use of any office trailer and the placement location for the office trailer. The Contractor must obtain all required permits from the appropriate regulatory agencies. 1.5.4. No parking is permitted at a City provided staging site without the prior written approval of the City. 1.6. Purchase and Delivery, Storage and Installation. All materials must be F.O.B. delivered and included in the cost of the Work. The Contractor is solely responsible for the purchase, delivery, off-loading and Installation of all equipment and material(s). Contractor must make all arrangement for delivery. Contractor is liable for replacing any damaged equipment or material(s) and filing any and all claims with suppliers. All transportation must comply with all federal, state (including FDOT), Miami-Dade County, and local laws, rules and regulations. No materials will be stored on-site without the prior written approval of the City. I. 7. Approval of Subcontractors. For any scope of work that the Contractor will utilize a subcontractor, the Contractor may only retain or utilize the services of the particular subcontractor with the prior written approval of the City Manager, which approval may be granted or withheld in the City Manager's sole and absolute discretion. The Contractor shall provide at least fourteen ( 14) days notice to the City Manager and the Project Consultant of its intent to retain or utilize a subcontractor. 1.8. Project Signage, Contractor must furnish and install two (2) Project signs at the Project Site in accordance with the requirements provided by the Project Consultant or the City as applicable. 2. CONTRACT TIME 2.1. Contractor shall be Instructed to commence the Work by written Instructions In the form of a Notice to Proceed providing a commencement date and issued by the City Manager or deslgnee. The Notice to Proceed will not be issued 3 of 167 until Contractor's submission to City of all required documents and after execution of this Contract. 2.2. Time is of the essence throughout this Contract. The Contractor shall prosecute the Work with faithfulness and diligence and the Work shall be substantially completed within two-hundred and seventy (270) calendar days from the date specified in the Notice to Proceed ("Contract Time"). Substantial Completion shall be defined for this purpose as the date on which City receives beneficial use of the Project. The Worl< shall be fully completed in accordance with the Contract Documents within two-hundred and seventy (270) calendar days from the date specified in the Notice to Proceed ("Final Completion Time"). The Final Completion date is defined as the date determined by the City when all Work, including punch list Items, has been completed in accordance with the Contract Documents and Contractor has delivered to City all documentation required herein. 2.3. Upon failure of Contractor to substantially complete the Work as defined in this Agreement within the Contract Time, Contractor shall pay to City the sum of $2,650.00 SUBSTANTIAL COMPLETION LIQUIDATED DAMAGES for each calendar day after the expiration of the Contract Time that the Contractor fails to achieve Substantial Completion up until the date that the Contractor achieves Substantial Completion. Upon failure of Contractor to fully complete the Work and achieve Final Completion within the Final Completion Time, Contractor shall pay to City the sum of $2,650.00 FINAL COMPLETION LIQUIDATED DAMAGES for each calendar day after expiration of the Final Completion Time that the Contractor fails to achieve Final Completion up until the date that the Contractor achieves Final Completion. These amounts are not penalties but are liquidated damages payable by Contractor to City for the failure to provide full beneficial occupancy and use of the Project as required. Liquidated damages are hereby fixed and agreed upon between the parties who hereby acknowledge the difficulty of determining the amount of damages that will be sustained by City as a consequence of Contractor's delay and failure of Contractor to complete the Work on time. The above-stated liquidated damages shall apply separately to each phase of the Project for which a time for completion is given. 2.4. City is authorized to deduct the liquidated damages from monies due to Contractor for the Work under this Contract. In case the liquidated damage amount due to City by Contractor exceeds monies due Contractor from City. Contractor shall be liable and shall immediately upon demand by City pay to City the amount of said excess. 3. CONTRACT PRICE AND PAYMENT PROCEDURES 3.1. Guaranteed imum P ice The City shall pay the Contractor an amount not to exceed $2,214,032.32 for the performance of the Work in accordance with the line items and unit prices included In x 1 1t e °Contract Price"). The Contract Price shall be full compensation for all services, labor. materials, equipment, and costs, including overhead and profit, associated with completion of all the Work in full conformity with the Contract Documents and adjusted only by written change orders signed by both parties and approved as required by local law. The Contract Price shall include all applicable sales taxes as required by law. 3.2. Schedule of'Values. The Contractor must submit two copies of schedule of values within ten (10) calendar days from the date this Contract is executed by both parties. The schedule of values shall indicate a complete breakdown of labor and material of all categories of Work on the Project. Contractor•s overhead and profit must be listed as separate line items. Each line item must be identified with the number and title of the major specification section or major components of the items. The Project Consultant or City as applicable may require further breakdown after review of the Contractor•s submittal. The City reserves the right to require such information from the Contractor as may be necessary to determine the accuracy of the schedule of values. The combined total value for mobilization under the Schedule of Values shall not exceed 5% of the value of the Contract. The accepted Schedule of Values must be incorporated Into the Contractor•s payment application form. The Contractor guarantees that each individual line item contained In the schedule of values submitted as part of a competitive solicitation shall not be increased without written approval by the City Manager. 3.3. Payment Application Procedures, City shall make progress payments, deducting the amount from the Contract Price above on the basis of Contractor's Applications for Payment on or before twenty (20) days after receipt of the Pay Application. Rejection of a Pay Application by the City shall be within twenty (20) days after receipt of the Pay Application. Any rejection shall specify the applicable deficiency and necessary corrective action. Any undisputed portion shall be paid as specified above. All such payments will be made in accordance with the 4 of 167 Schedule of Values established in the Contract Documents or, in the event there is no Schedule of Values, as otheiwise provided in the Contract Documents. In the event the Contract Documents do not provide a Schedule of Values or other payment schedule, Applications for Payment shall be submitted monthly by Contractor on or before the I 0th of each month for the prior month to the Project Consultant. Progress payments shall be made in an amount equal to the percentage of Work completed as determined by the City or City's Project Consultant, but, in each case, less the aggregate of payments previously made and less such amounts as City shall determine or City may withhold taking Into account the aggregate of payments made and the percentage of Project completion in accordance with the Contract Documents and Schedule of Values, if any. The Contractor agrees that five percent (5%) of the amount due for each progress payment or Pay Application (the "Retainage") shall be retained by City until final completion and acceptance of the Work by City. In the event there is a dispute between Contractor and City concerning a Pay Application, dispute resolution procedures shall be conducted by City commencing within 45 days of receipt of the disputed Payment Application. The City shall reach a conclusion within 15 days thereafter and promptly notify Contractor of the outcome, including payment, if applicable. 3.4. Progress Payment Applications. Each progress payment application submitted to the City must include: 3.4.1. A sworn and certified progress payment affidavit indicating that all laborers, material suppliers, and subcontractors dealing with the Contractor were paid in full as it relates to all Work performed up to the time of the request for payment: 3.4.2. Partial condltlonal releases or waivers of lien by the Contractor, material suppliers, subcontractors, and any lienors serving a Notice to the City and evidence of proof of payment of any indebtedness incurred with respect to the Work of the Contractor as may be required by the City; 3.4.3. Evidence that all Work was fully performed as required by the Contract Documents up to the time of the request for payment and that the Work was inspected and accepted by the City and any other governmental authorities required to inspect the Work: and 3 .4.4. An updated Project schedule, including a two-week look-ahead schedule, as approved in writing by the City Manager. 3.4.5. All Buy-Out Savings, including supporting documentation relating to the calculation of the Buy-Out Savings. 3.5. Final Payment. Upon Final Completion of the Work by Contractor In accordance with the Contract Documents and acceptance by the City, and upon receipt of consent by any surety, City shall pay the remainder of the Contract Price (including Retainage) as recommended by the City's Project Consultant and Building Official. Final payment is contingent upon receipt by City from Contractor of: 3.5.1. An affidavit that payrolls, bills for materials, equipment. and other indebtedness were paid in full as it relates to all Work performed under this Contract; 3.5.2. A certificate evidencing that insurance required by the Contract Documents shall remain in effect after final payment is made; 3.5.3. A written statement that the Contractor knows of no reason that the insurance will not be renewable to cover the period required by the Contract Documents; 3.5.4. Documentation of any special warranties, including, but not limited to. any manufactures' warranties or specific subcontractor warranties; 3.5.5. Evidence that all Punch List items have been fully completed to the satisfaction of the City; 5 of 167 3.S.6. All previously undelivered manufacturer and subcontractor guarantees, warranties, and manuals and documents required by the Contract Documents; 3.5.7. Final releases of lien, waivers of claim, satisfactions of liens or claims, and such other affidavits as may be reasonably required by the City to assure a lien-free and claim-free completion of the Work; 3.5.8. Evidence that the Contractor has fully cleaned and restored the site, including removal of all rubbish and debris; 3.5.9. At least one complete set of as-built plans, reflecting an accurate depiction of Contractor•s Work; 3.5.10 .. Such other documents necessary to show that the Contractor has compiled with all other requirements of the Contract Documents; and 3.S.11. Cost Savings, including supporting documentation used to calculate the Cost Savings. 3.6. Payment Withholding, The City may withhold any payment, including a final payment, for application to such extent as may be necessary, as determined by the City1s Project Consultant, to protect the City from loss for which the Contractor is responsible in the event that: 3.6.1. The Contractor performs defective Work and such Work has not been corrected, provided that the amount withheld shall be limited to the amount sufficient to cover such defective Work; 3.6.2. A third-party files a claim or lien in connection with the Work or this Contract; 3.6.3. The Contractor falls to make payments properly to subcontractors or suppliers for labor, materials, or equipment which has been paid by the City, provided that the amount withheld shall be limited to the amount sufficient to cover such payments to subcontractors or suppliers for labor, materials, or equipment; 3 .6.4. The City has reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum; 3.6.S. The Contractor, its employees, subcontractors, or agents have damaged the City; 3.6.6. The City has reasonable evidence that the Work will not be completed within the Contract Time and that the unpaid balance would not be adequate to cover liquidated damages for the anticipated delay; 3.6.7. The Contractor has failed to progress the Work satisfactorily and/or according to the Contract Schedule; 3.6.8. The Contractor has failed to carry out the Work in accordance with the Contract Documents; 3 .6. 9. The Contractor has failed to provide requisite releases of lien for each payment application in accordance with the Contract Documents: and/or 3.6.1 O. Any other failure to perform a material obligation contained in the Contract Documents. 3.7. No Waiver of City Rights. The payment of any Application for Payment by the City, including the final request for payment, does not constitute approval or acceptance by the City of any Item of the Work reflected in such Application for Payment, nor shall it be construed as a waiver of any of the City 1s rights hereunder or at law or In equity. 6 of 167 3.8. Payment to Sub-Contractors; Certification of Payment to Subcontractors. The term "subcontractor," as used herein, includes persons or firms furnishing labor, materials or equipment incorporated into or to be incorporated into the Work or Project. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts as a condition precedent to payment to Contractor by the City. The Contractor shall also return all retalnage withheld to the subcontractors within 30 days after the subcontractor's work is satisfactorily complete and accepted by the City. 3.9. Cost Savings and Value Engineering, 3. 9. I • Cost Savings. In the event the Contractor rebids or renegotiates with any subcontractor to reduce subcontractor costs for the performance of the Work, then the difference between (i) the sum of the subcontractor costs used to establish the Contract Price, as set forth In the Schedule of Values, and (ii) the sum of the revised subcontractor costs, Including any early payment or similar discounts (the "Cost Savings"), shall revert to the City. The Contract Price shall be adjusted in accordance with any Cost Savings through a Change and the Schedule of Values shall also be revised to reflect the new Contract Price. 3.9.2. Value Engineering. Contractor shall participate in Value Engineering the Contract Documents with the City and the Architect with the goal of finding acceptable means for reducing the cost of the Work. Upon acceptance by the City of recommendation for Value Engineering, the Contract Documents shall be modified to reflect such changes. All savings in connection with Value Engineering of the Work shall revert to City. 4. CONTRACT DOCUMENTS 4.1. The Contract Documents, which comprise the entire agreement between the City and the Contractor concerning the Work, consist of this Contract for Construction {including any change orders and amendments thereto), the Plans and Specifications attached hereto as Exhibit 11 A 11 (the "Plans and Technical Speciflcations11 ), the 1TB and any Bidding Documents or procurement documents for the Projects the Contractor's Bid for the Project (including the Schedule of Bid Items-Pricing) attached hereto as Exhibit 11 B11, the Bonds (defined herein), Insurance Certificates, the Notice of Award, and the Notice to Proceed, all of which are deemed incorporated into and made a part of this Contract by this reference and govern this Project. 4.2. This Contract Incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of these Contract Documents that are not contained herein. Accordingly, It Is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. 4.3. The Contract Documents shall remain the property of the City. The Contractor shall have the right to keep one record set of the Contract Documents upon completion of the Project; however In no circumstances shall the Contractor use, or permit to be used, any or all of such Contract Documents on other projects without the City's prior written authorization. 4.4. Conflicts; Order of Priority. This document without exhibits is referred to as the .. Base Agreement." In the event of a conflict between the terms of this Base Agreement and any exhibits or attachments hereto, or any documents incorporated herein by reference, the conflict shall be resolved in the following order of priorities and the more stringent criteria for performance of the Work shall apply: 4.4.1. First Priority: Change Orders with later date taking precedence; 4.4.2. Second Priority: This Base Agreement; 4.4.3. Third Priority: Exhibit 11 A." the Plans and Technical Specifications; 4.4.4. Fourth Priority: Exhibit 11 B.'' the Bid; and 4.4.S. Fifth Priority: Contract Documents, excluding this Base Agreement and Exhibits listed in this Section. 5. INDEMNIFICATION 7 of 167 5.1. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless the City, its officers, agents, consultants, and employees. from and against any and all demands, claims, losses, expenses, suits, liabilities, causes of action, judgment or damages. including but not limited to legal fees and costs and through appeal, arising out of, related to, resulting from, or in any way connected with Contractor's negligence, recklessness, or intentional misconduct in the Contractor's performance or non-performance of this Contract, Contractor's obligations, or the Work related to the Contract, including but not limited to by reason of any damage to property, or bodily injury or death incurred or sustained by any person, or to injury to or destruction of tangible property or any other property (other than the Work itself) including the loss of use resulting therefrom, caused in whole or in part by any willful, wanton, or negligent, or grossly negligent acts or omissions of Contractor, any subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by applicable law and regardless of the negligence of any such party .. Additionally, the Contractor shall defend, indemnify, and hold the City harmless from all losses. injuries or damages and wages or overtime compensation due Its employees in rendering services pursuant to this Contract, including payment of reasonable attorneys' fees and costs in the defense of any claim made under the Fair Labor Standards Act, Title VII of the Civil Rights Act of I 964, the Age Discrimination in Employment Act, the Americans with Disabilities Act or any other employment related litigation or worker's compensation claims under federal, state, or local law. 5.2. The provisions of this section shall survive termination of this Contract. 6. INSURANCE AND BONDS 6.1. Insurance. 6.1.1. Contractor shall secure and maintain throughout the duration of this Contract insurance of such types and in such amounts not less than those specified below as satisfactory to the City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by Bests Rating and qualified to do business in the State of Florida. Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured, no later than ten ( I 0) days after award of this Contract and prior to the execution of this Contract by City and prior to commencing any Work. Each certificate shall include no less than (30) thirty-day advance written notice to City prior to cancellation, termination, or material alteration of said policies or insurance. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Contractor's Insurance and shall not contribute to the Contractor's insurance. The insurance coverages shall include at a minimum the amounts set forth in this Section 6.1. 6.1.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also Include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor. The General Aggregate Liability limit (except for Products/Completed Operations) shall be in the amount of $2,000,000. 6.1.1.2. Workers Compensation and Employer's Liability insurance. to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer's Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Contractor shall be allowed to provide Services pursuant to this Agreement who is not covered by Worker's Compensation insurance. In order for this requirement to be waived, Contractor must provide proof of exemption from such laws. Information regarding eligibility for an exemption from the State of Florida Workers' Compensation Law is available at: https://www.myfloridacfo.com/Division/wc/PublicationsFormsManualsReports/Brochures/Key- Coverage-and-Eligibilit;y.pdf. 8 of 167 Exemptions may be applied for online through the Florida Department of Financial Services, Division of Workers• Compensation at: https://www.myfloridacfo.com/Diyision/wc/Employer/Exemptions/default.htm. 6.1.1.3. Business Automobile Liability with minimum limits of $1,000,000 per Occurrence, combined single limit for Bodily Injury and Property Damage. 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 the Insurance Services Office, and must include Owned, Hired, and Non- Owned Vehicles. 6.1.1.4. Builder's Risk property insurance upon the entire Work to the full replacement cost value thereof. This insurance shall include the interest of City and Contractor and shall provide All-Risk coverage against loss by physical damage including, but not limited to, Fire, Extended Coverage, Theft, Vandalism and Malicious Mischief. If Builder's Risi< insurance is not required for this Project, the City shall select this box: 181. 6.1.1.S. Contractor acknowledges that it shall bear the full risk of loss for any portion of the Work damaged, destroyed, lost or stolen until Final Completion has been achieved for the Project. and all such Work shall be fully restored by the Contractor, at its sole cost and expense, in accordance with the Contract Documents. 6.1 .2. Certificate of Insurance. On or before the Effective Date of this Contract, the Contractor shall provide the City with Certificates of Insurance for all required policies. The Contractor shall be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Contract, including any extensions or renewals that may be granted by the City. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Contract and shall state that such insurance is as required by this Contract. The City reserves the right to inspect and return a certified copy of such policies, upon written request by the City. If a policy is due to expire prior to the completion of the Work, renewal Certificates of Insurance shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days' written notice shall be provided to the City before any policy or coverage is cancelled or restricted. Acceptance of the Certiflcate(s) is subject to approval of the City. 6.1.2.1. Additional Insured. The City is to be specifically included as an Additional Insured for the liability of the City resulting from Work performed by or on behalf of the Contractor in performance of this Contract. The Contractor's insurance, including that applicable to the City as an Additional Insured, shall apply on a primary basis and any other Insurance maintained by the City shall be in excess of and shall not contribute to the Contractor's Insurance. The Contractor's Insurance shall contain a severability of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each. 6.1.2.2. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably approved by the City. The Contractor shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. 6.1.3. The provisions of this section shall survive termination of this Contract. 6.2. Bonds. Prior to performing any portion of the Work the Contractor shall deliver to City the Bonds required to be provided by Contractor hereunder (the bonds referenced In this Section are collectively referred to herein as the CIBonds"). Pursuant to and in accordance with Section 255.05, Florida Statutes, the Contractor shall obtain and thereafter at all times during the performance of the Work maintain a separate performance bond and labor and material payment bond for the Work, each in an amount equal to one hundred percent ( I 00%) of the Contract Price and each in the form provided in the Contract Documents or in other form satisfactory to and approved in writing by City and executed by a surety of recognized standing with a rating of B plus or better for bonds up to 9 of 167 Two Million Dollars. The surety providing such Bonds must be licensed, authorized and admitted to do business in the State of Florida and must be listed in the Federal Register (Dept. of Treasury. Circular 570). The cost of the premiums for such Bonds Is Included In the Contract Price. If notice of any change affecting the Scope of the Work, the Contract Price, Contract Time or any of the provisions of the Contract Documents is required by the provisions of any bond to be given to a surety, the giving of any such notice shall be Contractor's sole responsibility, and the amount of each applicable bond shall be adjusted accordingly. If the surety is declared bankrupt or becomes insolvent or its right to do business in Florida is terminated or it ceases to meet applicable law or regulations, the Contractor shall, within five (5) days of any such event, substitute another bond (or Bonds as applicable) and surety, all of which must be satisfactory to City. As authorized by Section 255.0S(l)(a), Florida Statutes, if this Project is exempt from posting of a payment and performance bond, the City shall select this box:□. 7. CONTRACTOR'S REPRESENTATIONS AND WARRANTIES 7.1. In order to Induce the City to enter into this Contract, the Contractor makes the following representations and warranties: 7. I . I . Contractor represents the following: 7 .1.1.1. Contractor has examined and carefully stu~ied the Contract Documents and the other data identified in the bidding documents, including, without limitation, the "technical data" and plans and specifications and the Plans. 7.1.1.2. Contractor has visited the Project site and become familiar with and is satisfied as to the general and local conditions and site conditions that may affect cost, progress, performance or furnishing of the Work. 7.1.1.3. Contractor Is famlllar with and Is satisfied as to all federal, state and local laws, regulations and permits that may affect cost, progress, performance and furnishing of the Work. Contractor agrees that It will at all times comply with all requirements of the foregoing laws, regulations and permits. 7.1.1.4. Contractor has made, or caused to be made, examinations, investigations, tests and/or studies as necessary to determine surface and subsurface conditions at or on the site. Contractor acknowledges that the City does not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to underground or ground facilities at, contiguous or near the site or for existing improvements at or near the site. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests. studies and data concerning conditions (surface, subsurface and underground facilities and improvements) at, contiguous or near to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Con tract Time and In accordance with the other terms and conditions of the Contract Documents. 7.1.1.S. Contractor is aware of the general nature of Work to be performed by the City and others at the site that relates to the Work as indicated In the Contract Documents. 7 .1.1.6. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7. I. I. 7. Contractor has given City written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by City is acceptable to Contactor, and the Contract Documents are generally sufficient to Indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 10 of 167 7 .1.1.8. The Contractor agrees and represents that it possesses the requisite qualifications and skills to perform the Work and that the Work shall be executed in a good and workmanlike manner, free from defects, and that all materials shall be new and approved by or acceptable to City, except as otherwise expressly provided for in the Contract Documents. The Contractor shall cause all materials and other parts of the Work to be readily available as and when required or needed for or in connection with the construction, furnishing and equipping of the Project. 7 .2. No recovery for changed marlcet conditions, 7 .2.1. In entering into the Contract, Contractor represents and warrants that it has accounted for any and all Inflation-related events, recession, labor or material shortages, supply chain disruptions, delivery lead time, or price increases that may be caused by local and or national conditions, whether known or unknown at the time of entering into the Contract (the 11 Market Conditions"). Contractor further specifically represents and warrants that it has considered all Impacts and potential impacts, including any current and future supply chain disruptions and labor shortages, associated with the following events: (I) worldwide pandemics including, but not limited to, COVID-19 and Monkey Pox (the "Pandemics 0) and (2) the current military conflict involving Russia and the Ukraine (the "Ukraine Military Conflict"). Contractor also represents and warrants that in determining time requirements for procurement. installation, and construction completion, Contractor has taken into account the impacts of Market Conditions, the Pandemics, and the Ukraine Military Conflict, and has included all of those factors in the Construction Schedule and Contract Sum. 7 .2.2. Contractor shall not seek any price increases or time extensions relating to or arising from the Impacts of any Market Conditions, the Pandemics or Ukraine Military Conflict. 7 .2.3. The City shall not make any adjustment in the Contract Sum or grant an extension to the Contract Time in connection with any failure by the Contractor to comply with the requirements of this Section. 7 .3. Contractor warrants the following: 7.3.1. Anti-Discrimination. Contractor agrees that it will not discriminate against any employees or applicants for employment or against persons for any other benefit or service under this Contract because of race, color, religion, sex, national origin, or physical or mental handicap where the handicap does not affect the ability of an individual to perform in a position of employment, and agrees to abide by all federal and state laws regarding non-discrimination. 7 .3.2. Anti-Kiclcbaclc. Contractor warrants that no person has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, and that no employee or officer of the City has any interest, financially or otherwise, in the Project. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability or, in its discretion, to deduct from the Contract Price or consideration, the full amount of such commission, percentage, brokerage or contingent fee. 7 .3.3. Licensing. Contractor represents that it is a properly qualified and licensed contractor In good standing within the jurisdiction within which the Project Is located. Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required licenses from the federal, state, Miami-Dade County, City, or other governmental or regulatory entity. Contractor acknowledges that It Is the obligation of Contractor to obtain all licenses required for this Project, including City building permits. Prior to commencement of the Work, the Contractor shall provide the City with copies of all required licenses. 7 .3.4. Permits. Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required permits from the federal, state, Miami-Dade County, City, or other governmental or regulatory entity with jurisdiction over the site that are necessary to perform the Work. Contractor acknowledges that It is the obligation of Contractor to obtain all permits required for this Project, Including City building permits. Prior to commencement of the Work, the 11 of 167 Contractor shall provide the City with copies of all required permits. City building permit fees may be waived for this Project. If permits are required by any other governing body or agency, the Contractor shall be obligated to pay the fees. 7.4. Defective Worlc; Warranty and Guarantee. 7 .4.1. City shall have the authority to reject or disapprove Work which the City finds to be defective. If required by the City, Contractor shall promptly either correct all defective Work or remove such defective Work and replace it with non-defective Work. Contractor shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 7 .4.2. Should Contractor fail or refuse to remove or correct any defective Work or to make any necessary repairs In accordance with the requirements of the Contract Documents within the time indicated in writing by the City or its designee, City shall have the authority to cause the defective Work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 7 .4.3. The Contractor shall unconditionally warrant and guarantee all labor, materials and equipment furnished and Work performed for a period of three (3) years from the date of Substantial Completion. If, within three (3) years after the date of substantial completion, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor, after receipt of written notice from City, shall promptly correct such defective or nonconforming Work within the time specified by City without cost to City. Should the manufacturer of any materials and equipment furnished provide for a longer warranty, then the Contractor shall transfer such warranty to the City prior to Final Completion. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to any claim regarding latent defects. Contractor shall provide and assign to City all material and equipment warranties upon completion of the Work hereunder. 7 .4.4. Failure to reject any defective Work or material shall not in any way prevent later rejection when such defect is discovered. 8. DEFAULT, TERMINATION. AND SUSPENSION; REMEDIES 8.1. Termination for Cause. If Contractor fails to timely begin the Work, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to ensure the prompt completion of the Work within the Contract Time or Final Completion Time as specified in Section 2, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if the Contractor shall fall to perform any material term set forth in the Contract Documents or if Contractor shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or Insolvency. or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, City may, upon seven (7) days after sending Contractor a written Notice of Termination, terminate the services of Contractor, exclude Contractor from the Project site, provide for alternate prosecution of the Work, appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable, and may finish the Work by whatever methods it may deem expedient. In such case Contractor shall not be entitled to receive any further payment until the Project Is completed. All damages. costs and charges Incurred by City, together with the costs of completing the Project. shall be deducted from any monies due or which may become due to Contractor. In case the damages and expenses so Incurred by City shall exceed monies due Contractor from City, Contractor shall be liable and shall pay to City the amount of said excess promptly upon demand therefore by City. In the event It Is adjudicated that City was not entitled to terminate the Contract as described hereunder for default, the Contract shall automatically be deemed terminated by City for convenience as described below. 8.2. Termination for Convenience, This Contract may be terminated by the City for convenience upon seven (7) calendar days' written notice to the Contractor. In the event of such a termination, the Contractor shall incur no further obligations in connection with the Project and shall, to the extent possible, terminate any outstanding subcontractor obligations. The Contractor shall be compensated for all services performed to the satisfaction of 12 of 167 the City. In such event, the Contractor shall promptly submit to the City its Application for Payment for final payment which shall comply with the provisions of the Contract Documents. 8.3. Suspension of Contract, This Contract may be suspended for convenience by the City upon seven (7) calendar days• written notice to the Contractor or immediately if suspended in connection with a local or state declaration of emergency. Suspension of the Work will entitle the Contractor to additional Contract Time as a non-compensable, excusable delay. 8.4. Termination Due to Laci< of Funding. This Contract Is subject to the conditions precedent that: (i) City funds are available, appropriated, and budgeted for the Work, the Project. and/or Contract Price; (ii) the City secures and obtains any necessary proceeds, grants, and/or loans for the accomplishment of the Work and/or the Project pursuant to any borrowing legislation adopted by the City Council relative to the Project; and (Iii) City Council enacts legislation which awards and authorizes the execution of this Contract if such is required. 8.5. No Damages for Delay, No claim for damages or any claim, other than for an extension of time shall be made or asserted against City by reason of any delays. Contractor shall not be entitled to an increase In the Contract Price or payment or compensation of any kind from City for direct, Indirect, consequential, impact or other costs, expenses or damages, including but not limited to, costs of acceleration or inefficiency. 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 or whether or not caused by City. Contractor shall be entided only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay. 8.6. Waiver of Consequential Damages. Contractor assumes all risks for the following items, none of which shall be the subject of any Change Order or Claim and none of which shall be compensated for except as they may have been included In the Contractor's Contract Price as provided in the Contract Documents: Loss of any anticipated profits, loss of bonding capacity or capability losses, loss of business opportunities, loss of productivity on this or any other project, loss of interest Income on funds not paid, inefficiencies, costs to prepare a bid, cost to prepare a quote for a change In the Work, costs to prepare, negotiate or prosecute Claims, and loss of projects not bid upon, or any other indirect and consequential costs not listed herein. No compensation shall be made for loss of anticipated profits from any deleted Work. 8. 7. Litigation of Claims. Mediation shall not be required before either party may proceed to litigation. 8.8. Rights and Remedies, The duties and obligations Imposed by the Contract Documents and the rights and remedies available thereunder and In accordance with this Contract shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise Imposed or available by law. 9. CHANGES IN THE WORK 9. I. Change Orders, 9. I . I . Without invalidating the Contract Documents, and without notice to any Surety, the City reserves the right to make Increases, decreases or other changes In the character or quantity of the Work under the Contract Documents as may be considered necessary or desirable to complete the Work In a manner satisfactory to the City. The City reserves the right to order changes, which may result in additions to or reductions from the amount, type or value of the Work shown In the Contract and which are within the general scope of the Contract Documents, and all such changes will be authorized only by a change order ("CO") approved In advance, and issued in accordance with provisions of the Contract Documents. 9 .1.2. For Contractor Initiated change orders, the Contractor Is required to provide the Project Consultant with a detailed Request for Change Order ("RCO") in a form approved by the City, which must include the requested revisions to the Contract, including, but not limited to, adjustments in the Contract Price and/or Contract Time. The Contractor must provide sufficient supporting documentation to demonstrate the reasonableness of the RCO. The City may require Contractor to provide additional data including, but not limited to, a cost breakdown of material costs, labor costs, labor rates by trade, work classifications, and overhead rates to support the RCO. If applicable, the RCO must include any schedule revisions accompanied by an explanation of the cost impact of the proposed change. Failure to include schedule revisions In an RCO 13 of 167 will be deemed as the Contractor's acknowledgement that the changes included in an RCO will not affect the project schedule. 9.1.3. Any modifications to the Contract Work, Contract Time, or Contract Price, must be effectuated through a written CO executed by both parties and, if required by the City Code of Ordinances, approved by the City Council. 9. I .4. In the event a satisfactory adjustment cannot be reached, and a CO has not been issued, given that time is of the essence, the City reserves the right, at its sole option, to direct the Contractor to proceed on a time and materials basis or make such arrangements as may be deemed necessary to complete the proposed additional Work at the unit prices provided in the Contract Documents. Where the City directs the Contractor to proceed on a time and materials basis, the City shall impose a maximum not-to-exceed amount and the Contractor must maintain detailed records of all labor and material costs Including but not limited to payroll records and material receipts. Contractor must demonstrate its costs with sufficient evidence to be entitled to compensation from the City. 9.2. Continuing the Worl<. Contractor must continue to perform all Work under the Contract Documents during all disputes or disagreements with City, including disputes or disagreements concerning an RCO. Contractor shall not delay any Work pending resolution of any disputes or disagreements. I 0. MISCELLANEOUS I 0.1. No Assignment, Neither party shall assign the Contract or any sub-contract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the City Manager. I 0.2. Contractor's Responsibility for Damages and Accidents. I 0.2.1. Contractor shall accept full responsibility for the Work against all loss or damage of any nature sustained until final acceptance by City and shall promptly repair any damage done from any cause. I 0.2.2. Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by City, Contractor shall replace same without cost to City. I 0.3. Governing Law. This Contract shall be construed In accordance with and governed by the laws of the State of Florida. Venue for any litigation arising out of this Contract shall be proper exclusively in Miami-Dade County, Florida. I 0.4. Waiver of lury Trial. CITY AND CONTRACTOR KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND INTENTIONALLY WAIVE ANY RIGHT EITHER MAY HAVE TO A TRIAL BY JURY IN STATE AND OR FEDERAL COURT PROCEEDINGS IN RESPECT TO ANY ACTION, PROCEEDING, LAWSUIT OR COUNTERCLAIM BASED UPON THE CONTRACT FOR CONSTRUCTION, ARISING OUT OF, UNDER, OR IN CONNECTION WITH THE CONSTRUCTION OF THE WORK, OR ANY COURSE OF CONDUCT, COURSE OF DEALING, STATEMENTS OR ACTIONS OR INACTIONS Of ANY PARTY. I 0.5. Prevailing Party; Attorneys' Fees. In the event of any controversy, claim, dispute or litigation between the parties arising from or relating to this Contract (including, but not limited to, the enforcement of any indemnity provisions), the prevailing party shall be entitled to recover from the non-prevailing party all reasonable costs, expenses, paralegals' fees, experts' fees and attorneys' fees including, but not limited to, court costs and other expenses through all trial and appellate levels. In addition, the prevailing party shall be entitled to recover from the non-prevailing party all litigation costs associated with discovery, processing, management, hosting, and production of electronically stored information (ESI). I 0.6. Compliance with Laws, The Contractor shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Services under this Agreement. and in particular shall obtain all required permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense. Any mandatory clauses which are required by applicable law shall be deemed to be Incorporated herein. I 0.7. Examination and Retention of Contractor's Records, 14 of 167 IO. 7. I. The City or any of its duly authorized representatives shall, for five (5) years after final payment under this Contract, have access to and the right to examine any of the Contractor's books, ledgers, documents, papers, or other records involving transactions related to this Contract for the purpose of making audit, examination, excerpts, and transcriptions. In addition, the Contractor agrees to comply specifically with the provisions of Section 119.070 I, Florida Statutes. I 0. 7 .2. The Contractor agrees to include in any subcontractor contracts for this Project corresponding provisions for the benefit of City providing for retention and audit of records. I 0. 7 .3. The right to access and examination of records stated herein and in any subcontracts shall survive termination or expiration of this Contract and continue until disposition of any mediation, claims, litigation or appeals related to this Project. IO. 7 .4. The City may cancel and terminate this Contract immediately for refusal by the Contractor to allow access by the City Manager or designees to any Records pertaining to work performed under this Contact that are subject to the provisions of Chapter 119, Florida Statutes. I 0.8. Authorized Representative. I 0.8.1. Before commencing the Work, Contractor shall designate a skilled and competent authorized supervisor and representative ("Authorized Representative") acceptable to City to represent and act for Contractor and shall Inform City, in writing, of the name and address of such representative together with a clear definition of the scope of his authority to represent and act for Contractor. Contractor shall keep City Informed of any subsequent changes in the foregoing. Such representative shall be present or duly represented at the Project site at all times when Work is actually in progress. All notices, determinations, Instructions and other communications given to the authorized representatives of Contractor shall be binding upon the Contractor. I 0.8.2. The Authorized Representative, project managers, superintendents and supervisors for the Project are all subject to prior and continuous approval of the City. If, at any time during the term of this Contract, any of the personnel either functionally or nominally performing any of the positions named above, are, for any reasonable cause whatsoever, unacceptable to the City, Contractor shall replace the unacceptable personnel with personnel acceptable to the City. 10.9. ~Contractor shall pay all taxes, levies, duties and assessments of every nature which may be applicable to any Work under this Contract. The Contract Price and any agreed variations thereof shall include all taxes Imposed by law at the time of this Contract. Contractor shall make any and all payroll deductions required by law. Contractor herein indemnifies and holds the City harmless from any liability on account of any and all such taxes, levies, duties and assessments. I 0.10. Utilities. Contractor shall, at its expense, arrange for, develop and maintain all utilities at the Project to perform the Work and meet the requirements of this Contract. Such utilities shall be furnished by Contractor at no additional cost to City. Prior to final acceptance of the Work, Contractor shall, at Its expense, satisfactorily remove and dispose of all temporary utllides developed to meet the requirements of this Contract. I 0.1 I. ~ Contractor shall be fully and solely responsible for safety and conducting all operations under this Contract at all times in such a manner as to avoid the risk of bodily harm to persons and damage to property and in full compliance with Occupational Safety and Health Act requirements and all other similar applicable safety laws or codes. Contractor shall continually and diligently inspect all Work, materials and equipment to discover any conditions which might involve such risks and shall be solely responsible for discovery and correction of any such conditions. Contractor shall have sole responsibility for implementing its safety program. City shall not be responsible for supervising the implementation of Contractor's safety program, and shall not have responsibility for the safety of Contractor's or its subcontractor's employees. Contractor shall maintain all portions of the Project site and Work in a neat, clean and sanitary condition at all times. Contractor shall assure that subcontractors performing Work comply with the foregoing safety requirements. I 0.12. Cleaning Up. Contractor shall, at all times, at Its expense, keep Its Work areas in a neat. clean and safe condition. Upon completion of any portion of the Work, Contractor shall promptly remove all of Its equipment, construction materials, temporary structures and surplus materials not to be used at or near the same location IS of 167 during later stages of Work. Upon completion of the Work and before flnal payment is made, Contractor shall, at Its expense, satisfactorily dispose of all rubbish, unused materials and other equipment and materials belonging to it or used in the performance of the Work and Contractor shall leave the Project in a neat, clean and safe condition. In the event of Contractor's failure to comply with the foregoing, the same may be accompllshed by City at Contractor's expense. I 0.13. Liens. Contractor shall not permit any mechanic's, laborer's or materialmen's lien to be flied against the Project site or any part thereof by reason of any Work, labor, services or materials supplied or claimed to have been supplied to the Project. In the event such a lien is found or claimed against the Project. Contractor shall within ten ( I 0) days after notice of the lien discharge the lien or liens and cause a satisfaction of such lien to be recorded in the public records of Miami-Dade County, Florida, or cause such lien to be transferred to a bond, or post a bond sufficient to cause the Clerk of the Circuit Court of Miami-Dade County, Florida, to discharge such lien pursuant to Chapter 7 I 3.24, F.S. In the event Contractor fails to so discharge or bond the lien or liens within such period as required above, City shall thereafter have the right, but not the obligation, to discharge or bond the lien or liens. Additionally, City shall thereafter have the right, but not the obligation, to retain out of any payment then due or to become due Contractor, one hundred fifty percent ( I 50%) of the amount of the lien and to pay City 1s reasonable attorneys' fees and costs Incurred in connection therewith. I 0.14. Public Entity Crimes Affidayit. Contractor shall comply with Section 287.133, Florida Statutes, and (Public Entity Crimes Statute) notification of which Is hereby incorporated herein by reference, including execution of any required affidavit. I 0.15. Independent Contractor. The Contractor Is an Independent contractor under the Contract. This Contract does not create any partnership nor joint venture. Services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures, applicable to services rendered under the Contract shall be those of the Contractor. I 0.16. Notices/Authorized Representatives. Any notices required by this Contract shall be in writing and shall be deemed to have been properly given If transmitted by hand-delivery, by registered or certified mall with postage prepaid return receipt requested, or by a private postal service, addressed to the parties (or their successors) at the addresses listed on the signature page of this Contract or such other address as the party may have designated by proper notice. 10.17. Ownership and Access to Records and Audits. I 0.17. I. Contractor acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the City which are conceived, developed or made by Contractor during the term of this Contract CUWork Product") belong to the City. Contractor shall promptly disclose such Work Product to the City and perform all actions reasonably requested by the City (whether during or after the term of this Contract) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). I 0.17 .2. Contractor agrees to keep and maintain public records in Contractor's possession or control in connection with Contractor's performance under this Contract. The City Manager or her designee shall, during the term of this Contract and for a period of five (5) years from the date of termination of this Contract, have access to and the right to examine and audit any records of the Contractor Involving transactions related to this Contract. Contractor additionally agrees to comply specifically with the provisions of Section I 19 .070 I, Florida Statutes. Contractor shall 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, and following completion of the Contract until the records are transferred to the City. I 0.17 .3. Upon request from the City's custodian of public records, Contractor shall provide the City 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 by Chapter 119, Florida Statutes, or as otherwise provided by law. 16 of 167 I 0.17.4. Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Contract are and shall remain the property of the City. I 0.17 .S. Upon completion of this Contract or in the event of termination by either party, any and all public records relating to the Contract In the possession of the Contractor shall be delivered by the Contractor to the City Manager, at no cost to the City, within seven (7) days. All such records stored electronically by Contractor shall be delivered to the City In a format that Is compatible with the City's information technology systems. Once the public records have been delivered upon completion or termination of this Contract, the Contractor shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. I 0.17 .6. Any compensation due to Contractor shall be withheld until all records are received as provided herein. I 0.17.7. Contractor's failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Contract by the City. I 0.17 .8. Notice Pursuant to Section 119.070 I (l)(il). Florida Statutes. IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Custodian of Records: Mailing address: Telephone number: Email: Nlcenga "Nikki" Payne, CMC, FCRM 6130 Sunset Drive South Miami, FL 33143 305-663-6340 NPayne@southmiamifl.gov I 0.18. E-Verify Affidayit. In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity's participation/enrollment In E-Verify, please visit: https://www.e-verify.gov/fag/how-do-i-provide-proof-of-mY.= participationenrollment-jn-e-verjfy. By entering Into this Agreement, the Contractor acknowledges that It has read Section 448.095, Florida Statutes; will comply with the E-Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-Verify affidavits from subcontractors: and has executed the required affidavit attached hereto and incorporated herein. 11. SPECIAL CONDITIONS The following provisions in this Section IO supersede any other provisions contained in this Contract only to the extent of any conflict with same. These provisions are particular to a given transaction and are transaction specific: I 1.1. Unsatisfactory Personnel. I I . I . I . Contractor must at all times enforce strict discipline and good order among its employees and subcontractors at the Project(s) site(s) and must not employ on any Work any unfit person or anyone not skilled in the Work to which they are assigned. I 1.1.2. The City may make written request to the Contractor for the prompt removal and replacement of any personnel employed or retained by the Contractor, or any or Subcontractor engaged by the Contractor to provide and perform services or Work pursuant to the requirements of the Contract Documents. The Contractor must respond to the City within five (5) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. The City will make the final determination as to the removal of unsatisfactory personnel from the Work. The Contractor 17 of 167 agrees that the removal of any of such indivldual(s) does not require the termination or demotion of said individual(s). 11.2. Hours of Worl<. Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of Work and Contractor's general operations. Contractor shall conduct its operations so as not to Interfere with or close any thoroughfare, without the written consent of the City or governing jurisdiction. Work is anticipated to be performed Monday through Friday in accordance with the requirements and limitations of applicable law Including, without limitation, the City Code of Ordinances. The Contractor shall not perform Work beyond the time and days provided above without the prior written approval of the City. 11.3. Maintenance of Traffic. Whenever required by the scope of Work, by federal, state, or local law, or requested by the City to protect the public health, safety, and welfare, a Maintenance of Traffic ("MOT") must be performed in accordance with the applicable FOOT Index Numbers (600 Series) and as further stated herein. The manual on Uniform Traffic Control Devises for Streets and Highways (U.S. Department of Transportation, FHWA), must be followed in the design, application, installation, maintenance and removal of all traffic control devices, warning devices and barriers necessary to protect the public and workmen from hazards with the Project limits. Pedestrian and vehicular traffic must be maintained and protected at all times. Prior to commencement of the Work, Contractor must provide the City with a proposed MOT plan for review. The City may require revisions to the proposed MOT plan. The MOT plan must be updated by the Contractor every two weeks. Failure to provide an MOT plan may result in the issuance of a stop work order. The Contractor will not be entitled to additional Contract Time for delays resulting from Its failure to provide the required MOT plan. I 1.4. Royalties and Patents, All fees, royalties, and claims for any Invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the Work or appurtenances, are hereby included In the prices stipulated In the Contract for said Work. I 1.5. Substitutions. Substitution of any specified material or equipment requires the prior written acceptance of the Project Consultant. It Is the sole responsibility of the Contractor to provide sufficient information and documentation to the Project Consultant to allow for a thorough review and determination on the acceptability of the substitution. Approval of a substitution does not waive or mitigate the Contractor's responsibility to meet the requirements of the Contract Documents. The City may require an adjustment in price based on any proposed substitution. 11.6. Severe Weather Preparedness. During such periods of time as are designated by the United States Weather Bureau or Miami-Dade County as being a severe weather event, including a hurricane watch or warning, the Contractor, at no cost to the City, must take all precautions necessary to secure any Work in response to all threatened storm events, regardless of whether the Contractor has been given notice of same, in accordance with the Miami-Dade County Code. Compliance with any specific severe weather event or alert precautions will not constitute additional work. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension. will entitle the Contractor to additional Contract Time as non-compensable. excusable delay. 11.7. American Rescue Plan Act Contract Conditions. The Contractor acknowledges that the Work may be fully or partially funded utilizing Coronavlrus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act ("ARPA"). Towards that end, the Contractor shall be required to comply with all laws, rules. regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in the ARPA Contract Conditions. If compliance with the ARPA Addendum is required, the City shall select this box: □. I 1.8. Grant Funding. The Contractor acknowledges that the Work may be fully or partially funded utilizing funds from the grants listed below (each a .. Grant"). Accordingly. the Contractor warrants and represents that it has reviewed the terms and conditions for each Grant and will perform the Work in accordance with the terms and conditions of the Grant. If the Work will be funded utilizing Grant funds, the City shall select this box: 181. 18 of 167 Grant Title STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) Grant Agreement Exhibit EXHIBIT A (City's 1TB) If the Work will be funded utilizing Grant funds, the City shall select this box:0. 11.9. DBE Contract Assurance. I I . 9. I • The City affirms it has encouraged women-owned, minority-owned, and disadvantaged businesses of the Project and be responsive to the opportunity of the award of this Contract. 11.9.2. Contractor, or any subcontractor performing Work under this Contract, shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. Contractor shall carry out all applicable requirements of 49 CFE Part 26 in the award and administration of this Contract. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the City deems appropriate. 11.1 O. Scrutinized Companies. 11.10.1. Contractor certlfles that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor or its subcontractors are found to have submitted a false certification; or if the Contractor, or Its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. I I . I 0.2. If this Agreement is for more than one million dollars, the Contractor certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities In the Iran Petroleum Energy Sector List. or engaged with business operations in Cuba or Syria as Identified in Section 287.135, F.S. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor, Its affiliates, or Its subcontractors are found to have submitted a false certification; or If the Contractor, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. I I • I 0.3. The Contractor agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Agreement. I 1.1 0.4. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. 19of167 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year as first stated above. CITY OF S UTH MIAMI By: --J.+-1-------~.-+---1 Genaro "Ch p" Iglesias City Manager Attest: Approved as to form and legal sufficiency: By:~,.£..\~=~~~=----- Weiss Serota H elfman City Attorney Addresses for Notice: Genaro "Chip" Igl esias City of South Miami Attn: City Manager 613 0 Sunset Drive South Miam i, FL 33143 305-668-25 IO (telephone) 305-663-6345 (facsimile) chlp@southmlamifl.gov (email) With a copy to: Weiss Serota H elfman Cole & Bierman, P.L. Attn: LIiiian Arango, Esq. City of South Miami Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 larango@wsh -law.com ( email) By:---'-----,;,\::::-~---;-;--,---- Name: --::==~=->__....,=--"t----=,;;;:....'5J_~-"---_l)..,_l..~•,,,...,..,=-z._- Tltle: __ \---"'-'-) ,_r-,;.,------- Entlty: -tuc ~n9 ln ea '2. \ n{=:t~C... Address es for Notice: 2222 NW 14 Street Miami , FL 33125 305/615-1898 luis@atcflorida.net ___________ r,emall) Wit h a copy to: ___________ (telephone) __________ (email) 20 of 167 ATTACHMENT A DECLARATION/AFFIDAVIT OF REPRESENTATION This Affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid the need to. register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14- 2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation, selection, technical review, or similar committee, must list on an affidavit provided by the City staff, all individuals who may make a presentation. The Affidavit must be filed by with the City Clerk's office at the time the a bid or proposal is sµbmltted to the City. For the purpose of thls solicitation only, the members listed for the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. No person may appear before any committee on behalf of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this Affidavit or unless he or she • registered with the City Clerk's qfflce as a lobbyist and has paid all applicable lobbyist registratlf n f~e Pursuant to Section 92.525(2), Florida Statutes, the undersigned,J-ul ~ makes the following declaration under penalties of perjury: Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents. NAME l \.As. -go~ 'tt \ ")ua.:~ Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated in it are true and specifically, that the persons listed above are the members of the presentation team of the entity listed below. 21 of 167 Page 1 of 28 CONTRACT FOR CONSTRUCTION THIS CONTRACT FOR CONSTRUCTION (this “Contract”) is made this day of , 2024 (the “Effective Date”) by and between the CITY OF SOUTH MIAMI, FLORIDA, a Florida municipal corporation, (the “City”), and ATC ENGINEERING INC., a Florida Profit Corporation (the “Contractor”). WHEREAS,the City desires to construct Phase 1 of a new sanitary sewer system to the proposed Dante Fascell community building that will also provide connection to forty three (43) residential properties within Sub-Area K, and which will also allow for future connections to the remaining one hundred and sixty two (162) properties located within Sub-Area K (the “Project”); and WHEREAS, the City issued Invitation to Bid No. PW2023-17 (the “ITB”) for construction of the Project, which ITB is incorporated herein by reference and made a part hereof as Exhibit“A”; and WHEREAS,in response to the City’s ITB, the Contractor submitted a bid for the Project (“Bid”), which Bid is incorporated herein by reference and made a part hereof as Exhibit “B”; and WHEREAS, Contractor submitted the lowest, responsive and responsible bid in the amount of $2,214,032.32 in response to the ITB and was selected and awarded this Contract pursuant to Resolution No. for performance of the Work (as hereinafter defined); and WHEREAS, Contractor has represented to the City that it possesses the necessary qualifications, experience and abilities to perform the Work or the Project, and has agreed to provide the Work on the terms and conditions set forth in this Contract. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Contractor and the City agree as follows: 1. SCOPE OF WORK 1.1. Scope of Work.Contractor hereby agrees to furnish all of the labor, materials, equipment, services and incidentals necessary to perform all of the work described in the Contract Documents (the “Work” or the “Project”) including, without limitation as described in the approved plans, drawings and/or specifications prepared by SRS Engineering (the “Project Consultant”) attached hereto as Exhibit “C” (the “Plans”) and any other documents incorporated herein by reference and made a part of this Contract for the following Project: SANITARY SEWER CONSTRUCTION AREA K – PHASE I 1.2. Pre-Construction Conference.Within fourteen (14) calendar days after this Contract is executed by both parties, and before any Work has commenced, a pre-construction conference will be held between the City, the Contractor, and the Project Consultant. The Contractor must submit its project schedule and schedule of values, if applicable, prior to this conference. 7 Page 2 of 28 1.3. Project Schedule.Contractor must submit a proposed Project Schedule as follows: 1.3.1.Schedule must identify the schedule for each location comprising the Project. The proposed Project schedule must be submitted within ten (10) calendar days from the date this Contract is executed by both parties for the review and approval of the Project Consultant or Cityas applicable. This initial schedule shall establish the baseline schedule for the Project. 1.3.2.All updates of schedules must be tracked against the baseline schedule and must be at a minimum submitted with each pay application. An updated schedule tracked against the baseline must also be submitted upon execution of each Change Order that impacts the Contract Time. Failure to submit such schedules will result in the rejection of any submitted payment application. 1.3.3.All Project Schedules must be prepared in Microsoft Project or approved equal by the City. At the time of submission of schedules, Contractor must submit a hard copy as well as an electronic version. Electronic versions must not be submitted in a .pdf format. 1.4. Records. 1.4.1. As-Built Drawings. During the Work, Contractor must maintain records of all deviations from the Drawings as approved by the Project Consultant and prepare two copies of As-Built Record Drawings showing correctly and accurately all changes and deviations made during construction to reflect the Work as it was actually constructed. It is the responsibility of the Contractor to check the As-Built Drawings for errors and omissions prior to submittal to the Cityand to certify in writing that the As-Built Record Drawings are correct and accurate, including the actual location of all infrastructure, internal piping, and electrical/signal conduits in or below the concrete floor (indicating the size, depth, and voltage in each conduit). To record actual construction, Contractor must legibly mark on-site structures and site Work as follows: 1.4.1.1. Depths of various elements of foundation in relation to finish first floor datum. 1.4.1.2. All underground piping and ductwork with elevations and dimensions and locations of valves, pull boxes, etc. Changes in location. Horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. Actual installed pipe material, class, etc. 1.4.1.3. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. Air conditioning ducts with locations of dampers, access doors, fans and other items needing periodic maintenance. 1.4.1.4. Field changes in dimensions and details. 1.4.1.5. Changes made by Project Consultant’s written instructions or by Change Order. 1.4.1.6. Details not on original Contract Drawings. 1.4.1.7. Equipment, conduit, electrical panel locations. 1.4.1.8. Project Consultant’s schedule changes according to Contractor’s records and shop drawings. 1.4.1.9. Specifications and Addenda: Legibly mark each section to record: 8 Page 3 of 28 1.4.1.9.1. Manufacturer, trade name, catalog number and Supplier of each product and item of equipment actually installed. 1.4.1.9.2. Changes made by Project Consultant’s written instructions or by Change Order. 1.4.1.10. Approved Shop Drawings: Provide record copies for each process, equipment, piping, electrical system and instrumentation system. 1.4.1.10.1. As-built documents must be updated monthly as a condition precedent to payment. A final survey signed and sealed by a surveyor must be provided to the City at no additional cost, including digital l (CAD and PDF) versions. 1.4.1.10.2. For construction of new building, or building additions, field improvements, and or roadway improvements, as-built drawings must be signed and sealed by a Florida Licensed Registered Land Surveyor. 1.4.2. Record Set. Contractor must maintain in a safe place one record copy and one permit set of the Contract Documents, including, but not limited to, all Drawings, Specifications, amendments, COs, RFIs, and field directives, as well as all written interpretations and clarifications issued by the Project Consultant, in good order and annotated to show all changes made during construction. The record documents must be continuously updated by Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from COs and/or field directives as well as all written interpretations and clarifications, and all concealed and buried installations of piping, conduit and utility services. Contractor must certify the accuracy of the updated record documents. The record documents must be clean, and all changes, corrections and dimensions must be given in a neat and legible manner in red. Upon Final Completion and as a condition precedent to Contractor’s entitlement to final payment, the Record Set must be delivered to the Project Consultant by the Contractor. The Record Set of Drawing must be submitted in both hard copy and as electronic plot files. 1.4.3. Construction Photographs.Prior to commencement of the Work the Contractor must take digital photographs and color audio-video recording to document existing conditions and submit copies in an acceptable format to the City. Contractor must submit with each application for payment photographs that accurately reflect the progress of all aspects of the Work. The number of photographs to be taken will be based on the magnitude of the Work being performed. Contractor must submit one copy of each photograph in print and digitally. The photographs must be printed on 8” X 10” high resolution glossy commercial grade and weight color photographic print paper or in a format acceptable to the City. Each photograph must be imprinted on its face with the title of the Project, the date, and time the picture was taken. Digital photographs must be taken using .jpeg format and will be submitted through a file-sharing site (such as Dropbox) or on a CD-ROM or flash drive clearly identifying the name of the Project, the name of the Contractor, and the timeframe in which the pictures were taken. Initial set up prints will be submitted in a three-ring binder with each picture protected by a clear plastic sleeve. Subsequent prints are to be submitted in clear plastic sleeves that can be added to the binder. The three-ring binder must be of such size to be able to hold all print pictures. 9 Page 4 of 28 1.5. Staging Site. 1.5.1.The Contractor is solely responsible for making all arrangements for any staging site(s) that may be necessary for the performance of the Work and the Contractor is responsible for all site security, including any fencing of the site, and any loss, damage or theft to its equipment and materials. Any fencing of the Staging Site is subject to the prior written approval of the City. 1.5.2.The City at its sole discretion may make a staging site available for use by the Contractor. If such site is made available by the City, the City assumes no responsibility or liability for the equipment or materials stored on the site, and the Contractor will be solely responsible for any loss, damage or theft to its equipment and materials. The Contractor must restore the site to its pre-existing condition prior to the Contractor’s use of the site. 1.5.3.The Contractor may be required to provide or may choose to use an office trailerfor the duration of the Project. The Contractor must have the prior written approval of the City as to the use of any office trailer and the placement location for the office trailer. The Contractor must obtain all required permits from the appropriate regulatory agencies. 1.5.4.No parking is permitted in the City and/or at a City provided staging site except in accordance with the City Code and with the prior written approval of the City. 1.6. Purchase and Delivery, Storage and Installation.All materials must be F.O.B. delivered and included in the cost of the Work. The Contractor is solely responsible for the purchase, delivery, off-loading and installation of all equipment and material(s). Contractor must make all arrangement for delivery. Contractor is liable for replacing any damaged equipment or material(s) and filing any and all claims with suppliers. All transportation must comply with all federal, state (including FDOT), Miami-Dade County, and local laws, rules and regulations. No materials will be stored on- site without the prior written approval of the City. 1.7. Approval of Subcontractors.For any scope of the Work in which theContractor will utilize a subcontractor, the Contractor may only retain or utilize the services of the particular subcontractor with the prior written approval of the CityManager, which approval may be granted or withheld in the CityManager’s sole and absolute discretion. The Contractor shall provide at least fourteen (14) days’ notice to the City Manager and the Project Consultant of its intent to retain or utilize a subcontractor. 1.8. Project Signage.Contractor must furnish and install two (2) Project signs at the Project Site in accordance with the requirements of the City Code and/or as provided by the Project Consultant or the Cityas applicable. 2. CONTRACT TIME 2.1.Contractor shall be instructed to commence the Work by written instructions in the form of a Notice to Proceed providing a commencement date and issued by the City Manager or designee. The Notice to Proceed will not be issued until Contractor's submission to City of all required documents and after execution of this Contract. 2.2.Time is of the essence throughout this Contract. The Contractor shall prosecute the Work with faithfulness and diligence and the Work shall be substantially completed within 270 calendar days from the date specified in the Notice to Proceed (“Contract Time”).Substantial 10 Page 5 of 28 Completion shall be defined for this purpose as the date on which City receives beneficial use of the Project. The Work shall be fully completed in accordance with the Contract Documents within [INSERT FINAL COMPLETION TIME]calendar days from the date specified in the Notice to Proceed (“Final Completion Time”). The Final Completion date is defined as the date determined by the City when all Work, including punch list items, has been completed in accordance with the Contract Documents and Contractor has delivered to City all documentation required herein. 2.3.Upon failure of Contractor to substantially complete the Work as defined in this Contract within the Contract Time, Contractor shall pay to Citythe sum of $2,650 for each calendar day after the expiration of the Contract Time that the Contractor fails to achieve Substantial Completion up until the date that the Contractor achieves Substantial Completion. Upon failure of Contractor to fully complete the Work and achieve Final Completion within the Final Completion Time, Contractor shall pay to City the sum of $2,650 for each calendar day after expiration of the Final Completion Time that the Contractor fails to achieve Final Completion up until the date that the Contractor achieves Final Completion. These amounts are not penalties but are liquidated damages payable by Contractor to City for the failure to provide full beneficial occupancy and use of the Project as required. Liquidated damages are hereby fixed and agreed upon between the parties who hereby acknowledge the difficulty of determining the amount of damages that will be sustained by Cityas a consequence of Contractor’s delay and failure of Contractor to complete the Work on time. The above-stated liquidated damages shall apply separately to each phase of the Project for which a time for completion is given. 2.4.City is authorized to deduct the liquidated damages from monies due to Contractor for the Work under this Contract. In case the liquidated damage amount due to Cityby Contractor exceeds monies due Contractor from City, Contractor shall be liable and shall immediately upon demand by Citypay to City the amount of said excess. 3. CONTRACT PRICE AND PAYMENT PROCEDURES 3.1. Guaranteed Maximum Price.The City shall pay the Contractor an amount not to exceed $2,214,032.32 for the performance of the Work in accordance with the line items and unit prices included in Exhibit “B” (the “Contract Price”). The Contract Price shall be full compensation for all services, labor, materials, equipment, and costs, including overhead and profit, associated with completion of all the Work in full conformity with the Contract Documents and adjusted only by written change orders signed by both parties and approved as required by local law. The Contract Price shall include all applicable sales taxes as required by law. 3.2. Schedule of Values.The Contractor must submit two copies of schedule of values within ten (10) calendar days from the date this Contract is executed by both parties. The schedule of values shall indicate a complete breakdown of labor and material of all categories of Work on the Project. Contractor’s overhead and profit must be listed as separate line items. Each line item must be identified with the number and title of the major specification section or major components of the items. The Project Consultant or City as applicable may require further breakdown after review of the Contractor’s submittal. The Cityreserves the right to require such information from the Contractor as may be necessary to determine the accuracy of the schedule of values. The combined total value for mobilization under the Schedule of Values shall not exceed 5% of the value of the Contract. The accepted Schedule of Values must be incorporated 11 Page 6 of 28 into the Contractor’s payment application form. The Contractor guarantees that each individual line item contained in theschedule of values submitted as part of a competitive solicitation shall not be increased without written approval by the City Manager. 3.3. Payment Application Procedures.City shall make progress payments, deducting the amount from the Contract Price above on the basis of Contractor’s Applications for Payment on or before twenty (20) days after receipt of the Pay Application. Rejection of a Pay Application by the City shall be within twenty (20) days after receipt of the Pay Application. Any rejection shall specify the applicable deficiency and necessary corrective action. Any undisputed portion shall be paid as specified above.All such payments will be made in accordance with the Schedule of Values established in the Contract Documents or, in the event there is no Schedule of Values, as otherwise provided in the Contract Documents. In the event the Contract Documents do not provide a Schedule of Values or other payment schedule, Applications for Payment shall be submitted monthly by Contractor on or before the 10th of each month for the prior month to the Project Consultant. Progress payments shall be made in an amount equal to the percentage of Work completed as determined by the City or City’s Project Consultant, but, in each case, less the aggregate of payments previously made and less such amounts as City shall determine or City may withhold taking into account the aggregate of payments made and the percentage of Project completion in accordance with the Contract Documents and Schedule of Values, if any. The Contractor agrees that five percent (5%) of the amount due for each progress payment or Pay Application (the “Retainage”) shall be retained by Cityuntil final completion and acceptance of the Work by City. In the event there is a dispute between Contractor and City concerning a Pay Application, dispute resolution procedures shall be conducted by City commencing within 45 days of receipt of the disputed Payment Application. The City shall reach a conclusion within 15 days thereafter and promptly notify Contractor of the outcome, including payment, if applicable. 3.4. Progress Payment Applications.Each progress payment application submitted to the City must include: 3.4.1.A sworn and certified progress paymentaffidavit indicating that all laborers, material suppliers, and subcontractors dealing with the Contractor were paid in full as it relates to all Work performed up to the time of the request for payment; 3.4.2.Partial conditional releases or waivers of lien by the Contractor, material suppliers, subcontractors, and any lienors serving a Notice to the City and evidence of proof of payment of any indebtedness incurred with respect to the Work of the Contractor as may be required by the City; 3.4.3.Evidence that all Work was fully performed as required by the Contract Documents up to the time of the request for payment and that the Work was inspected and accepted by the City and any other governmental authorities required to inspect the Work; and 3.4.4.An updated Project schedule, including a two-week look-ahead schedule, as approved in writing by the City Manager. 3.4.5.All Buy-Out Savings, including supporting documentation relating to the calculation of the Buy-Out Savings. 12 Page 7 of 28 3.5. Final Payment.Upon Final Completion of the Work by Contractor in accordance with the Contract Documents and acceptance by the City, and upon receipt of consent by any surety, City shall pay the remainder of the Contract Price (including Retainage) as recommended by the City’s Project Consultant and Building Official. Final payment is contingent upon receipt by City from Contractor of: 3.5.1.An affidavit that payrolls, bills for materials, equipment, and other indebtedness were paid in full as it relates to all Work performed under this Contract; 3.5.2.A certificate evidencing that insurance required by the Contract Documents shall remain in effect after final payment is made; 3.5.3.A written statement that the Contractor knows of no reason that the insurance will not be renewable to cover the period required by the Contract Documents; 3.5.4.Documentation of any special warranties, including, but not limited to, any manufactures’ warranties or specific subcontractor warranties; 3.5.5.Evidence that all Punch List items have been fully completed to the satisfaction of the City; 3.5.6.All previously undelivered manufacturer and subcontractor guarantees, warranties, and manuals and documents required by the Contract Documents; 3.5.7.Final releases of lien, waivers of claim, satisfactions of liens or claims, and such other affidavits as may be reasonably required by the City to assure a lien-free and claim-free completion of the Work; 3.5.8.Evidence that the Contractor has fully cleaned and restored the site, including removal of all rubbish and debris; 3.5.9.At least one complete set of as-built plans, reflecting an accurate depiction of Contractor’s Work; 3.5.10..Such other documents necessary to show that the Contractor has complied with all other requirements of the Contract Documents; and 3.5.11.Cost Savings, including supporting documentation used to calculate the Cost Savings. 3.6. Payment Withholding.The City may withhold any payment, including a final payment, for application to such extent as may be necessary, as determined by the City’s Project Consultant, to protect the Cityfrom loss for which the Contractor is responsible in the event that: 3.6.1.The Contractor performs defective Work and such Work has not been corrected, provided that the amount withheld shall be limited to the amount sufficient to cover such defective Work; 3.6.2.A third-party files a claim or lien in connection with the Work or this Contract; 13 Page 8 of 28 3.6.3.The Contractor failsto make payments properly to subcontractors or suppliers for labor, materials, or equipment which has been paid by the City, provided that the amount withheld shall be limited to the amount sufficient to cover such payments to subcontractors or suppliers for labor, materials, or equipment; 3.6.4.The City has reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum; 3.6.5.The Contractor, its employees, subcontractors, or agents have damaged the City; 3.6.6.The City has reasonable evidence that the Work will not be completed within the Contract Time and that the unpaid balance would not be adequate to cover liquidated damages for the anticipated delay; 3.6.7.The Contractor has failed to progress the Work satisfactorily and/or according to the Contract Schedule; 3.6.8.The Contractor has failed to carry out the Work in accordance with the Contract Documents; 3.6.9.The Contractor has failed to provide requisite releases of lien for each payment application in accordance with the Contract Documents; and/or 3.6.10.Any other failure to perform a material obligation contained in the Contract Documents. 3.7. No Waiver of City Rights.The payment of any Application for Payment by the City, including the final request for payment, does not constitute approval or acceptance by the City of any item of the Work reflected in such Application for Payment, nor shall it be construed as a waiver of any of the City ’s rights hereunder or at law or in equity. 3.8. Payment to Sub-Contractors; Certification of Payment to Subcontractors.The term “subcontractor,” as used herein, includes persons or firms furnishing labor, materials or equipment incorporated into or to be incorporated into the Work or Project. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts as a condition precedent to payment to Contractor by the City. The Contractor shall also return all retainage withheld to the subcontractors within 30 days after the subcontractor’s work is satisfactorily complete and accepted by the City. 3.9. Cost Savings and Value Engineering. 3.9.1. Cost Savings. In the event the Contractor rebids or renegotiates with any subcontractor to reduce subcontractor costs for the performance of the Work, then the difference between (i) the sum of the subcontractor costs used to establish the Contract Price, as set forth in the Schedule of Values, and (ii) the sum of the revised subcontractor costs, including any early payment or similar discounts(the “Cost Savings”), shall revert to the City. The Contract Price shall be adjusted in accordance with any Cost Savings through a Change and the Schedule of Values shall also be revised to reflect the new Contract Price. 14 Page 9 of 28 3.9.2. Value Engineering.Contractor shall participate in Value Engineering the Contract Documents with the City and the Project Consultant with the goal of finding acceptable means for reducing the cost of the Work. Upon acceptance by the City of recommendation for Value Engineering, the Contract Documents shall be modified to reflect such changes. All savings in connection with Value Engineering of the Work shall revert to City. 4. CONTRACT DOCUMENTS 4.1.The Contract Documents, which comprise the entire agreement between the City and the Contractor concerning the Work, consist of this Contract for Construction (including any change orders and amendments thereto), the Plans and Specifications attached hereto as Exhibit “C” (the “Plans and Technical Specifications”), the ITB and any Bidding Documents or procurement documents for the Project incorporated herein by reference and made a part hereof as Exhibit “A” , the Contractor’s Bid for the Project (including the Schedule of Bid Items-Pricing) attached hereto as Exhibit “B”, the Bonds (defined herein), Insurance Certificates, the Notice of Award, and the Notice to Proceed, all of which are deemed incorporated into and made a part of this Contract by this reference and govern this Project. 4.2.This Contract incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of these Contract Documents that are not contained herein. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. 4.3.The Contract Documents shall remain the property of the City. The Contractor shall have the right to keep one record set of the Contract Documents upon completion of the Project; however in no circumstances shall the Contractor use, or permit to be used, any or all of such Contract Documents on other projects without the City's prior written authorization. 4.4. Conflicts; Order of Priority.This document without exhibits is referred to as the “Base Contract.” In the event of a conflict between the terms of this Base Agreement and any exhibits or attachments hereto, or any documents incorporated herein by reference, the conflict shall be resolved in the following order of priorities and the more stringent criteria for performance of the Work shall apply: 4.4.1.First Priority: Change Orders with later date taking precedence; 4.4.2.Second Priority: This Base Contract; 4.4.3.Third Priority: Exhibit “C,” the Plans and Technical Specifications; 4.4.4.Fourth Priority: Exhibit “B,” the Bid; and 4.4.5.Fifth Priority: Exhibit “A”, the ITB and Bod Documents; and 4.4.6.Fifth Priority: Contract Documents, excluding this Base Contract and Exhibits listed in this Section. 5. INDEMNIFICATION 5.1.To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless the City, its officers, agents, consultants, and employees, from and against any and 15 Page 10 of 28 all demands, claims, losses, expenses, suits, liabilities, causes of action, judgment or damages, including but not limited to legal fees and costs and through appeal, arising out of, related to, resulting from, or in any way connected with Contractor’s negligence, recklessness, or intentional misconduct in the Contractor’s performance or non-performance of this Contract, Contractor’s obligations, or the Work related to the Contract, including but not limited to by reason of any damage to property, or bodily injury or death incurred or sustained by any person, or to injury to or destruction of tangible property or any other property (other than the Work itself) including the loss of use resulting therefrom, caused in whole or in part by any willful, wanton, or negligent, or grossly negligent acts or omissions of Contractor, any subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by applicable law and regardless of the negligence of any such party.. Additionally, the Contractor shall defend, indemnify, and hold the City harmless from all losses, injuries or damages and wages or overtime compensation due its employees in rendering services pursuant to this Contract, including payment of reasonable attorneys’ fees and costs in the defense of any claim made under the Fair Labor Standards Act, Title VII of the Civil Rights Act of 1964, the Age Discrimination in Employment Act, the Americans with Disabilities Act or any other employment related litigation or worker’s compensation claims under federal, state, or local law. 5.2.The provisions of this section shall survive termination of this Contract. 6. INSURANCE AND BONDS 6.1. Insurance. 6.1.1.Contractor shall secure and maintain throughout the duration of this Contract insurance of such types and in such amounts not less than those specified below as satisfactory to the City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by Bests Rating and qualified to do business in the State of Florida. Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured, no later than ten (10) days after award of this Contract and prior to the execution of this Contract by City and prior to commencing any Work. Each certificate shall include no less than (30) thirty-day advance written notice to Cityprior to cancellation, termination, or material alteration of said policies or insurance. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Contractor’s insurance and shall not contribute to the Contractor’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this Section 6.1. 6.1.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor. The General Aggregate Liability limit (except for Products/Completed Operations) shall be in the amount of $2,000,000. 16 Page 11 of 28 6.1.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Contractor shall be allowed to provide Services pursuant to this Contract who is not covered by Worker’s Compensation insurance. In order for this requirement to be waived, Contractor must provide proof of exemption from such laws. Information regarding eligibility for an exemption from the State of Florida Workers’ Compensation Law is available at: https://www.myfloridacfo.com/Division/wc/PublicationsFormsManualsReports/Broc hures/Key-Coverage-and-Eligibility.pdf. Exemptions may be applied for online through the Florida Department of Financial Services, Division of Workers’ Compensation at: https://www.myfloridacfo.com/Division/wc/Employer/Exemptions/default.htm. 6.1.1.3. Business Automobile Liability with minimum limits of $1,000,000 per Occurrence, combined single limit for Bodily Injury and Property Damage. 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 the Insurance Services Office, and must include Owned, Hired, and Non-Owned Vehicles. 6.1.1.4. Builder’s Risk property insurance upon the entire Work to the full replacement cost value thereof. This insurance shall include the interest of City and Contractor and shall provide All-Risk coverage against loss by physical damage including, but not limited to, Fire, Extended Coverage, Theft, Vandalism and Malicious Mischief. If Builder’s Risk insurance is not required for this Project, the City shall select this box:☐. 6.1.1.5. Contractor acknowledges that it shall bear the full risk of loss for any portion of the Work damaged, destroyed, lost or stolen until Final Completion has been achieved for the Project, and all such Work shall be fully restored by the Contractor, at its sole cost and expense, in accordance with the Contract Documents. 6.1.2. Certificate of Insurance.On or before the Effective Date of this Contract, the Contractor shall provide the City with Certificates of Insurance for all required policies. The Contractor shall be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Contract, including any extensions or renewals that may be granted by the City. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Contract and shall state that such insurance is as required by this Contract. The City reserves the right to inspect and return a certified copy of such policies, upon written request by the City. If a policy is due to expire prior to the completion of the Work, renewal Certificates of Insurance shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days’ written notice shall be provided to the City before any 17 - Page 12 of 28 policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the City. 6.1.2.1.Additional Insured.The City is to be specifically included as an Additional Insured for the liability of the City resulting from Work performed by or on behalf of the Contractor in performance of this Contract. The Contractor’s insurance, including that applicable to the City as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the City shall be in excess of and shall not contribute to the Contractor’s insurance. The Contractor’s insurance shall contain a severability of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each. 6.1.2.2.Deductibles.All deductibles or self-insured retentions must be declared to and be reasonably approved by the City. The Contractor shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. 6.1.3.The provisions of this section shall survive termination of this Contract. 6.2. Bonds.Prior to performing any portion of the Work the Contractor shall deliver to City the Bonds required to be provided by Contractor hereunder (the bonds referenced in this Section are collectively referred to herein as the “Bonds”). Pursuant to and in accordance with Section 255.05, Florida Statutes, the Contractor shall obtain and thereafter at all times during the performance of the Work maintain a separate performance bond and labor and material payment bond for the Work, each in an amount equal to one hundred percent (100%) of the Contract Price and each in the form provided in the Contract Documents or in other form satisfactory to and approved in writing by City Manager and City Attorney and executed by a surety of recognized standing with a rating of B plus or better for bonds up to Two Million Dollars. The surety providing such Bonds must be licensed, authorized and admitted to do business in the State of Florida and must be listed in the Federal Register (Dept. of Treasury, Circular 570). The cost of the premiums for such Bonds is included in the Contract Price. If notice of any change affecting the Scope of the Work, the Contract Price, Contract Time or any of the provisions of the Contract Documents is required by the provisions of any bond to be given to a surety, the giving of any such notice shall be Contractor’s sole responsibility, and the amount of each applicable bond shall be adjusted accordingly. If the surety is declared bankrupt or becomes insolvent or its right to do business in Florida is terminated or it ceases to meet applicable law or regulations, the Contractor shall, within five (5) days of any such event, substitute another bond (or Bonds as applicable) and surety, all of which must be satisfactory to City. 7. CONTRACTOR’S REPRESENTATIONS AND WARRANTIES 7.1.In order to induce the City to enter into this Contract, the Contractor makes the following representations and warranties: 7.1.1.Contractor represents the following: 7.1.1.1. Contractor has examined and carefully studied the Contract Documents and the other data identified in the bidding documents, including, without limitation, the “technical data” and plans and specifications and the Plans. 18 Page 13 of 28 7.1.1.2. Contractor has visited the Project site and become familiar with and is satisfied as to the general and local conditions and site conditions that may affect cost, progress, performance or furnishing of the Work. 7.1.1.3. Contractor is familiar with and is satisfied as to all federal, state and local laws, regulations and permits that may affect cost, progress, performance and furnishing of the Work. Contractor agrees that it will at all times comply with all requirements of the foregoing laws, regulations and permits. 7.1.1.4. Contractor has made, or caused to be made, examinations, investigations, tests and/or studies as necessary to determine surface and subsurface conditions at or on the site. Contractor acknowledges that the City does not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to underground or ground facilities at, contiguous or near the site or for existing improvements at or near the site. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and underground facilities and improvements) at, contiguous or near to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. 7.1.1.5. Contractor is aware of the general nature of Work to be performed by the City and others at the site that relates to the Work as indicated in the Contract Documents. 7.1.1.6. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.1.1.7. Contractor has given City written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by City is acceptable to Contactor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7.1.1.8. The Contractor agrees and represents that it possesses the requisite qualifications and skills to perform the Work and that the Work shall be executed in a good and workmanlike manner, free from defects, and that all materials shall be new and approved by or acceptable to City, except as otherwise expressly provided for in the Contract Documents. The Contractor shall cause all materials and other parts of the Work to be readily available as and when required or needed for or in connection with the construction, furnishing and equipping of the Project. 7.2. No recovery for changed market conditions. 19 Page 14 of 28 7.2.1.In entering into the Contract, Contractor represents and warrants that it has accounted for any and all inflation-related events, recession, labor or material shortages, supply chain disruptions, delivery lead time, or price increases that may be caused by local and or national conditions, whether known or unknown at the time of entering into the Contract (the “Market Conditions”). Contractor further specifically represents and warrants that it has considered all impacts and potential impacts, including any current and future supply chain disruptions and labor shortages, associated with the following events: (1) worldwide pandemics including, but not limited to, COVID-19 and Monkey Pox (the “Pandemics”) and (2) the current military conflict involving Russia and the Ukraine (the “Ukraine Military Conflict”). Contractor also represents and warrants that in determining time requirements for procurement, installation, and construction completion, Contractor has taken into account the impacts of Market Conditions, the Pandemics, and the Ukraine Military Conflict, and has included all of those factors in the Construction Schedule and Contract Sum. 7.2.2.Contractor shall not seek any price increases or time extensions relating to or arising from the impacts of any Market Conditions, the Pandemics or Ukraine Military Conflict. 7.2.3.The City shall not make any adjustment in the Contract Sum or grant an extension to the Contract Time in connection with any failure by the Contractor to comply with the requirements of this Section. 7.3.Contractor warrants the following: 7.3.1. Anti-Discrimination.Contractor agrees that it will not discriminate against any employees or applicants for employment or against persons for any other benefit or service under this Contract because of race, color, religion, sex, national origin, or physical or mental handicap where the handicap does not affect the ability of an individual to perform in a position of employment, and agrees to abide by all federal and state laws regarding non-discrimination. 7.3.2. Anti-Kickback.Contractor warrants that no person has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, and that no employee or officer of the City has any interest, financially or otherwise, in the Project. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability or, in its discretion, to deduct from the Contract Price or consideration, the full amount of such commission, percentage, brokerage or contingent fee. 7.3.3. Licensing.Contractor represents that it is a properly qualified and licensed contractor in good standing within the jurisdiction within which the Project is located. Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required licenses from the federal, state, Miami-Dade County, City, or other governmental or regulatory entity. Contractor acknowledges that it is the obligation of Contractor to obtain all licenses required for this Project, including City building permits. Prior to commencement of the Work, the Contractor shall provide the City with copies of all required licenses. 20 Page 15 of 28 7.3.4. Permits.Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required permits from the federal, state, Miami-Dade County, City, or other governmental or regulatory entity with jurisdiction over the site that are necessary to perform the Work. Contractor acknowledges that it is the obligation of Contractor to obtain all permits required for this Project, including City building permits. Prior to commencement of the Work, the Contractor shall provide the City with copies of all required permits. City building permit fees may be waived for this Project. If permits are required by any other governing body or agency, the Contractor shall be obligated to pay the fees. 7.4. Defective Work; Warranty and Guarantee. 7.4.1.City shall have the authority to reject or disapprove Work which the City finds to be defective. If required by the City, Contractor shall promptly either correct all defective Work or remove such defective Work and replace it with non-defective Work. Contractor shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 7.4.2.Should Contractor fail or refuse to remove or correct any defective Work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by the Cityor its designee, Cityshall have the authority to cause the defective Work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 7.4.3.The Contractor shall unconditionally warrant and guarantee all labor, materials and equipment furnished and Work performed for a period of three (3) years from the date of Substantial Completion. If, within three (3) years after the date of substantial completion, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor, after receipt of written notice from City, shall promptly correct such defective or nonconforming Work within the time specified by City without cost to City. Should the manufacturer of any materials and equipment furnished provide for a longer warranty, then the Contractor shall transfer such warranty to the City prior to Final Completion. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to any claim regarding latent defects. Contractor shall provide and assign to City all material and equipment warranties upon completion of the Work hereunder. 7.4.4.Failure to reject any defective Work or material shall not in any way prevent later rejection when such defect is discovered. 8. DEFAULT, TERMINATION, AND SUSPENSION; REMEDIES 8.1. Termination for Cause.If Contractor fails to timely begin the Work, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to ensure the prompt completion of the Work within the Contract Time or Final Completion Time as specified in Section 2, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or 21 Page 16 of 28 shall discontinue the prosecution of the Work pursuant to the accepted schedule or if the Contractor shall fail to perform any material term set forth in the Contract Documents or if Contractor shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, City may, upon seven (7) days after sending Contractor a written Notice of Termination, terminate the services of Contractor, exclude Contractor from the Project site, provide for alternate prosecution of the Work, appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable, and may finish the Work by whatever methods it may deem expedient. In such case Contractor shall not be entitled to receive any further payment until the Project is completed. All damages, costs and charges incurred by City, together with the costs of completing the Project, shall be deducted from any monies due or which may become due to Contractor. In case the damages and expenses so incurred by City shall exceed monies due Contractor from City, Contractor shall be liable and shall pay to Citythe amount of said excess promptly upon demand therefore by City. In the event it is adjudicated that City was not entitled to terminate the Contract as described hereunder for default, the Contract shall automatically be deemed terminated by City for convenience as described below. 8.2. Termination for Convenience.This Contract may be terminated by the City for convenience upon seven (7) calendar days’ written notice to the Contractor. In the event of such a termination, the Contractor shall incur no further obligations in connection with the Project and shall, to the extent possible, terminate any outstanding subcontractor obligations. The Contractor shall be compensated for all services performed to the satisfaction of the City. In such event, the Contractor shall promptly submit to the City its Application for Payment for final payment which shall comply with the provisions of the Contract Documents. 8.3. Suspension of Contract.This Contract may be suspended for convenience by the Cityupon seven (7) calendar days’ written notice to the Contractor or immediately if suspended in connection with a local or state declaration of emergency. Suspension of the Work will entitle the Contractor to additional Contract Time as a non-compensable, excusable delay. 8.4. Termination Due to Lack of Funding.This Contract is subject to the conditions precedent that: (i) City funds are available, appropriated, and budgeted for the Work, the Project, and/or Contract Price; (ii) the Citysecures and obtains any necessary proceeds, grants, and/or loans for the accomplishment of the Work and/or the Project pursuant to any borrowing legislation adopted by the City Commission and/or other jurisdictions relative to the Project; and (iii) City Commission enacts legislation which awards and authorizes the execution of this Contract if such is required. 8.5. No Damages for Delay.No claim for damages or any claim, other than for an extension of time shall be made or asserted against Cityby reason of any delays. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to, costs of acceleration or inefficiency, 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 or whether or not caused by City. Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay. 22 Page 17 of 28 8.6. Waiver of Consequential Damages.Contractor assumes all risks for the following items, none of which shall be the subject of any Change Order or Claim and none of which shall be compensated for except as they may have been included in the Contractor’s Contract Price as provided in the Contract Documents: Loss of any anticipated profits, loss of bonding capacity or capability losses, loss of business opportunities, loss of productivity on this or any other project, loss of interest income on funds not paid, inefficiencies, costs to prepare a bid, cost to prepare a quote for a change in the Work, costs to prepare, negotiate or prosecute Claims, and loss of projects not bid upon, or any other indirect and consequential costs not listed herein. No compensation shall be made for loss of anticipated profits from any deleted Work. 8.7. Litigation of Claims.Mediation shall not be required before either party may proceed to litigation. 8.8. Rights and Remedies. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder and in accordance with this Contract shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 9. CHANGES IN THE WORK 9.1. Change Orders. 9.1.1.Without invalidating the Contract Documents, and without notice to any Surety, the City reserves the right to make increases, decreases or other changes in the character or quantity of the Work under the Contract Documents as may be considered necessary or desirable to complete the Work in a manner satisfactory to the City. The City reserves the right to order changes, which may result in additions to or reductions from the amount, type or value of the Work shown in the Contract, and which are within the general scope of the Contract Documents, and all such changes will be authorized only by a change order (“CO”) approved in advance, and issued in accordance with provisions of the Contract Documents. 9.1.2.For Contractor initiated change orders, the Contractor is required to provide the Project Consultant with a detailed Request for Change Order (“RCO”) in a form approved by the City, which must include the requested revisions to the Contract, including, but not limited to, adjustments in the Contract Price and/or Contract Time. The Contractor must provide sufficient supporting documentation to demonstrate the reasonableness of the RCO. The City may require Contractor to provide additional data including, but not limited to, a cost breakdown of material costs, labor costs, labor rates by trade, work classifications, and overhead rates to support the RCO. If applicable, the RCO must include any schedule revisions accompanied by an explanation of the cost impact of the proposed change. Failure to include schedule revisions in an RCO will be deemed as the Contractor’s acknowledgement that the changes included in an RCO will not affect the project schedule. 9.1.3.Any modifications to the Contract Work, Contract Time, or Contract Price, must be effectuated through a written CO executed by both parties and, if required by the City Code of Ordinances, approved by the CityCouncil. 9.1.4.In the event a satisfactory adjustment cannot be reached, and a CO has not been issued, given that time is of the essence, the City reserves the right, at its sole option, to direct the Contractor to proceed on a time and materials basis or make such arrangements as may be deemed necessary to complete the proposed additional Work at the unit prices provided in the 23 Page 18 of 28 Contract Documents. Where the Citydirectsthe Contractor to proceed on a time and materials basis, the City shall impose a maximum not-to-exceed amount and the Contractor must maintain detailed records of all labor and material costs including but not limited to payroll records and material receipts. Contractor must demonstrate its costs with sufficient evidence to be entitled to compensation from the City. 9.2. Continuing the Work. Contractor must continue to perform all Work under the Contract Documents during all disputes or disagreements with City, including disputes or disagreements concerning an RCO. Contractor shall not delay any Work pending resolution of any disputes or disagreements. 10. MISCELLANEOUS 10.1. No Assignment.Neither party shall assign the Contract or any sub-contract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the City Manager. 10.2. Contractor’s Responsibility for Damages and Accidents. 10.2.1.Contractor shall accept full responsibility for the Work against all loss or damage of any nature sustained until final acceptance by Cityand shall promptly repair any damage done from any cause. 10.2.2.Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by City, Contractor shall replace same without cost to City. 10.3. Governing Law.This Contract shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any litigation arising out of this Contract shall be proper exclusively in Miami-Dade County, Florida. 10.4. Waiver of Jury Trial.CITY AND CONTRACTOR KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND INTENTIONALLY WAIVE ANY RIGHT EITHER MAY HAVE TO A TRIAL BY JURY IN STATE AND OR FEDERAL COURT PROCEEDINGS IN RESPECT TO ANY ACTION, PROCEEDING, LAWSUIT OR COUNTERCLAIM BASED UPON THE CONTRACT FOR CONSTRUCTION, ARISING OUT OF, UNDER, OR IN CONNECTION WITH THE CONSTRUCTION OF THE WORK, OR ANY COURSE OF CONDUCT, COURSE OF DEALING, STATEMENTS OR ACTIONS OR INACTIONS OF ANY PARTY. 10.5. Prevailing Party; Attorneys’ Fees.In the event of any controversy, claim, dispute or litigation between the parties arising from or relating to this Contract (including, but not limited to, the enforcement of any indemnity provisions), the prevailing party shall be entitled to recover from the non-prevailing party all reasonable costs, expenses, paralegals’ fees, experts’ fees and attorneys' fees including, but not limited to, court costs and other expenses through all trial and appellate levels. In addition, the prevailing party shall be entitled to recover from the non- prevailing party all litigation costs associated with discovery, processing, management, hosting, and production of electronically stored information (ESI). 10.6. Compliance with Laws.The Contractor shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of the City (including the City’s Codes and Charter) and all public authorities in carrying out the Work under this Contract, and in particular shall obtain all 24 Page 19 of 28 required permits from all jurisdictional agencies to perform the Work underthis Contractat its own expense. Any mandatory clauses which are required by applicable law shall be deemed to be incorporated herein. 10.7. Examination and Retention of Contractor’s Records. 10.7.1.The Cityor any of its duly authorized representatives shall, for five (5) years after final payment under this Contract, have access to and the right to examine any of the Contractor’s books, ledgers, documents, papers, or other records involving transactions related to this Contract for the purpose of making audit, examination, excerpts, and transcriptions. In addition, the Contractor agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. 10.7.2.The Contractor agrees to include in any subcontractor contracts for this Project corresponding provisions for the benefit of Cityproviding for retention and audit of records. 10.7.3.The right to access and examination of records stated herein and in any subcontracts shall survive termination or expiration of this Contract and continue until disposition of any mediation, claims, litigation or appeals related to this Project. 10.7.4.The City may cancel and terminate this Contract immediately for refusal by the Contractor to allow access by the City Manager or designees to any Records pertaining to work performed under this Contact that are subject to the provisions of Chapter 119, Florida Statutes. 10.8. Authorized Representative. 10.8.1.Before commencing the Work, Contractor shall designate a skilled and competent authorized supervisor and representative (“Authorized Representative”) acceptable to City to represent and act for Contractor and shall inform City, in writing, of the name and address of such representative together with a clear definition of the scope of his authority to represent and act for Contractor. Contractor shall keep City informed of any subsequent changes in the foregoing. Such representative shall be present or duly represented at the Project site at all times when Work is actually in progress. All notices, determinations, instructions and other communications given to the authorized representatives of Contractor shall be binding upon the Contractor. 10.8.2.The Authorized Representative, project managers, superintendents and supervisors for the Project are all subject to prior and continuous approval of the City. If, at any time during the term of this Contract, any of the personnel either functionally or nominally performing any of the positions named above, are, for any reasonable cause whatsoever, unacceptable to the City, Contractor shall replace the unacceptable personnel with personnel acceptable to the City. 10.9. Taxes. Contractor shall pay all taxes, levies, duties and assessments of every nature which may be applicable to any Work under this Contract. The Contract Price and any agreed variations thereof shall include all taxes imposed by law at the time of this Contract. Contractor shall make any and all payroll deductions required by law. Contractor herein indemnifies and holds the City harmless from any liability on account of any and all such taxes, levies, duties and assessments. 10.10. Utilities.Contractor shall, at its expense, arrange for, develop and maintain all utilities at the Project to perform the Work and meet the requirements of this Contract. Such utilities shall 25 Page 20 of 28 be furnished by Contractor at no additional cost to City. Prior to final acceptance of the Work, Contractor shall, at its expense, satisfactorily remove and dispose of all temporary utilities developed to meet the requirements of this Contract. 10.11. Safety.Contractor shall be fully and solely responsible for safety and conducting all operations under this Contract at all times in such a manner as to avoid the risk of bodily harm to persons and damage to property and in full compliance with Occupational Safety and Health Act requirements and all other similar applicable safety laws or codes. Contractor shall continually and diligently inspect all Work, materials and equipment to discover any conditions which might involve such risks and shall be solely responsible for discovery and correction of any such conditions. Contractor shall have sole responsibility for implementing its safety program. City shall not be responsible for supervising the implementation of Contractor's safety program, and shall not have responsibility for the safety of Contractor's or its subcontractor's employees. Contractor shall maintain all portions of the Project site and Work in a neat, clean and sanitary condition at all times. Contractor shall assure that subcontractors performing Work comply with the foregoing safety requirements. 10.12. Cleaning Up.Contractor shall, at all times, at its expense, keep its Work areas in a neat, clean and safe condition. Upon completion of any portion of the Work, Contractor shall promptly remove all of its equipment, construction materials, temporary structures and surplus materials not to be used at or near the same location during later stages of Work. Upon completion of the Work and before final payment is made, Contractor shall, at its expense, satisfactorily dispose of all rubbish, unused materials and other equipment and materials belonging to it or used in the performance of the Work and Contractor shall leave the Project in a neat, clean and safe condition. In the event of Contractor's failure to comply with the foregoing, the same may be accomplished by City at Contractor's expense. 10.13. Liens.Contractor shall not permit any mechanic’s, laborer’s or materialmen’s lien to be filed against the Project site or any part thereof by reason of any Work, labor, services or materials supplied or claimed to have been supplied to the Project. In the event such a lien is found or claimed against the Project, Contractor shall within ten (10) days after notice of the lien discharge the lien or liens and cause a satisfaction of such lien to be recorded in the public records of Miami-Dade County, Florida, or cause such lien to be transferred to a bond, or post a bond sufficient to cause the Clerk of the Circuit Court of Miami-Dade County, Florida, to discharge such lien pursuant to Chapter 713.24, F.S. In the event Contractor fails to so discharge or bond the lien or liens within such period as required above, City shall thereafter have the right, but not the obligation, to discharge or bond the lien or liens. Additionally, City shall thereafter have the right, but not the obligation, to retain out of any payment then due or to become due Contractor, one hundred fifty percent (150%) of the amount of the lien and to pay City ’s reasonable attorneys' fees and costs incurred in connection therewith. 10.14. Public Entity Crimes Affidavit.Contractor shall comply with Section 287.133, Florida Statutes, and (Public Entity Crimes Statute) notification of which is hereby incorporated herein by reference, including execution of any required affidavit. 10.15. Independent Contractor.The Contractor is an independent contractor under the Contract. This Contract does not create any partnership nor joint venture. Work provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security 26 Page 21 of 28 and health insurance, employee benefits, purchasing policies and other similar administrative procedures, applicable to services rendered under the Contract shall be those of the Contractor. 10.16. Notices/Authorized Representatives. Any notices required by this Contract shall be in writing and shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified mail with postage prepaid return receipt requested, or by a private postal service, addressed to the parties (or their successors) at the addresses listed on the signature page of this Contract or such other address as the party may have designated by proper notice. 10.17. Ownership and Access to Records and Audits. 10.17.1.Contractor acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the City which are conceived, developed or made by Contractor during the term of this Contract (“Work Product”) belong to the City. Contractor shall promptly disclose such Work Product to the Cityand perform all actions reasonably requested by the City(whether during or after the term of this Contract) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). 10.17.2.Contractor agrees to keep and maintain public records in Contractor’s possession or control in connection with Contractor’s performance under this Contract. The City Manager or her designee shall, during the term of this Contract and for a period of five (5) years from the date of termination of this Contract, have access to and the right to examine and audit any records of the Contractor involving transactions related to this Contract. Contractor additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Contractor shall 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, and following completion of the Contract until the records are transferred to the City. 10.17.3.Upon request from the City’s custodian of public records, Contractor shall provide the City 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 by Chapter 119, Florida Statutes, or as otherwise provided by law. 10.17.4.Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Contract are and shall remain the property of the City. 10.17.5.Upon completion of this Contract or in the event of termination by either party, any and all public records relating to the Contract in the possession of the Contractor shall be delivered by the Contractor to the City Manager, at no cost to the City, within seven (7) days. All such records stored electronically by Contractor shall be delivered to the City in a format that is compatible with the City’s information technology systems. Once the public records have been delivered upon completion or termination of this Contract, the Contractor shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 10.17.6.Any compensation due to Contractor shall be withheld until all records are received as provided herein. 27 Page 22 of 28 10.17.7.Contractor’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Contract by the City. 10.17.8. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes.IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Custodian of Records:Nkenga “Nikki” Payne, CMC, FCRM Mailing address:6130 Sunset Drive South Miami, FL 33143 Telephone number:305-663-6340 Email:NPayne@southmiamifl.gov 10.18. E-Verify Affidavit.In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my- participationenrollment-in-e-verify. By entering into this Agreement, the Contractor acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E- Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and incorporated herein. 11. SPECIAL CONDITIONS The following provisions in this Section 11 supersede any other provisions contained in this Contract only to the extent of any conflict with same. These provisions are particular to a given transaction and are transaction specific: 11.1. Unsatisfactory Personnel. 11.1.1.Contractor must at all times enforce strict discipline and good order among its employees and subcontractors at the Project(s) site(s) and must not employ on any Work any unfit person or anyone not skilled in the Work to which they are assigned. 11.1.2.The City may make written request to the Contractor for the prompt removal and replacement of any personnel employed or retained by the Contractor, or any or Subcontractor engaged by the Contractor to provide and perform services or Work pursuant to the requirements of the Contract Documents. The Contractor must respond to the Citywithin five (5) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. The City will make the final determination as to the removal of unsatisfactory personnel from the Work. The Contractor 28 Page 23 of 28 agrees that the removal of any of such individual(s) does not require the termination or demotion of said individual(s). 11.2. Hours of Work.Contractor shall conform to and obey all applicable laws, regulations, or ordinances, including the City’s Codes and Charter, with regard to labor employed, hours of Work and Contractor's general operations. Contractor shall conduct its operations so as not to interfere with or close any thoroughfare, without the written consent of the City or governing jurisdiction. Work is anticipated to be performed Monday through Friday in accordance with the requirements and limitations of applicable law including, without limitation, the City’s Codes and Charter. The Contractor shall not perform Work beyond the time and days provided above without the prior written approval of the City. 11.3. Maintenance of Traffic.Whenever required by the scope of Work, by federal, state, or local law, or required or requested by the City to protect the public health, safety, and welfare, a Maintenance of Traffic (“MOT”) must be performed in accordance with the applicable FDOT Index Numbers (600 Series) and as further stated herein. The manual on Uniform Traffic Control Devises for Streets and Highways (U.S. Department of Transportation, FHWA), must be followed in the design, application, installation, maintenance and removal of all traffic control devices, warning devices and barriers necessary to protect the public and workmen from hazards with the Project limits. Pedestrian and vehicular traffic must be maintained and protected at all times. Prior to commencement of the Work, Contractor must provide the City with a proposed MOT plan for review. The Citymay require revisions to the proposed MOT plan. The MOT plan must be updated by the Contractor every two weeks. Failure to provide an MOT plan may result in the issuance of a stop work order. The Contractor will not be entitled to additional Contract Time for delays resulting from its failure to provide the required MOT plan. 11.4. Royalties and Patents.All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the Work or appurtenances, are hereby included in the prices stipulated in the Contract for said Work. 11.5. Substitutions.Substitution of any specified material or equipment requires the prior written acceptance of the Project Consultant. It is the sole responsibility of the Contractor to provide sufficient information and documentation to the Project Consultant to allow for a thorough review and determination on the acceptability of the substitution.Approval of a substitution does not waive or mitigate the Contractor’s responsibility to meet the requirements of the Contract Documents.The Citymay require an adjustment in price based on any proposed substitution. 11.6. Severe Weather Preparedness.During such periods of time as are designated by the United States Weather Bureau or Miami-Dade County as being a severe weather event, including a hurricane watch or warning, the Contractor, at no cost to the City, must take all precautions necessary to secure any Work in response to all threatened storm events, regardless of whether the Contractor has been given notice of same, in accordance with the Miami-Dade County Code. Compliance with any specific severe weather event or alert precautions will not constitute additional work. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract Time as non-compensable, excusable delay. 11.7. American Rescue Plan Act Contract Conditions.The Contractor acknowledges that the Work may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery 29 Page 24 of 28 Funds allocated to the City pursuant to the American Rescue Plan Act (“ARPA”). Towards that end, the Contractor shall be required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in the ARPA Contract Conditions. If compliance with the ARPA Addendum is required, the City shall select this box: ☐. 11.8. Grant Funding.The Contractor acknowledges that the Work may be fully or partially funded utilizing funds from the grants listed below (each a“Grant”). Accordingly, the Contractor warrants and represents that it has reviewed the terms and conditions for each Grant and will perform the Work in accordance with the terms and conditions of the Grant. If the Work will be funded utilizing Grant funds, the City shall select this box: ☐. Grant Title Grant Agreement Exhibit State of Florida Department of Environmental Protect Exhibit “D” If the Work will be funded utilizing Grant funds, the City shall select this box:. 11.9. DBE Contract Assurance. 11.9.1.The City affirms it has encouraged women-owned, minority-owned, and disadvantaged businesses of the Project and be responsive to the opportunity of the award of this Contract. 11.9.2.Contractor, or any subcontractor performing Work under this Contract, shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. Contractor shall carry out all applicable requirements of 49 CFE Part 26 in the award and administration of this Contract. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the City deems appropriate. 11.10. Scrutinized Companies. 11.10.1.Contractor certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate this Contract at its sole option if the Contractor or its subcontractors are found to have submitted a false certification; or if the Contractor, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of this Contract. 11.10.2.If this Contract is for more than one million dollars, the Contractor certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. 30 Page 25 of 28 Pursuant to Section 287.135, F.S., the City may immediately terminate this Contract at its sole option if the Contractor, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Contractor, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of this Contract. 11.10.3.The Contractor agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Contract. 11.10.4.As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. 31 Page 26 of 28 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year as first stated above. CITY OF SOUTH MIAMI By: Genaro “Chip” Iglesias City Manager Attest: By: Nkenga “Nikki” Payne, CMC, FCRM City Clerk Approved as to form and legal sufficiency: By: Weiss Serota Helfman Cole & Bierman, P.L. City Attorney Addresses for Notice: Genaro “Chip” Iglesias City of South Miami Attn: City Manager 6130 Sunset Drive South Miami, FL 33143 305-668-2510 (telephone) 305-663-6345 (facsimile) chip@southmiamifl.gov (email) With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: City Attorney. City of South Miami Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 larango@wsh-law.com (email) ATC ENGINEERING, INC. By: Name: Title: Entity: Addresses for Notice: (telephone) (email) With a copy to: (telephone) (email) 32 Contract No.: XX-XX E-Verify Affidavit E-VERIFY AFFIDAVIT In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the Cityto register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will comply with the E-Verify requirements imposed by it, including but not limited to obtaining E-Verify affidavits from subcontractors. ☐Check here to confirm proof of enrollment in E-Verify has been attached to this Affidavit. In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Entity Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification:) Did take an oath; or Did not take an oath 33- City of South Miami, FL Notice to Proceed Form NOTICE TO PROCEED Dated: , 20 To: ` Project Name: You are hereby notified that the Contract Times under the above Contract will commence to run on ___________, 2023. By that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 2 of the Contract, the dates of Substantial Completion and completion and readiness for final payment are , 2023 and __________________, 2023, ____/____ days respectively. Before you may start any Work at the site, Article 6 provides that you must deliver to the City ( check here if applicable, with copies to and other identified additional insureds) Certificates of Insurance in accordance with the Contract Documents. In addition, before you may start any Work at the site, you must: (add any additional requirements) CITY OF SOUTH MIAMI By: Genaro “Chip” Iglesias City Manager ACCEPTANCE OF NOTICE TO PROCEED [INSERT NAME OF CONTRACTOR]. By: Name: Title: Date: 34 CITY OF SOUTH MIAMI INVITATION TO BID (ITB) No. PR2023 - 17 SANITARY SEWER CONSTRUCTION AREA K – PHASE 1 City of South Miami Commission Mayor Javier Fernández Commissioner Lisa Bonich Commissioner Steve Calle Commissioner Josh Liebman Commissioner Brian Corey City of South Miami City Hall 6130 Sunset Drive South Miami, Florida 33143 ISSUE DATE: December 20, 2023 BID CLOSING DATE: January 23, 2024 BID CLOSING TIME: 10:00 AM BID OPENING DATE: January 23, 2024 BID OPENING TIME: 10:30 A.M. 1 of 116 35 THE CITY OF PLEASANT LIVING PUBLIC NOTICE INVITATION TO BID (ITB) No. PR2023-17 SANITARY SEWER CONSTURCTION AREA K – PHASE 1 NOTICE IS HEREBY GIVEN that the City of South Miami (“City”) is soliciting bids for the SANITARY SEWER CONSTRUCTION AREA K – PHASE 1. Interested companies, firms, and individuals (“Bidders”) may obtain a copy of Invitation to Bid No. PR2023-17 (the “ITB”) to be issued on December 20, 2023, at the City of South Miami 6130 Sunset Drive, South Miami, FL 33143, on the City’s website at www.southmiamifl.gov, or via DemandStar at https://network.demandstar.com/. The ITB contains detailed information about the scope of work, submission requirements, and selection procedures. All notices and any addenda issued by the City with respect to the ITB will be made available on the City’s website. It is the Bidder’s sole responsibility to ensure receipt of any issued notice or addenda relating to this ITB once posted to the website. The bid submission shall be submitted electronically via DemandStar and marked “Bid to City of South Miami, ITB No. PR2023-17 for the “SANITARY SEWER CONSTRUCTION AREA K – PHASE 1.” Bids must be received by the City by no later than January 23, 2024 at 10:00 a.m. EST. E-BID OPENING VIA VIDEO CONFERENCING: The City will only receive submittals electronically through the DemandStar Electronic Bid System (E-Bidding). To register as a business, go to https://network.demandstar.com/ Bids will be publicly opened through video conferencing using the Zoom platform. At 10:30 AM, local time. Members of the public are invited to view the bid opening meeting through Zoom at https://zoom.us/j/3056636339 or by listening to the bid opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. Any bid submission received after this time and date will be rejected and returned unopened. Bidders are responsible for ensuring that their bid is received in the City by the deadline. A pre-response conference will NOT be held for this project. The City hereby provides notice to all Bidders of the imposition of a Cone of Silence for this solicitation, as set forth in Section 8A-7 of the City Code. “Cone of Silence," as used herein, means a prohibition on communication regarding a competitive solicitation such as a request for proposal, request for qualification, request for information or request/invitation for bid b etween a potential vendor, service provider, proposer or bidder, or agent, representative, lobbyist or consultant for the potential bidder; and (i) members of the City commission; (ii) the City's professional staff; or (iii) any member of the City's selection, evaluation or negotiation committee. Please contact the City Clerk and/or City Attorney with any qu estions on the Cone of Silence. Date Issued: December 20, 2023 2 of 116 36 THE CITY OF PLEASANT LIVING TABLE OF CONTENTS Section Page Section 1: Information for Bidders 4 Section 2: Terms and Conditions 11 Section 3. Scope of Work 18 Section 4: Bid Submission Requirements and Evaluation & Forms and Attachments 22 Section 4: Bid Form – Form 7 39 Section 4: References – Form 8 41 3 of 116 37 SECTION 1. INFORMATION FOR BIDDERS 1.1. INTRODUCTION/GENERAL BACKGROUND. The City of South Miami, Florida (the “City”) is soliciting bids for the “SANITARY SEWER CONSTRUCTION AREA K – PHASE 1”. (the “Project”). The City hereby requests bids for the selection of one firm (“Contractor” or “Bidder”) to provide the work for the Project as set forth in greater detail in Section 3 of this Invitation to Bid (“ITB”). The Contractor awarded a contract pursuant to this ITB shall provide the services, design, labor, materials, equipment, and all incidentals necessary, as further defined in Section 3 of this ITB (the “Work” or the “Services”) for the Project. The City intends to award a contract to the lowest, most responsive and responsible Bidder whose bid meets the requirements and criteria set forth in this ITB for the Work described in this ITB. 1.2. SCHEDULE OF EVENTS. The following schedule is anticipated for this ITB process, but is subject to change by the City, in its sole discretion, at any time during the ITB procurement process. No. Event Date* Time* (EST) 1 Advertisement/ Distribution of ITB December 20, 2023 11:00 AM 2 Non-Mandatory / Mandatory Pre-Bid Conference and Site Visit NONE SCHEDULED 3 Deadline to Submit Questions / Requests for Clarification January 9, 2024 10:00 AM 4 City Issues Addenda and Responds to Questions January 16, 2024 10:00 AM 5 Deadline to Submit Sealed Bids – Submission Deadline January 23, 2024 10:00 AM 6 E-BID OPENING VIA VIDEO CONFERENCING VIA THE ZOOM PLATFORM at https://zoom.us/j/3056636339 ,or listen to the meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. January 23, 2024 10:30 AM 7 City Manager issues recommendation to City Commission February 6, 2023 7:00 PM 8 Award Bid(s) and Agreement(s) at City Commission Meeting February 6, 2023 7:00 PM 4 of 116 38 1.3. BID DUE DATE. Sealed Bids must submitted electronically through the DemandStar Electronic Bid System at https://network.demandstar.com/. All sealed bids must be received by 10:00 a.m. E.S.T. on January 23, 2024 (the “Submission Deadline”). Sealed bids will be publicly opened through video conferencing using the Zoom platform. Members of the public are invited to view the bid opening meeting through Zoom at https://zoom.us/j/3056636339 or by listening to the bid opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. 1.4. PRE-BID CONFERENCE AND SITE(S) VISIT. A Non-Mandatory Pre-bid conference, will NOT be scheduled for this project. Please refer to the Schedule of Events on Page 4 of this solicitation. Prior to submitting a Bid, each Bidder should visit the site and become familiar with the conditions that may, in any manner, affect the Work to be performed by the awarded contractor or the equipment, materials and labor required. The Bidder is also required to examine carefully the Scope of Work set forth in Section 3 of this ITB and be thoroughly informed regarding any requirements or conditions that may in any manner affect the Work to be performed under the Agreement. No allowances will be made because of lack of knowledge of any conditions or requirements. 1.5. ADDENDA, CHANGES, OR REQUESTS FOR INTERPRETATION DURING BID PROCESS. The City will not respond to oral inquiries or questions concerning this ITB. All written inquiries, requests for interpretation or clarification shall be sent to: Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive City of South Miami, FL 33143 E-Mail: skulick@southmiamifl.gov Facsimile: (305)669-2636 Any written inquiry or request for interpretation or clarification must be sent by e-mail or written correspondence and received by the City no later than January 9, 2024 at 10:00 a.m. All such interpretations or clarifications will be made in writing in the form of an Addendum to this ITB issued by the City to all known and/or registered prospective Bidders. Each prospective Bidder shall acknowledge receipt of such Addenda by including it in the Bid Form. All Addenda shall be a part of this ITB and a part of the Agreement and each Bidder will be bound by such Addenda, whether or not received. It is the responsibility of each prospective Bidder to verify that it has received all Addenda issued before Bid are submitted and opened. 1.6. SUBMISSION OF BID. Sealed Bids must submitted electronically through the DemandStar Electronic Bid System at https://network.demandstar.com/ by the Submission Deadline and must be marked as “Bid to City of South Miami, ITB No. PR2023-17, “SANITARY SEWER CONSTRUCTION AREA K – PHASE 1” and addressed to: 5 of 116 39 Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive City of South Miami, FL 33143 E-Mail: skulick@southmiamifl.gov THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING A BID TO THE CITY ON OR BEFORE THE SUBMISSION DEADLINE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER. THE CITY IS NOT RESPONSIBLE FOR ANY DELAYS THAT MAY OCCUR DURING THE SUBMISSION OF BIDS. ANY BID RECEIVED AFTER THE SUBMISSION DEADLINE STATED IN THIS ITB WILL NOT BE OPENED AND WILL NOT BE CONSIDERED. FACSIMILE AND EMAILED BID SHALL NOT BE CONSIDERED. The Bid must be signed by an authorized officer of the Bidder who is legally authorized to bind the Bidder and enter into a contractual relationship in the name of the Bidder. The submittal of a Bid by a Bidder will be considered by the City as constituting an offer by the Bidder to perform the required Work, upon the terms and at the prices stated by the Bidder. The City will only receive submittals electronically through the DemandStar Electronic Bid System (E-Bidding). To register as a business, go to https://network.demandstar.com/ Bids will be publicly opened through video conferencing using the Zoom platform at 10:30 AM, local time. Members of the public are invited to view the bid opening meeting through Zoom at https://zoom.us/j/3056636339 or by listening to the bid opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. Bids shall be typed or printed in ink. All blanks on the Bid form(s) must be completed. Names must be typed or printed below the signature. Bids submitted by hand-delivery, facsimile and/or email will not be accepted. Only one (1) Bid from any individual, firm, partnership, or corporation, under the same or different names, will be considered. If the City determines that any Bidder has interest in more than one (1) Bid for Work contemplated; all Bid in which such a Bidder is interested will be rejected. Bidder by submitting this Bid certifies that this Bid is made without previous understanding, contract, or connection with any person, firm or corporation making a Bid for the same material, supplies, equipment or services and is in all respects, fair and without collusion of fraud. 1.7. BID REQUIREMENTS & FORMAT. Each Bidder must present its products, services, and applicable features in a clear and concise manner that demonstrates the Bidder’s capabilities to satisfy the requirements of this ITB. The emphasis should be on accuracy, clarity, comprehensiveness and ease of identifying pertinent information and suitability of the Work. Bids MUST include the following: 1.7.1. Bid Form Package. Bidder shall provide complete and accurate copies, with all required signatures and notarizations, for all the forms in the Bid Package: Form 1. Bid Form Package Acknowledgement. Form 2A. Bidder’s Certification (if Company or Corporation) Form 2B. Bidder’s Certification (if Partnership) Form 3. Single Execution Affidavits Form 4. Dispute Disclosure 6 of 116 40 Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions Form 6. Bidder’s Qualifications Survey Form 7. Bid Form Form 8. Reference List Form 9 Payment and Performance Bonds 1.7.2. Proof of Experience. Provide documentation evidencing the experience of the Bidder and demonstrating that the Bidder has successfully provided Work similar to those specified herein to other firms and/or agencies of similar size and needs as the City. The Bidder firm shall be currently engaged in Work on a full time basis and shall have been in existence and continuous operation providing the Work for a minimum of five (5) years. 1.7.3. Safety Record. Bidder shall provide documentation evidencing the safety and compliance record of the Bidder in performing similar Work, including information as to any safety or any noncompliance violations, assessments or citations issued by applicable governmental agencies in the past five (5) years. 1.7.4. Bidder's Qualifications. Include name, function, and qualifications of key personnel, including key subcontractors, in the organization who will be providing Work. The key person or contact assigned to the Work shall within the past three (3) years have conducted and been responsible for providing Work in a similar project or environment. Please note, to receive further consideration, all Bidders must provide the necessary documentation to demonstrate that they meet the following minimum qualifications: 1.7.4.1. Service and Incorporation. Contractor shall have been in business and continuous operation and service and incorporated in the State of Florida for a minimum of five (5) years. 1.7.4.2. Licenses. Contractor must be fully licensed with any and all applicable and required licenses, certifications and permits for Work, including government licenses, certifications, and permits from the State of Florida, Miami-Dade County, the City, and any other governing governmental regulatory authorities. 1.7.4.3. Additional qualifications. The Respondent must demonstrate that it has full-time personnel with the necessary experience to perform the Project’s Scope of Work. This experience shall include work in successfully completed projects performed by the identified personnel whose bulk of work is similar in detail to the Project’s Scope of Work described in these Solicitation Documents. Demonstrate the experience requirement by: Providing a detailed description of at least three (3) projects similar in detail to the Project’s Scope of Work described in these Solicitation Documents and in which the Bidder’s identified personnel is currently engaged or has completed within the past five years. List and describe the aforementioned projects and state whether the work was performed for the County, other government clients, or private entities. The description must identify for each project: 1. The identified personnel and their assigned role and responsibilities for the listed project. 2. The client’s name and address including a contact person and phone number for reference. 3. Description of work. 4. Total dollar value of the contract. 5. Contract duration. 7 of 116 41 6. Statement or notation of whether Bidder’s referenced personnel is/was employed by the prime contractor or subcontractor, and 7. For completed projects, provide letters of certification of final acceptance or similar project closure documentation issued by the client and available Contractor’s performance evaluations. 1.7.5. Insurance Certificates. Bidder shall provide certificates of insurance demonstrating compliance with the requirements set forth under Section 2 of this solicitation, including: 1.7.5.1. Commercial General Liability 1.7.5.2. Workers Compensation & Employer’s Liability 1.7.5.3. Business Automobile Liability THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE OR ADDITIONAL COVERAGE IF DEEMED NECESSARY. 1.7.6. Bidder may provide any additional information that highlights experience or expertise, which is relevant and directly applicable to this ITB. 1.8. EVALUATION CRITERIA/AWARD OF CONTRACT. Award shall be made to the lowest responsible and responsive Bidder whose qualifications indicate the Award will be in the best interest of the City and whose Bid complies with the requirements of this ITB. In no case will the Award be made until all necessary investigations have been made into the responsibility of the Bidder and the City Manager is satisfied that the Bidder is qualified to do the Work and have the necessary organization, capital and equipment to carry out the Work in the specified timeframes. The responsible bidder shall be a person who has the capability in all respects to fully perform the contract requirements and the tenacity, perseverance, integrity, experience, ability, reliability, capacity, facilities, equipment, financial resources and credit which will give a reasonable expectation of good faith performance, and a person who has submitted a bid which conforms in all material respects to the ITB (the “Responsible Bidder”). In evaluating responsibility, the City may also consider previous contracts with the City, past performance and experience with other contracts, compatibility of the project team with City personnel, and any other criteria deemed relevant by the City. The City Manager or designee may reject those bids that do not meet the minimum requirements of the ITB. If the City accepts a bid, the City will provide a written notice of award to the lowest responsible and responsive Bidder who meets the requirements of this ITB. If the successful bidder to whom the contract is awarded forfeits the award by failing to meet the conditions of this ITB, the City may, at the City’s sole option, award the contract to the next lowest, most responsive, and responsible bidder or reject all bids or re-advertise the Work. Neither this ITB, nor the notice of award of the Agreement(s) constitutes an agreement or contract with the Successful Bidder(s). An agreement or contract is not binding until a written agreement or contract, in substantially the form attached hereto as Attachment “A,” has been executed by the City and the Successful Bidder(s) and approved as to form, content, and legal sufficiency by the City Manager and City Attorney. 1.9. CITY’S RIGHTS; WAIVER OF IRREGULARITIES. The City reserves the right to reject any or all bids which is in any way incomplete or irregular, re-bid the entire solicitation, or enter into contracts with more than one Contractor. 8 of 116 42 The City reserves the right to accept or reject any and/or all Bid or parts of Bid, to workshop or negotiate any and all Bid, to select and award Bidder(s) for all or any of the Work, waive irregularities in Bid, to cancel or discontinue this ITB process, and to request new Bid on the required Work or services. The City Commission shall make the final determination and award of Bid(s). All materials submitted in response to this Invitation to Bid become the property of the City and will be returned only at the option of the City. The City has the right to use any or all ideas presented in any Bid or responses to the ITB, whether amended or not, and selection or rejection of Bid does not affect this right. 1.10. CODE OF ETHICS PROVISIONS. 1.10.1. Cone of Silence. The provisions of City’s Cone of Silence are applicable to this ITB. The City’s Cone of Silence provisions can be found under Section 8A-7 of the City Code of Ordinances. Questions regarding the Cone of Silence may be sent to: Nkenga “Nikki” Payne, CMC, FCRM City Clerk City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov The Cone of Silence as used herein means a prohibition of any communication regarding a competitive solicitation such as a request for proposal, request for qualification, request for information or invitation/request for bid, between a potential vendor, service provider, proposer or bidder (hereinafter referred to as the "potential bidder"), or agent, representative, lobbyist or consultant for the potential bidder; (hereinafter referred to as the "bidder's representative"); and (i) Members of the City Commission; or (ii) City's professional staff; or (iii) Any member of the City's selection, evaluation or negotiation committee. The provisions of the Cone of Silence shall not apply to: (i) Communications at a duly noticed pre-bid conferences or at any duly noticed public selection or negotiation committee meeting or duly noticed public City commission meeting at which the City Manager has placed the subject of the solicitation on the agenda; (ii) Communication regarding the solicitation at recorded contract negotiations, recorded oral presentation or recorded oral question and answer session and recorded contract negotiation strategy sessions in compliance with the exemption in F.S. § 286.0113; (iii) Briefings made by the City Manager or his designee to the City Commissioners during a meeting following the completion of the selection or negotiation committee meetings; (iv) Written communication at any time with any City professional staff (not including selection, evaluation or negotiation committee members), unless specifically prohibited by the applicable competitive solicitation documents. This section shall not be construed to prevent written communication between City professional staff and any City selection, evaluation or negotiation committee. A copy of any written communication made during the cone of silence shall be contemporaneously filed with the City clerk by the potential bidder or bidder's representative. The City clerk shall make copies available to any person upon request; 9 of 116 43 (v) Communication that is strictly limited to matters of those processes or procedures that are contained in the corresponding solicitation document and which communication is between any person and the City's purchasing agent or the City employee who is designated as being responsible for administering the procurement process for such solicitation; (vi) Communications with the City attorney and his or her staff; (vii) Communications during any duly noticed site visits to determine the competency and responsibleness of bidders regarding a particular bid during the time period between the opening of bids and the time the City Manager makes a written recommendation; (viii) Any emergency procurement of goods or services pursuant to City code; (ix) Responses to a request made by the City's purchasing agent, or the City employee who is designated as being responsible for administering the procurement process for such solicitation, for clarification or additional information; (x) Communications prior to bid opening between City's professional staff and potential bidders and/or bidder's representatives to enable City staff to seek and obtain industry comment or perform market research, provided all communications related thereto between a potential bidders and/or bidder's representatives and any member of the City's professional staff including, but not limited to the City Manager and his or her staff, are in writing or are made at a duly noticed public meeting. 1.10.2. Lobbying Prohibited. All potential Bidders and their agents who intend to submit, or who submitted, a bid or response to this solicitation, are prohibited from lobbying, individually or collectively, any City Commissioner, candidate for City Commissioner, or any employee of the City in connection with this solicitation. The term "Lobbyist" means all persons (including officers and managers of a legal entity), firms, or legal entities such as a corporation, partnership or limited liability company, employed or retained by a principal (including an officer of the principal or an employee of the principal whose duties include marketing, or soliciting business, for the principal) who seeks to encourage the passage, defeat, or modifications of (1) ordinance, resolution, action or decision of the City Commission; (2) any action, decision, recommendation of the City Manager or any City board or committee; or (3) any action, decision or recommendation of City personnel during the time period of the entire decision-making process on such action, decision or recommendation which foreseeably will be heard or reviewed by the City Commission, or a City board or committee. Contact may only be made through regularly scheduled Commission meetings, or meetings scheduled through the Procurement Division, which is for the purpose of obtaining additional or clarifying information or as otherwise provided for in the City’s Cone of Silence. Any presentation before a selection committee is considered to be lobbying; however, the presentation team may avoid formal registration by complying with section 8A-5(c)(9), of the City Code of Ordinances and completing Attachment B to this ITB. Any person who submits a proposal, whether solicited or unsolicited, on behalf of his or her principal or his or her employer is considered to be a lobbyist and must register. An officer or manager of a legal entity who is submitting a proposal, whether solicited or unsolicited, is considered to be a lobbyist. All Bidders are strongly encouraged to review Section 8A-5 of the City Code of Ordinances for further information. To register as a lobbyist, please contact the City Clerk at: 10 of 116 44 Nkenga “Nikki” Payne, CMC, FCRM City Clerk City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov END OF SECTION 1 11 of 116 45 SECTION 2. TERMS AND CONDITIONS 2.1. PURPOSE OF BID. The City requests Bids from qualified firms for the “SANITARY SEWER CONSTRUCTION AREA K – PHASE 1” Project (the “Project”). The Work to be performed includes, but is not limited to, services related to the Sanitary Sewer Construction – Area K – Phase 1 as illustrated in the attached documents and, as further detailed in the Scope of Services provided in Section 3 herein (the “Work” or “Services”). The frequency, nature, scope and definition of the Work desired or required by the City may change from time to time, at the City’s discretion. The City intends to secure a source of supply(s) for the Work from a qualified contractor(s) that conform to the requirements of this ITB and is most advantageous to the City and in its best interest. The City reserves the right to award the Bid(s) considered to best serve the City’s interests. 2.2. DELIVERY. All equipment, materials, and goods in connection with the Work shall be delivered F.O.B. destination (i.e., at a specific City address), and delivery costs and charges (if any) will be included in the Bid pricing. Exceptions should be noted. 2.3. EQUIPMENT. Any equipment or products used by Contractor to provide Work pursuant to this ITB shall remain the property of the Contractor. In the event equipment or products used by the Contractor are found to be defective, of unsatisfactory quality, or do not conform to the requirements of this ITB or the Specifications, the City reserves the right to reject the equipment or product(s), at the Contractor’s expense. 2.4. PRICING. The Bid form attached to this ITB under Section 4 and to be included with each Bid shall specify the Bidder’s pricing and/or fees for the equipment and Work requested herein. Bidder should include any and all applicable taxes in Bid prices. If the Bidder is awarded an Agreement pursuant to this ITB, the prices and fees quoted in the Bid shall remain fixed and firm during the term of the Agreement. 2.5. BID COSTS. Bidders submitting Bid do so entirely at their own cost and expense. There is no expressed or implied obligation by the City to reimburse any individual or firm for any costs or expenses incurred in preparing or submitting Bid, providing additional information when requested by the City, or for participating in any selection interviews. 2.6. LICENSES AND PERMITS. Bidder shall secure any and all necessary and required licenses, certifications and permits to conduct the Work, including, but not limited to, all Federal, State, County and City licenses and permits. All Bidders must provide the necessary documentation to demonstrate that they meet all applicable licensing and permitting requirements. By submitting a Bid in response to this ITB, Bidder represents and warrants to the City that it holds all licenses, certifications and permits (“Licenses”) required by applicable law and by any other governmental authority or agency to perform the Work. Bidder represents and warrants to the City that the Licenses shall be in full force and effect on the date of performance of the Work and further represents that it 12 of 116 46 holds and will hold all Licenses throughout the term of the Agreement. Bidder shall provide the City with copies of all Licenses and any additional permits that may be required for performance of the Work with its Bid and during the term of the Agreement. Where the Contractor is required to enter onto City property, public rights-of-way or other property to deliver equipment or to perform the Work as a result of a Bid award, the Contractor will assume the full duty, obligation and expense of obtaining all necessary approvals, licenses, permits, inspections and insurance required. The Contractor shall be liable for any damages or loss to the City property, or other property or persons, occasioned by the acts or omissions, or the negligence of the Bidder (or their agent) or any person the Bidder has designated in the performance of the Work, as a result of the Bid. 2.7. INSURANCE. 2.7.1. If selected, the Contractor shall secure and maintain throughout the duration of the awarded contract insurance of such types and in such amounts not less than those specified below as satisfactory to City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Contractor’s insurance and shall not contribute to the Contractor’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the City as it deems necessary or prudent. Copies of Contractor’s actual Insurance Policies as required herein and Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured. Each Policy and certificate shall include no less than (30) thirty-day advance written notice to City prior to cancellation, termination, or material alteration of said policies or insurance. All coverage forms must be primary and non-contributory and the Contractor shall provide a waiver of subrogation for the benefit of the City. The Contractor shall be responsible for assuring that the insurance policies and certificates required by this Section remain in full force and effect for the duration of the Work. 2.7.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor. The General Aggregate Liability limit and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000,000 each. 2.7.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Contractor shall be allowed to provide Work pursuant to this ITB who is not covered by Worker’s Compensation insurance. 2.7.1.3. Business Automobile Liability with minimum limits of $1,000,000.00 per Occurrence, combined single limit for Bodily Injury and Property Damage. 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 the Insurance Service Office, and must include Owned, Hired, and Non-Owned Vehicles. 2.7.2. The Contractor agrees to indemnify, defend and hold harmless the City from and against any and all claims, suits, judgments, losses, damages, executions and/or liabilities as to bodily injuries and/or property damage which arise or grow out of the Agreement or Contractor’s performance of the Work required by this ITB. 2.7.3. The Contractor shall also, upon request by the City, provide copies of all official receipts and endorsements as verification of Contractor's timely payment of each insurance policy premium as required by the Agreement. 13 of 116 47 2.7.4. THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE OR ADDITIONAL COVERAGE IF DEEMED NECESSARY. 2.8. BONDS. The selected Contractor must, prior to performing any portion of the Work and within three (3) days of the Effective Date of the Construction Contract, deliver to the City the Bonds required to be provided by Bidder hereunder and the Construction Contract(collectively, the “Bonds”). The City, in its sole and exclusive discretion, may also require other bonds or security, in order to guaranty that the awarded contract with the City will be fully and appropriately performed and completed. The surety providing such Bonds must be licensed, authorized, and admitted to do business in the State of Florida and must be listed in the Federal Register (Dept. of Treasury, Circular 570). The cost of the premiums for such Bonds shall be included in the contract price. If notice of any change affecting the scope of services/work, the contract price, contract time, or any of the provisions of the Construction Contract is required by the provisions of any bond to be given to a surety, the giving of any such notice shall be t he selected Contractor’s sole responsibility, and the amount of each applicable bond shall be adjusted accordingly. If the surety is declared bankrupt or becomes insolvent or its right to do business in Florida is terminated or it ceases to meet applicable law or regulations, the selected Contractor shall, within five (5) days of any such event, substitute another bond (or Bonds as applicable) and surety, all of which must be satisfactory to the City. 2.8.1. Performance Bond. If this provision is selected, the selected Contractor must deliver to the City a performance bond in an amount equal to 100 percent of the price specified in the contract. The performance bond shall provide that the bonding company will complete the project if the selected Contractor defaults on the contract with the City by failing to perform the contract in the time and manner provided for in the contract. 2.8.2. Payment Bond. If this provision is selected, the selected Contractor must deliver to the City a payment bond in an amount equal to 100 percent of the price specified in the contract. The payment bond shall provide that the bonding company or surety will promptly pay all persons who supply labor, materials, or supplies used directly or indirectly in the performance of the work provided for in the contract between the selected Contractor and the City if the selected Contractor fails to make any required payments only. 2.8.3. Waiver of Bonds. If this provision is selected, the City Manager has waived or limited the requirements contained herein for payment or performance bonds upon such circumstances as are deemed in the best interest of the City. If the requirement for a payment bond is waived, the City shall select this box: ☐. If the requirement for a performance bond is waived, the City shall select this box: ☐. 2.9. BID GUARANTY/BID BOND. Each bid must be accompanied by a Bid Bond or Cashier’s Check, in the amount of five percent (5%) of the bid, in the form provided in Form 9. Bid Guaranty shall be made by certified or cashier's check or by a bid bond made payable to the City and provided by a surety company authorized to do business as a surety in the state. All Bid Bonds shall be valid for a period of at least 90 days from the bid submission date. The Bid Bonds for all unsuccessful bids shall be returned after the 90-day period. The purpose of the bid bond is to ensure that bids are honored and that they remain valid for the required period. Accordingly, bid bonds are subject to forfeiture any time Bidders refuse to honor their bids for at least 90 days after bid opening. The Bid Guaranty of the successful bidder will be retained until such bidder has executed a contract and furnished any payment and performance bonds, along with all insurance policies, licenses, or other documentation that may be required by the City. If the successful bidder fails to furnish the required payment and performance bonds, fails to execute and deliver the contract, or fails to deliver the required insurance policies, licenses, or other documentation to the office of the purchasing agent within the time specified in the instructions to bidders, the City may annul the notice of award and the entire sum of the Bid Guaranty shall be forfeited to the City. All Bid Guarantees of unsuccessful Bidders will be returned after the Contract is awarded and executed. 14 of 116 48 Bid Bonds shall be submitted to the City Clerk’s Office no later than the Submittal Due Date: Nkenga “Nikki” Payne, CMC, FCRM City Clerk City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov If the requirement for a Bid Guaranty/Bid Bond is waived, the City shall select this box: ☒. 2.10. COMPLIANCE WITH LAW AND OTHER REQUIREMENTS. Contractor shall conduct its operations in compliance with all applicable federal, State, County and City laws and regulations in providing the Work required by this ITB. 2.11. ASSIGNMENT. The Contractor shall not transfer or assign the performance of the Work required by this ITB and the Agreement without the City’s prior written consent. Any award issued pursuant to this ITB and monies which may be payable by the City, are not assignable except with the City’s prior written approval. 2.12. ATTORNEY’S FEES. If the City incurs any expense in enforcing the terms of the Agreement, whether suit be brought or not, Contractor agrees to pay all such costs and expenses including, but not limited to, court costs, interest and reasonable attorney’s fees. 2.13. CONTRACTOR’S RELATION TO THE CITY. It is expressly agreed and understood that the Contractor is in all respects an independent contractor as to all Work hereunder, and that the Contractor is in no respect an agent, servant or employee of the City. This ITB specifies the Work to be performed by the Contractor, but the method to be employed to accomplish the Work shall be the responsibility of the Contractor, unless otherwise provided in the Agreement or by the City. 2.14. DISCRIMINATORY PRACTICES. The Contractor shall not discriminate or deny service, deny access, or deny employment to any person on the basis of race, color, creed, sex, sexual orientation, religion or national origin. The Contractor will strictly adhere to the equal employment opportunity requirements and any applicable requirements established by the State of Florida or the Federal Government. 2.15. CANCELLATION. Failure on the part of the Contractor to comply with the conditions, specifications, requirements and terms as determined by the City, shall be just cause for cancellation of the award, with the Contractor holding the City harmless. 2.16. INDEMNIFICATION. The Contractor shall indemnify, save harmless and defend the City, its officers, agents and employees from and against any claims, demands or causes of action of whatsoever kind or nature arising out of any act, 15 of 116 49 error, omission, negligent act, conduct or misconduct of the Contractor, its agents, servants or employees, in the performance of the Work pursuant to this ITB and/or from any procurement decision of the City including without limitation, awarding the Agreement to a Contractor. 2.17. MULTIPLE /OTHER VENDORS. The City reserves the right to select and award multiple Bidders to provide some or all of the Work. If the selected contractors are unavailable, the City reserves the right to seek and obtain other sources. 2.18. PUBLIC ENTITY CRIME/DISQUALIFICATION. Pursuant to Section 287.133(3)(a), Florida Statute, all Bidders are advised as follows: “A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.” 2.19. NO CONTINGENCY FEE. Bidder shall warrant that it has not employed or retained any company or person, other than a bona fide employee working solely for the Bidder, to solicit or secure the Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Bidder, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making the Agreement. For the breach or violation of this provision, the City shall have the right to terminate the Agreement, without liability, at its discretion. 2.20. PUBLIC RECORDS; CONFIDENTIALITY. Bidders are hereby notified that all information submitted as part of or in support of Bid submitted pursuant to this ITB are public records subject to public disclosure in accordance with Chapter 119, Florida Statutes. If there is any apparent conflict between Florida’s Public Records Law and this ITB, Florida Law will govern and prevail. All Bids submitted in response to this ITB shall become the property of the City. Unless the information submitted is proprietary, copyrighted, trademarked, or patented, the City reserves the right to utilize any or all information, ideas, conceptions, or portions of any Bid in its best interest. Acceptance or rejection of any Bid shall not nullify the City’s rights hereunder. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM Mailing address: 6130 Sunset Drive South Miami, FL 33143 Telephone number: 305-663-6340 Email: NPayne@southmiamifl.gov 16 of 116 50 2.21. AMERICAN RESCUE PLAN ACT PROVISIONS. Bidder acknowledges that the Work or Services may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act (“ARPA”). The selected Contractor shall be required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in the ARPA Addendum to this solicitation. If compliance with this section is required, the City shall select this box: . 2.22. GRANT FUNDING. By submitting a response to this solicitation, Bidders acknowledge that the Work or Services may be fully or partially funded utilizing funds from the grants listed below (the “Grant”). Accordingly, by submitting a response to this competitive solicitation, the Bidder warrants and represents that it has reviewed the terms and conditions for each Grant and will perform the Work or Services in accordance with the terms and conditions of the Grant(s). Grant Title Grant Agreement Attachment No. State of Florida Department of Environmental Protection (FDEP) ATTACHMENT D If the Work or the Services will be funded utilizing Grant funds, the City shall select this box:. END OF SECTION 2 17 of 116 51 SECTION 3. SCOPE OF WORK, SPECIFICATIONS, AND REQUIREMENTS “SANITARY SEWER CONSTRUCTION AREA K – PHASE 1” 3.1. GENERAL REQUIREMENTS. The Work specified in this Invitation to Bid (ITB) 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 ITB (the “Work”). The Work is to be performed in accordance with specifications and the contract documents that are provided to the Contractor by the City herein, 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. The Work also includes but is not limited to keeping the Project site clean and safe; the furnishing all labor of the Contractor and the labor of all allowable subcontractors; providing dumpster(s) for cleanup and disposal; 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. 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 member utilities in Florida so that the utilities can mark the approximate location of all their underground facilities, including power lines, telephone lines, pipes, and cables on 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. Permit fees charged by other government entities, if required, are the responsibility of the Bidder/Contractor; however, in all cases; it is the responsibility of Bidder/Contractor to secure any and all permits that may be required for this project. All work is to be completed in accordance with specifications, engineering construction drawings, and in accordance with the terms and conditions described in Attachments A, C & D, all federal, state and local requirements, guidelines and regulations included the Florida Building Code, the City Land Development Code, all applicable ordinances of Miami-Dade County and the City, and the Americans with Disabilities Act (ADA). If the Project involves a City park, the Contractor must comply with the City’s public playground safety standards, rules, and guidelines. Work activity is limited to the hours from 7:00 a.m. through 6:00 p.m., on weekdays from Monday through Friday pursuant to Section 7-15 and 7-16 of the City Code of Ordinances. 3.2. SPECIFIC REQUIREMENTS. The City is soliciting proposals from highly qualified firms for Sanitary Sewer improvements Phase I of Sub- area K. All work must be completed within 270 calendar days from the issuance of a purchase order and building construction permit as per the specifications, engineering construction drawings, and in accordance with the terms and conditions described in Attachments A, C & D. Respondents shall review enclosed specifications, engineering construction plan documents, tree survey details. Respondents are 18 of 116 52 required to follow all federal, state and local codes as well as all rule compliance and guidelines with Americans with Disabilities Act (ADA). 3.2.1 WASTEWATER COLLECTION SYSTEM SCOPE (Phase I) The Project, including mobilization and demobilization, consists of: • 2,394 L.F of 8- inch PVC gravity sewer main, 155 L.F. of 8-inch DIP gravity sewer main, 31 L.F. of 10- inch DIP gravity sewer main, 13 pre-cast concrete Manholes, 1,103 L.F. of 6-inch Sanitary Sewer Laterals. • Furnishing and installing approximately 72 linear feet of 6-inch, 694 linear feet of 8-inch ductile pipe and fittings for a sanitary sewage force main, plug valve; making tapping connection to an existing sanitary sewage force main including furnishing and installing a tapping sleeve (stainless steel) and tapping valve; mechanical joint restraints; and automatic air release valve assemblies. The project also includes providing Maintenance of Traffic (MOT) plans; providing off-duty police for traffic control as may be required by the City or governing authorities; temporary and permanent replacement of any sidewalk, sod, pavement markings, pavement and/or driveway damaged by construction and all other appurtenant and miscellaneous items and work for a complete and fully functional installation . Ancillary work includes all permitting; dewatering; storm water pollution prevention; removing unsuitable soils and installing suitable backfill material where required; sheeting and shoring ordered left in place by the Engineer; transport and legal disposal of demolition material; replacement of sod and shrubs; tree protection, trimming, root pruning; performing work with time and weather limitations and other appurtenant and miscellaneous items; and, all work necessary for a complete, fully functional and satisfactory installation. 3.2.2 SEWER PUMP STATION SCOPE The project consists of furnishing all materials, labor, and equipment necessary to Construct Sewage Pump Station. The scope of work consists of site preparation and clearing and grubbing, removal and disposal of construction debris and any unsuitable fill in a legal manner as necessary; furnishing and installation of sheet piling and devices to monitoring vibration; furnish and install new concrete wet well and valve vault with concrete protective coating and top slab with H-20 loading aluminum access hatch for the wet well and a standard H-20 loading aluminum access hatch for the valve vault; furnish and install new dual 15 hp. submersible pumps and related equipment, all piping, fittings and appurtenances for new pump station discharge and emergency connection; new concrete slab around wet well and valve vault for motor connection boxes; new concrete slab for electrical service equipment, a new water service line, including hose bibb with backflow preventer and protective cage; furnish and install new control panel, electrical service, electrical meter, main disconnect, motor connection box and S.C.A.D.A. antenna, Contractor will install RTU enclosure and will coordinate with M-DWASD staff for the installation, start-up and testing of RTU. The work shall also include furnishing and installation of down transformers and down transformer primary and secondary disconnect switches Contractor will coordinate with FPL for the installation of electric service including connection to FPL feeder and conduit to FPL service, new pull box provided by FPL and make connection to new service, will implement and maintain a Storm Water Pollution Prevention Plan and will provide MOT Plan; construction of new lattice concrete paver driveway; installation of the Decorative Landscaping; site restoration which includes importing, placing and compacting suitable clean fill to achieve final elevations shown in proposed Site Plans (Sheet PS-2.1), start up and testing; and other appurtenant and miscellaneous items and work as necessary for a complete, satisfactory and fully functional installation. 19 of 116 53 The City reserves the right to issue the Notice to Proceed (NTP) to the Contractor at any time after the Award Letter has been issued. It is the intent of the City to obtain a complete functional, and satisfactory installation under this Contract, and any items of labor, equipment or materials which may reasonably be assumed as necessary to accomplish this end shall be supplied whether or not they are specifically shown on the Plans or stated herein. The Contractor is also alerted that various "Standards" are used herein for reference and criteria, and that he should obtain copies for his general use and protection. Abbreviated titles are used throughout these Specifications and although most of them are widely known, their complete titles are given below in order to avoid any misunderstanding. AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AISI American Iron and Steel Institute ANSI American National Standards Institute, Inc. ASTM American Society for Testing and Materials AWWA American Water Works Association FBC Florida Building Code FDOT City of Transportation, State of Florida MDCPW Miami-Dade County Public Works City The above list shall not be considered complete, as there are other "Standards" used; however, in most cases complete titles have been given. Wherever "Standards” are indicated here in for reference, the referenced portion shall have the same force and effect as if it were included, herein, in its entirety, latest revision if the date of publication is not shown. The contractor is made aware that the construction time is 270 consecutive calendar days to Final Completion, 240 calendar days to substantial completion. 3.3. SITE LOCATION. The Project will be held at SW 87th Street between SW 85th Avenue and SW 60th Avenue, SW 60th Avenue between SW 87th Street and SW 85th Street, and SW 85th Street between SW 60th Avenue and SW 62nd Avenue, South Miami, FL, 33143. 3.4. DESIGN PLANS & SPECIFICATIONS. Design plans and specifications for the Project are attached to this solicitation as Attachment C, “Design Plan and Specifications,” PLAN SET #1 - Sub Area K Sanitary Sewer – Phase I; PLAN SET #2 - Pump Station Plans, Sanitary Sewer Improvements; PLAN SET #3 – Pump Station Plans – Tree Disposition Plans; prepared by SRS Engineering. 3.5. PROJECT DURATION. After permit(s) have been secured/approved, the Bidder is responsible for completing this project within two hundred and seventy (270) calendar days from issuance of Notice to Proceed/Purchase Order/Email Notification from the City’s Project Manager. 20 of 116 54 3.6. WARRANTY. Bidder must include a warranty and/or guarantees of all material and labor that includes: 3.6.1. any conditions; and 3.6.2. guaranteed response time for repair; and 3.6.3. guaranteed replacement during the warranty period; and 3.6.4. life expectancy under normal use; and 3.6.5. Failures during the warranty period must be repaired or replaced to the satisfaction of the City; and 3.6.6. the term of the warranty. At a minimum, Bidder/Contractor must warrant their Work to be free of significant defects in workmanship and materials for a period of one (1) year and if General Conditions are made part of the contract documents for this project, at a minimum, Bidder/Contractor must warrant their Work in accordance with the warranty requirements found in the General Conditions to the Contract. 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 Bidder/contractor, Bidder/Contractor must assign it to the City. 3.7. DOCUMENTATION. A prerequisite to final payment is the execution and delivery to the City of all documents required by any governmental agency, including the City. Such documentation includes documentation for the conveyance of any property or facilities that are the subject of this Project. PERFORMANCE AND PAYMENT BONDS ARE REQUIRED FOR THIS PROJECT. A BID BOND IS NOT REQUIRED FOR THIS PROJECT END OF SECTION 3 21 of 116 55 SECTION 4. BID FORM PACKAGE As provided in the ITB, the following items must be attached to this Bid: FORMS STATUS Form 1 – Bid Form Package Acknowledgement √ Form 2A. Bidder’s Certification (if Company or Corporation) √ Form 2B. Bidder’s Certification (if Partnership) √ Form 3. Single Execution Affidavits √ Form 4. Dispute Disclosure √ Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions √ Form 6. Bidder’s Qualifications Survey √ Form 7. Bid Form/Schedule of Values √ Form 8. Reference List √ Form 9. Payment and Performance Bonds √ ATTACHMENTS This competitive solicitation incorporates the following attachments, which should be reviewed thoroughly and, if applicable, completed prior to submitting a response to this competitive solicitation. The City is attaching the following Attachments: Attachment A. Sample Contract Attachment B: Declaration /Affidavit of Representation Attachment C: Design Plans & Specifications –PLAN SET #1 - Sub Area K Sanitary Sewer – Phase 1; PLAN SET #2- PUMP STATION PLANS SANITARY SEWER MPROVEMENTS; PLANS SET #3 - PUMP STATION PLANS TREE DISPOSITION PLANS, prepared by SRS Engineering Attachment D: Grant Agreement; STATE OF FLORIDA DEPARTMENT OF ENVIROMENTAL PROTECTION (FDEP) 22 of 116 56 FORM 1 BID FORM PACKAGE ACKNOWLEDGEMENTS I hereby propose to furnish the goods and services specified in the Invitation to Bid, ITB No. PR2023- 17, “SANITARY SEWER CONSTRUCTION AREA K – PHASE 1.” I agree that my Bid will remain firm for a period of 180 days after opened by the City in order to allow the City adequate time to evaluate the Bid. I certify that all information contained in this Bid is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this Bid on behalf of the Firm named as the Proposing Firm and that said Firm is ready, willing, and able to perform if awarded the Agreement. I further certify, under oath, that this Bid is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a Bid; no officer, employee or agent of the City of South Miami or any other Bidder has an interest in said Bid. Furthermore, I certify that the undersigned executed this Bid Form with full knowledge and understanding of matters therein contained and was duly authorized. I further certify that the Bidder acknowledges receipt of all Addenda issued by the City in connection with the ITB (Check the box next to each addendum received). ______ Addendum 1 Addendum 6 ______ Addendum 2 Addendum 7 ______ Addendum 3 Addendum 8 ______ Addendum 4 Addendum 9 _______ Addendum 5 Addendum 10 Attached hereto are the following forms/documents which form a part of this Bid: Form 1. Bid Form Package Acknowledgement. Form 2A. Bidder’s Certification (if Company or Corporation) Form 2B. Bidder’s Certification (if Partnership) Form 3. Single Execution Affidavits Form 4. Dispute Disclosure Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions Form 6. Bidder’s Qualifications Survey Form 7 . Bid Form Form 8. Reference List Form 9. Payment and Performance Bonds (if applicable) 23 of 116 57 FORM 1 BID FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED) ___________________________________________ NAME OF BIDDER FIRM ____________________________________________ SIGNATURE OF BIDDER ____________________________________________ NAME & TITLE, TYPED OR PRINTED MAILING ADDRESS ____________________________________________ ____________________________________________ (____) ______________________________________ TELEPHONE NUMBER State of Florida County of The foregoing instrument was acknowledged before me by means of physical presence or online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 24 of 116 58 FORM 2A BIDDER’S CERTIFICATION (if Company or Corporation) CERTIFICATE STATE OF _____________ ) ) SS COUNTY OF ___________ ) I HEREBY CERTIFY that a meeting of the Board of Directors of ___________________________________________________________________ a corporation or company existing under the laws of the State of _________________________, held on ______________________, 2023, the following resolution was duly passed and adopted: RESOLVED, that, as _____________of the Corporation/Company, be and is hereby authorized to execute the Bid dated, __________, 2023 to the City of South Miami for ITB No. 2023-17 “SANITARY SEWER CONSTRUCTION AREA K – PHASE 1” Project, and that this execution thereof, attested by the Secretary of the Corporation/Company, and with the Corporate/Company Seal affixed, shall be the official act and deed of this Corporation/Company. I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of corporation/company on this the _____________ of ___________, 2023. _______________________ Secretary (SEAL) 25 of 116 59 FORM 2B BIDDER’S CERTIFICATION (if Partnership) CERTIFICATE STATE OF ____________ ) ) SS COUNTY OF __________ ) I HEREBY CERTIFY that a meeting of the Partners of ____________________ _____________________________________________________________________, a partnership existing under the laws of the State of _________________________, held on ____________________, 2023, the following resolution was duly passed and adopted: “RESOLVED, that _____________________________________________, as_____________________________________________________________of the Partnership, be and is hereby authorized to execute the Bid dated ______________, 2023, to the City of South Miami for ITB No. PR2023-17 “SANITARY SEWER CONSTRUCTION AREA K – PHASE 1” from this partnership and that his execution of thereof, attested by the shall be the official act and deed of this Partnership.” I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this _____, day of ________, 2023. _______________________ Secretary (SEAL) 26 of 116 60 FORM 3 SINGLE EXECUTION AFFIDAVITS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY THE BIDDER OR BIDDER AND NOTARIZED BELOW. IN THE EVENT THE BIDDER OR BIDDER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE BIDDER OR BIDDER IS DEEMED TO BE NON-RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A BID/BID. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE CITY OF SOUTH MIAMI AND ARE STATEMENTS MADE: By: For (Name of Proposing or Bidding Entity): Whose business address is: And (if applicable) its Federal Employer Identification Number (FEIN) is: (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS#: ) Americans with Disabilities Act Compliance Affidavit The above named firm, corporation or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below 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 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. • The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501-553.513, Florida Statutes: • The Rehabilitation Act of 1973, 229 USC Section 794; • The Federal Transit Act, as amended 49 USC Section 1612; • The Fair Housing Act as amended 42 USC Section 3601-3631. Bidder Initials 27 of 116 61 Public Entity Crimes Affidavit I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations. I understand that “convicted” or “conviction” as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. 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. I understand that a “person” as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term “person” includes those officers, directors, executives, and partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with ad convicted of a public entity crime sub sequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida , Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that 28 of 116 62 □ □ □ 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 above is for that public entity only and that this form is valid through December 31 of the calendar year in which it is filed. I also understand that I am required to inform the public entity prior to entering into a contract in excess of the threshold amount provided in Section 287.017, Florida Statutes for category two of any change in the information contained in this form. Bidder Initials No Conflict of Interest or Contingent Fee Affidavit Bidder warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Bidder also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami-Dade County and City of South Miami conflict of interest or code of ethics ordinances. Further, Bidder acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Bidder should the Bidder be selected for the performance of this contract. Bidder Initials Business Entity Affidavit Bidder hereby recognizes and certifies that no elected official, board member, or employee of the City of South Miami (the " City”) shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no City employee, nor any elected or appointed officer (including City board members) of the City, nor any spouse, parent or child of such employee or elected or appointed officer of the City, may be a partner, officer, director or proprietor of Bidder or Vendor, and further, that no such City employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a material interest in the Vendor or Bidder. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Bidder. Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by City. Further, Bidder recognizes that with respect to this transaction or bid, if any Bidder violates or is a party to a violation of the ethics ordinances or rules of the City, the provisions of Miami-Dade County Code Section 2-11.1, as applicable to City, or the provisions of Chapter 112, part III, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Bidder may be disqualified from furnishing the goods or services for which the bid or Bid is submitted and may be further disqualified from submitting any future bids or Bid for goods or services to City. Bidder Initials Anti-Collusion Affidavit 1. Bidder/Bidder has personal knowledge of the matters set forth in its Bid/Bid and is fully informed respecting the preparation and contents of the attached Bid/Bid and all pertinent circumstances respecting the Bid/Bid; 29 of 116 63 2. The Bid/Bid is genuine and is not a collusive or sham Bid/Bid; and 3. Neither the Bidder/Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including Affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Bidder/Bidder, firm, or person to submit a collusive or sham Bid/Bid, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder/Bidder, firm, or person to fix the price or prices in the attached Bid/Bid or of any other Bidder/Bidder, or to fix any overhead, profit, or cost element of the Bid/Bid price or the Bid/Bid price of any other Bidder/Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City or any person interested in the proposed Contract. __________ Bidder Initials Scrutinized Company Certification 8. Bidder certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate the Agreement that may result from this ITB at its sole option if the Bidder or its subcontractors are found to have submitted a false certification; or if the Bidder, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 9. If the Agreement that may result from this ITB is for more than one million dollars, the Bidder certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. pursuant to Section 287.135, F.S., the City may immediately terminate the Agreement that may result from this ITB at its sole option if the Bidder, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Bidder, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 10. The Bidder agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under the Agreement that may result from this ITB. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. Bidder Initials Drug-Free Workplace Affidavit Bidder hereby recognizes that, pursuant to F.S. § 287.087, preference shall be given to businesses with drug-free workplace programs when two bids/Bid are equal with respect to price, quality, and service. Bidder understands that in order to qualify as a drug-free workplace, Bidder must: a) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. b) Inform employees about the dangers of drug abuse in the workplace, the Bidder’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee 30 of 116 64 assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 1) Give each employee engaged in providing commodities or contractual services under the ITB a copy of the statement specified in subsection (1). 2) Notify employees that, as a condition of working on the commodities or contractual services under the ITB, the employee must abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 3) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted. 4) Make a good faith effort to continue to maintain a drug-free workplace through the implementation of this section. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) The entity submitting this sworn statement is a drug-free workplace and is in full compliance with the requirements set forth under F.S. § 287.087. The entity submitting this sworn statement is not a drug-free workplace. Bidder Initials City Non-Discrimination Requirements Affidavit Bidder understands that pursuant to Section 3-1.1 of the Code of the City of South Miami, the City will not enter into or award a contract to an entity engaged in a boycott. Bidder understands that “Boycott” as defined under Section 3-1.1 of the Code of the City of South Miami means to blacklist, divest from, or otherwise refuse to deal with a nation or country, or to blacklist or otherwise refuse to deal with a person or entity when the action is based on race, color, national origin, religion, sex, gender identity, sexual orientation, marital or familial status, age, or disability in a discriminatory manner. The term boycott does not include a decision based upon business or economic reasons, or boycotts, embargoes, trade restrictions, or divestments that are specifically authorized or required by federal law or state law. Bidder certifies that it is not engaged in a boycott, and is in full compliance with Section 3-1.1 of the Code of the City of South Miami. Bidder Initials Acknowledgment, Warranty, and Acceptance 1. Contractor warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations. 31 of 116 65 □ □ 2. Contractor warrants that it has read, understands, and is willing to comply with all requirements of ITB No. PR2023-17 and any addendum/addenda related thereto. 3. Contractor warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the City Commission or City Manager, as applicable. 4. Contractor warrants that all information provided by it in connection with this Bid is true and accurate. Bidder Initials [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.] 32 of 116 66 In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of physical presence or online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 33 of 116 67 FORM 4 DISPUTE DISCLOSURE Answer the following questions by placing an “X” after “Yes” or “No”. If you answer “Yes”, please explain in the space provided, or on a separate sheet attached to this form. 1. Has your firm or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulations or any other regulatory agency or professional associations within the last five (5) years? YES __________ NO __________ 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? YES __________ NO __________ 3. Has your firm had against it or filed any requests for equitable adjustment, contract claims, Bid protests, or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? YES __________ NO __________ If yes, state the nature of the request for equitable adjustment, contract claim, litigation, or protest, and state a brief description of the case, the outcome or status of the suit and the monetary amounts of extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation of falsification of facts shall be cause for forfeiture of rights for further consideration of this Bid or Bid for the City of South Miami. ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 34 of 116 68 FORM 5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). Copies of the regulations are available from local offices of the U.S. Small Business Administration. (1) The prospective primary participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) 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 or destruction of records, making false statements, or receiving stolen property; (c) 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 (d) 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. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this Statement of Qualifications. Entity Name: _________________________________________________________ Date: _________________________ By: Signature of Authorized Representative Name and Title of Authorized Representative 35 of 116 69 FORM 6 BIDDER’S QUALIFICATIONS SURVEY COMPANY QUALIFICATIONS QUESTIONNAIRE Please complete this Company Qualifications Questionnaire. By completing this form and submitting a response to the ITB, you certify that any and all information contained in the bid is true, that your response to the ITB is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a response to the ITB for the same materials, supplies, equipment, or services, is in all respects fair and without collusion or fraud, that you agree to abide by all terms and conditions of the ITB, and certify that you are authorized to sign for the Bidder’s firm. Some responses may require the inclusion of separate attachments. Separate attachments should be as concise as possible, while including the requested information. In no event should the total page count of all attachments to this Form exceed five (5) pages. Some information may not be applicable; in such instances, please insert “N/A”. Firm Name Principal Business Address Telephone Number Facsimile Number Email Address Federal I.D. No. or Social Security Number Municipal Business Tax/Occupational License No. FIRM HISTORY AND INFORMATION How many years has the firm has been in business under its current name and ownership? Please identify the Firm’s document number with the Florida Division of Corporations and date the Firm registered/filed to conduct business in the State of Florida: Document Number Date Filed Please identify the Firm’s category with the Florida Department of Business Professional Regulation (DBPR), DBPR license number, and date licensed by DBPR: Category License No. Date Licensed Please indicate the type of entity form of the Firm (if other, please describe): □ Individual □ Partnership □ Corporation □ LLC □ LLP □ Other Please identify the Firm’s primary business: 36 of 116 70 Please identify the number of continuous years your Firm has performed its primary business: Please list all professional licenses and certifications held by the Firm, its Qualifier/Principal, and any Key Staff, including any active certifications of small, minority, or disadvantaged business enterprise, and the name of the entity that issued the license or certification: License/Certification Type Name of Entity Issuing License or Certification License No. License Issuance Date Please identify the name, license number, and issuance date of any prior companies that pertain to your Firm: License/Certification Type Name of Entity Issuing License or Certification License No. License Issuance Date Please identify all individuals authorized to sign for the entity, their title, and the threshold/level of their signing authority: Authorized Signor’s Name Title Signing Authority Threshold (All, Cost up to $X-Amount, No Cost, Other) Please identify the total number of Firm employees, managerial/administrative employees, and identify the total number of trades employees by trade (e.g., 20 electricians, 5 laborers, etc.): Total No. of Employees Total No. of Managerial/Administrative Employees Total No. of Trades Employees by Trade INSURANCE INFORMATION Please provide the following information about the Firm’s insurance company: Insurance Carrier Name Insurance Carrier Contact Person Insurance Carrier Address Telephone No. Email Has the Firm filed any insurance claims in the last five (5) years? □ No □ Yes If yes, please identify the type of claim and the amount paid out under the claim: FIRM OWNERSHIP Please identify all Firm owners or partners, their title, and percent of ownership: Owner/Partner Name Title Ownership (%) 37 of 116 71 Please identify whether any of the owners/partners identified above are owners/partners in another entity: □ No □ Yes If yes, please identify the name of the owner/partner, the other entity’s name, and percent of ownership held by the stated owner/partner: Owner/Partner Name Other Entity Name Ownership (%) RECENT CONTRACTS Please identify the five (5) most recent contracts in which your Firm has provided services to other public entities: Public Entity Contact Person Telephone No. Email Address Date Awarded By signing below, Bidder certifies that the information contained herein is complete and accurate to the best of Bidder’s knowledge. Firm: Authorized Signature: Date: Print or Type Name: Title: 38 of 116 72 FORM 7 BID FORM/SCHEDULE OF VALUES ITB No. PR2023-17 Note: Quantities are being provided for reference only. Contractors shall be responsible for verifying all quantities and take-offs, utilizing the furnished plans. Contractor's total sum shall reflect the inclusion of all improvements noted, drawn, specified and identified throughout the plans, without exception or exclusions. AREA “K” PUMP STATION 39 of 116 73 ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT COST TOTAL COST General Requirements 1 For performing preparatory work and operations in mobilizing for beginning the work of the Project, including preparation and acceptance of MOT, but excluding materials and permit costs, both of which are paid under other payment items LS 1 2 Preparation of As-built records LS 1 Demolition and Rehabilitation 3 Erosion and Sedimental Control LS 1 4 Clearing And Grubbing LS 1 5 Sod Restoration SY 350 6 For making cut-in connections to existing water mains including cutting and capping existing main(s), as shown on the Plans, complete EA 4 7 For constructing brick paver roadway restoration (brick pavers, concrete pavers, stone pavers, stone tiles, ceramic tile and other similar finishes) to match existing (Include 12-inches Stabilization and 8- inches Limerock) SY 35 8 Concrete Curb Type-F or Valley Gutter, (Include 12-inches Stabilization and 8-inches Limerock)LF 20 9 For furnishing and installing grout (flowable fill) for filling existing 8-inch water main that is to be placed out of service LF 260 Civil-Structural 10 Excavation and Hauling (not assuming contaminated soil)CY 300 11 For furnish and install backfill material to meet proposed grading as shown on plans CY 130 12 Type B Stabilization (12-Inches)SY 90 13 Limerock (6-inches)SY 90 14 Heavy Duty Lattice Concrete Paver. Includes all labor and materials (paver, # 8 aggregate, and any processing or material necessary to complete paver installation.)SY 65 15 Reinforced concrete band (driveway)LF 175 16 Preacast Concrete 96" dia. Wet Well w/ interior and exterior coating, F&I EA 1 17 Precast Concrete Top Slab w/ 32" x 54" (clear opening) Aluminium Access Hatch (Watertight) for Wet Well EA 1 18 Precast Concrete 78" x 102" Valve Vault , F&I EA 1 19 Precast Concrete Top Slab w/ 60" x 70" (Clear Opening)Aluminium Access Hatch (Watertight) for Valve Vault EA 1 20 Concrete Slab Around Wet Well & Valve Vault (6" Thick)SY 2 21 Reinforced Concrete Slab for Electrical Equipment, include concrete casing support LS 1 22 Reinforced Concrete Slab for Electrical Transformer SY 1 23 Reinforced Concrete Slab for Power and Juntion Boxes SY 1 24 Furnish and Install 6" Ductile Iron Pipe, Fittings, Plug/Check Valve and Suports LS 1 25 1" H.D.P.E. Water Service Line and Corp. Stop Connection to existing water main per M-DWASD STD WS 2.16, including Pavement Restoration Type I per M-DWASD STD A 1.0 LS 1 26 5/8" x 3/4" Single Water Meter and Box w/ 3'x3'x6" Concrete Slab per M-DWASD STD WS 2.10, F&I EA 1 BID PROPOSAL CITY OF SOUTH MIAMI AREA "K" - PUMP STATION Bid prices stated in the proposal include all costs and expenses for labor, equipment, materials, contractor's overhead, and profit. Payment for this project will be based upon completion of the entire project as a unit price contract. Page 1 of 340 of 116 74 BID PROPOSAL CITY OF SOUTH MIAMI AREA "K" - PUMP STATION Bid prices stated in the proposal include all costs and expenses for labor, equipment, materials, contractor's overhead, and profit. Payment for this project will be based upon completion of the entire project as a unit price contract. 27 1" RPZBFP w/ Hose Bibb per M-DWASD STD WS 4.18 and Sheet No. M-1 and w/ Plumbing Line, Concrete Slab and Lockable Enclosure EA 1 Mechanical 28 Furnish and Install Submersible Pump FLYGT Model NP 3153.095 HT 3 - 465 Impeller or Approved Equal w/ Electric Submersible Cable and Lift Chain EA 2 29 Furnish and Install discharge base, 6”x8" Base Elbows, and Guide Rails EA 2 30 Furnish and Install Sump Pump in Valve Vault EA 1 31 Furnish and Install Sump Pump Discharge Piping and Valves EA 1 Electrical 32 Furnish and Install Control Panel LS 1 33 Furnish and Install Main Disconnect EA 1 34 Furnish and Install SCADA RTU panel and antenna EA 1 35 Furnish and Install Juntion boxes, receptable floats LS 1 36 Furnish and Install Electrical equipment appurtenence (including conduits and wiring)LS 1 37 Furnish and Install 200 AMP Meter EA 1 38 Furnish and Install Grounding Electrode System LS 1 39 Furnish and Install Pump Feeder EA 2 40 Furnish and Install Equipment Rack EA 1 41 Furnish and Install 500 Kva Pad Mounted Transformer EA 1 42 Furnish and Install Level Transducer EA 1 43 Furnish and Install Pressure Transmitter (including saddle)LS 1 Landscape 44 New Large Tree EA 3 45 New Medium / Small Tree EA 6 46 New Shrubs EA 300 47 Tree Relocation EA 1 48 Tree Protection Barrier LF 150 49 Sod Restoration SY 222 Page 2 of 341 of 116 75 BID PROPOSAL CITY OF SOUTH MIAMI AREA "K" - PUMP STATION Bid prices stated in the proposal include all costs and expenses for labor, equipment, materials, contractor's overhead, and profit. Payment for this project will be based upon completion of the entire project as a unit price contract. 50 The SUM of Item Nos. 1 through 49 51 For cost of required permits, fees, inspections, impact fees, if authorized by the Engineer (3% of the Subtotal, Item No. 50) Dedicated Allowance 1 52 For verifying existing utilities and performing soft digs if necessary Dedicated Allowance 1 53 For unforeseen conditions, for minor construction changes, and for quantity adjustments, if ordered by the Engineer (15% of the Subtotal, Item No. 50) Contingency Allowance 1 54 The SUM of Item Nos. 51 to 53 1 Temporay Sheet Piling and Support of Excavation. Contingency Item SF 2,400 2 For providing uniformed, off-duty police officers for the purpose of maintenance of traffic Dedicated Allowance 1 3 For removal, transport and legal disposal, including the payment of tipping fees, of any contaminated material discovered along the pipeline’s proposed route. This item shall also include the hiring of an environmental consultant firm by the contractor to prepare a soil and groundwater management plan, as needed, conduct soil and/or groundwater sampling for lab analysis to determine disposal requirements and oversee the handling of the material, including, but not limited to, the staging, segregation, preparation for hauling (i.e., removal of excess groundwater from material) and disposal as approved by the Engineer/Department. Dedicated Allowance 1 4 The SUM of Item Nos. 1 to 3 TOTAL CONTINGENCY SUBTOTAL TOTAL BID CONTINGENCY ITEMS Page 3 of 342 of 116 76 SUBMITTED THIS DAY OF 20____. BID SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Bid Fax Number Signature Email Address Title 43 of 116 77 FORM 7 (CONTINUED) BID FORM/SCHEDULE OF VALUES ITB No. PR2023-17 Note: Quantities are being provided for reference only. Contractors shall be responsible for verifying all quantities and take-offs, utilizing the furnished plans. Contractor's total sum shall reflect the inclusion of all improvements noted, drawn, specified and identified throughout the plans, without exception or exclusions. AREA “K” GRAVITY SEWER AND FORCE MAIN – PHASE 1 44 of 116 78 ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT COST TOTAL COST 1 For performing preparatory work and operations in mobilizing for beginning the work of the Project, including preparation and acceptance of MOT, but excluding materials and permit costs, both of which are paid under other payment items Aggregate Sum 1 2 For furnishing and delivering to the Department 10-inch zinc-coated ductile iron pipe for sanitary sewer main Linear Feet 31 3 For installing 10-inch ductile iron pipe for sanitary sewer main (greater than 14 feet or in accordance with zoning)Linear Feet 31 4 For furnishing and delivering to the Department 8-inch zinc-coated ductile iron pipe for sanitary sewer main Linear Feet 155 5 For installing 8-inch ductile iron pipe for sanitary sewer main (greater than 14 feet or in accordance with zoning)Linear Feet 155 6 For furnishing and delivering to the Department 8-inch PVC (C900) DR 25, (C.I.O.D.), (9.5” O.D.) colored green pipe with neoprene gaskets for sanitary sewer main Linear Feet 2,394 7 For installing 8" PVC (C-900) pipe for sanitary sewer main (6 to 7.99-feet)Linear Feet 318 8 For installing 8" PVC (C-900) pipe for sanitary sewer main (8 to 9.99 feet)Linear Feet 400 9 For installing 8" PVC (C-900) pipe for sanitary sewer main (10 to 11.99 feet)Linear Feet 655 10 For installing 8" PVC (C-900) pipe for sanitary sewer main (12 to 13.99 feet)Linear Feet 1021 11 For furnishing and delivering to the Department precast Reinforced Concrete Manhole for 6 ft. to 7.99 ft. depths. Typical 4 ft. inside diameter, with concentric/eccentric corbel, lined and coated, and with membrane sealing system & with inflow dish protector and with Type "A" manhole frame and cover. (All as per MDWASD Specifications and Details), complete. Each 1 12 For installing Precast reinforced Concrete Manhole with frame and cover for 6 ft. to 7.99 ft. depths, with concentric/eccentric corbel, complete.Each 1 13 For furnishing and delivering to the Department precast Reinforced Concrete Manhole for 8 ft. to 9.99 ft. depths. Typical 4 ft. inside diameter, with concentric/eccentric corbel, lined and coated, and with membrane sealing system & with inflow dish protector and with Type "A" manhole frame and cover. (All as per MDWASD Specifications and Details), complete. Each 1 14 For installing Precast reinforced Concrete Manhole with frame and cover for 8 ft. to 9.99 ft. depths, with concentric/eccentric corbel, complete.Each 1 15 For furnishing and delivering to the Department precast Reinforced Concrete Manhole for 10 ft. to 11.99 ft. depths. Typical 4 ft. inside diameter, with concentric/eccentric corbel, lined and coated, and with membrane sealing system & with inflow dish protector and with Type "A" manhole frame and cover. (All as per MDWASD Specifications and Details), complete. Each 2 16 For installing Precast reinforced Concrete Manhole with frame and cover for 10 ft. to 11.99 ft. depths, with concentric/eccentric corbel, complete.Each 2 17 For furnishing and delivering to the Department precast Reinforced Concrete Manhole for >12 ft. depths. Typical 4 ft. inside diameter, with concentric/eccentric corbel, lined and coated, and with membrane sealing system & with inflow dish protector and with Type "A" manhole frame and cover. (All as per MDWASD Specifications and Details), complete. Each 6 18 For installing Precast reinforced Concrete Manhole with frame and cover for >12 ft. depths, with concentric/eccentric corbel, complete.Each 6 19 For furnishing and delivering to the Department precast Reinforced Concrete DROP Manhole for >12 ft. depths. Typical 4 ft. inside diameter, with concentric/eccentric corbel, lined and coated, and with membrane sealing system & with inflow dish protector and with Type "A" manhole frame and cover. (All as per MDWASD Specifications and Details), complete. Each 3 20 For installing Precast reinforced Concrete Manhole with drop connections frame and cover for >12 ft. depths, with concentric/eccentric corbel, complete.Each 3 21 For furnishing and installing 8 x 6-inch ductile iron pipe tee branch connection for sanitary sewer Each 2 22 For furnishing and installing 8 x 6-inch PVC (C-900) tee branch connection for sanitary sewer Each 35 23 For furnishing and installing 8 x 6-inch PVC (C-900) Wye branch connection for sanitary sewer Each 7 24 For furnishing and delivering to the Department 6-inch PVC (C-900) sanitary sewer lateral, including fittings and clean-out assemblies, complete Linear Feet 1103 25 For installing 6-inch PVC (C-900) sanitary sewer lateral, including fittings and clean-out assemblies, complete Linear Feet 1103 BID PROPOSAL CITY OF SOUTH MIAMI AREA "K" - GRAVITY SEWER AND FORCE MAIN - PHASE 1 Page 1 of 345 of 116 79 BID PROPOSAL CITY OF SOUTH MIAMI AREA "K" - GRAVITY SEWER AND FORCE MAIN - PHASE 1 26 For furnishing and delivering to the Department 6-inch zinc-coated ductile iron pipe, fittings and plug valves for sewage force main Linear Feet 72 27 For installing 6-inch zinc-coated ductile iron pipe, fittings and plug valves for sewage force main Linear Feet 72 28 For furnishing and delivering to the Department 8-inch zinc-coated ductile iron pipe, fittings and plug valves for sewage force main Linear Feet 694 29 For installing 8-inch zinc-coated ductile iron pipe, fittings and plug valves for sewage force main Linear Feet 694 30 For constructing Automatic Air Release Valve Assemblies (AARVs) for sewage force main at the locations shown on the Plans, complete Each (Contingent Item)1 31 For making a tapping connection(s) to an existing sewage force main at: SW 62nd AVE (STA 10+80±) including furnishing and installing a tapping sleeve (stainless steel) and tapping valve, as shown on the Plans, complete, and obtaining the services of a tapping specialist to tap the exist existing sewage force main Aggregate Sum 1 32 For trench overcut in 1-foot depth increments, for any size pipe Linear Feet (Contingent Item)200 33 For removal, transport and legal disposal of unsuitable backfill materials, including tipping fees, as ordered by the Engineer Cubic Yards (Contingent Item)100 34 For sheeting and shoring ordered left in place by the Engineer Square Feet (Contingent Item)500 35 For furnishing and installing additional suitable backfill material, as directed by the Engineer Cubic Yards (Contingent Item)500 36 For constructing limerock base for Type "I" permanent pavement repairs on NON FDOT Roads, including the laterals Square Yards 2,450 37 For constructing Type "I" asphaltic concrete surface course permanent pavement repairs NON FDOT Roads, including the laterals Square Yards 2,450 38 For constructing limerock base for Type "I" permanent pavement repairs on Driveways Square Yards 180 39 For constructing Type "I" asphaltic concrete surface course permanent pavement repairs Driveways Square Yards 180 40 For constructing concrete driveway restoration to match existing Square Yards 60 41 For constructing brick paver driveway restoration (brick pavers, concrete pavers, stone pavers, stone tiles, ceramic tile and other similar finishes) to match existing Square Yards 100 42 For restoring sodded area Square Yards (Contingent Item)1500 43 As Built Aggregate Sum 1 44 The SUM of Item Nos. 1 through 43 45 For cost of required permits, fees, inspections, impact fees, if authorized by the Engineer (3% of the Subtotal, Item No. 44) Dedicated Allowance 1 46 For verifying existing utilities and performing soft digs if necessary Dedicated Allowance 1 SUBTOTAL Page 2 of 346 of 116 80 BID PROPOSAL CITY OF SOUTH MIAMI AREA "K" - GRAVITY SEWER AND FORCE MAIN - PHASE 1 47 For unforeseen conditions, for minor construction changes, and for quantity adjustments, if ordered by the Engineer (10% of the Subtotal, Item No.44) Contingency Allowance 1 48 The SUM of Item Nos. 44 to 47 1 For constructing Type V permanent pavement repairs for entire roadway (nominal 1 inch thick machine- overlaid asphaltic concrete SP-9.5 overlay), NONE FDOT Roads Square Yards 6,200 2 For replacing pavement markings damaged, removed or obliterated by the Contractor's operation Aggregate Sum 1 3 For providing uniformed, off-duty police officers for the purpose of maintenance of traffic Dedicated Allowance 1 4 For removal, transport and legal disposal, including the payment of tipping fees, of any contaminated material discovered along the pipeline’s proposed route. This item shall also include the hiring of an environmental consultant firm by the contractor to prepare a soil and groundwater management plan, as needed, conduct soil and/or groundwater sampling for lab analysis to determine disposal requirements and oversee the handling of the material, including, but not limited to, the staging, segregation, Dedicated Allowance 1 5 The SUM of Item Nos. 1 to 4 TOTAL BID CONTINGENCY ITEMS TOTAL CONTINGENCY Page 3 of 347 of 116 81 I I SUBMITTED THIS DAY OF 20____. BID SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Bid Fax Number Signature Email Address Title 48 of 116 82 FORM 8 REFERENCE LIST IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM, BIDDER SHALL PROVIDE A MINIMUM OF THREE REFERENCE LETTERS. REFERENCE #1 Public Entity Name: Reference Contact Person/Title/Department: Contact Number & Email Public Entity Size/Number of Residents/Square Mileage: Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Is the Contract still Active? Yes No 49 of 116 83 REFERENCE #2 Public Entity Name: Reference Contact Person/Title/Department: Contact Number & Email Public Entity Size/Number of Residents/Square Mileage: Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Is the Contract still Active? Yes No 50 of 116 84 REFERENCE #3 Public Entity Name: Reference Contact Person/Title/Department: Contact Number & Email Public Entity Size/Number of Residents/Square Mileage: Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Is the Contract still Active? Yes No 51 of 116 85 FORM 9 FORM OF PAYMENT AND PERFORMANCE BONDS PAYMENT BOND BY THIS BOND, we, , as Principal, (the “Contractor”) and , as Surety, are bound to the City of South Miami (the “City”), as Obligee, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract pursuant to ITB No. PR2023-17, which was awarded on , 2023, pursuant to Resolution No. , with the City, which contract documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated and other damages, and for the purpose of this Bond are referred to as the “Contract.” NOW, THEREFORE, THE CONDITION OF THIS PAYMENT BOND/OBLIGATION are that if Contractor shall promptly make payment to all claimants, as herein below defined, then this obligation shall be void; otherwise, this Bond shall remain in full force and effect, subject to the following terms and conditions: 1. A claimant is defined as any person supplying the Principal with labor, material and supplies, used directly or indirectly by the said Principal or any subcontractor in the prosecution of the work provided for in said Contract, and is further defined in Section 255.05(1) of the Florida Statutes; and 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after performance of the labor or after complete delivery of materials and supplies by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit; and 3. No suit or action shall be commenced hereunder by any claimant: a. Unless claimant, other than one having a direct contract with the Principal, shall within forty-five (45) days after beginning to furnish labor, materials or supplies for the prosecution of the work, furnish the Principal with a notice that he intends to look to this bond for protection; b. Unless claimant, other than one having a direct contract with the Principal, shall within ninety (90) days after such claimant's performance of the labor or complete delivery of materials and supplies, deliver to the Principal written notice of the performance of such labor or delivery of such material and supplies and the nonpayment therefore; c. After the expiration of one (1) year from the performance of the labor or completion of delivery of the materials and supplies; it being understood, however, that if any limitation embodied in this Bond is prohibited by any law controlling the construction hereof such limitations shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law; d. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 52 of 116 86 4. The Principal and the Surety jointly and severally, shall repay the Owner any sum which the Owner may be compelled to pay because of any lien for labor or materials furnished for any work included in or provided by said Contract. 5. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration of or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications applicable thereto shall in any way affect its obligations on this Bond, and the Surety hereby waives notice of any such change, extension of time, alterations of or addition to the terms of the Contract, or to the work or to the Specifications. 6. The Surety represents and warrants to the Owner that they have a Best's Key Rating Guide General Policyholder's rating of " " and Financial Category of "Class ”. IN WITNESS WHEREOF, the above bounded parties executed this instrument under their several seals, this day of 2023, A.D., the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: If Sole Ownership or Partnership, two (2) Witnesses Required; If Corporation, Secretary Only will attest and affix seal. FOR THE CONTRACTOR: WITNESS: Secretary Name of Corporation By: (Affix Corporate Seal) Print Name: Title: FOR THE SURETY: WITNESS: Agent and Attorney-in-Fact Print Name: Title: Address: Telephone: 53 of 116 87 CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the Corporation named as Principal in the within Bond; that who signed the said bond on behalf of the Principal, was then of said Corporation; that I know his/her signature, and his/her signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. (Affix Corporate Seal) Corporate Secretary In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Firm: State of Florida County of Before me, a Notary Public, duly commissioned, qualified and acting, appeared by means of  physical presence or  online notarization who being by me first duly sworn upon oath, says that s/he is the Attorney-in-Fact, for the and that s/he has been authorized by to execute the foregoing bond on behalf of the Contractor named therein in favor of the City of South Miami, Florida Sworn and subscribed to before me this day of , 20 . Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath (Attach Power of Attorney) END OF SECTION 4 54 of 116 88 ATTACHMENT A SAMPLE OF CONTRACT CONTRACT FOR CONSTRUCTION THIS CONTRACT FOR CONSTRUCTION (this “Contract”) is made this day of , 2023 (the “Effective Date”) by and between the CITY OF SOUTH MIAMI, FLORIDA, a Florida municipal corporation, (the “City”), and [INSERT CONTRACTOR’S NAME], a [INSERT TYPE OF ENTITY] (the “Contractor”). WHEREAS, the City issued Invitation to Bid No. PR2023-17 (the “ITB”) for construction of “SANITARY SEWER CONSTRUCTION AREA K – PHASE 1” (the “Project”), which ITB is incorporated herein by reference and made a part hereof as Exhibit “A”; and WHEREAS, in response to the City’s ITB, the Contractor submitted a bid for the Project (“Bid”), which Bid is incorporated herein by reference and made a part hereof as Exhibit “B”; and WHEREAS, Contractor submitted the lowest, responsive and responsible bid in the amount of [$_______________] in response to the ITB and was selected and awarded this Contract pursuant to Resolution No. for performance of the Work (as hereinafter defined); and WHEREAS, Contractor has represented to the City that it possesses the necessary qualifications, experience and abilities to perform the Work or the Project, and has agreed to provide the Work on the terms and conditions set forth in this Contract. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Contractor and the City agree as follows: 1. SCOPE OF WORK 1.1. Scope of Work. Contractor hereby agrees to furnish all of the labor, materials, equipment, services and incidentals necessary to perform all of the work described in the Contract Documents (the “Work” or the “Project”) including, without limitation as described in the approved plans, drawings and/or specifications prepared by SRS Engineering (the “Project Consultant”) attached hereto as Exhibit “C” (the “Design Plans & Specifications”) and any other documents incorporated herein by reference and made a part of this Contract for the following Project: “SANITARY SEWER CONSTRUCTION AREA K – PHASE 1” 1.2. Pre-Construction Conference. Within fourteen (14) calendar days after this Contract is executed by both parties, and before any Work has commenced, a pre-construction conference will be held between the City, the Contractor, and the Project Consultant. The Contractor must submit its project schedule and schedule of values, if applicable, prior to this conference. 1.3. Project Schedule. Contractor must submit a proposed Project Schedule as follows: 1.3.1. Schedule must identify the schedule for each location comprising the Project. The proposed Project schedule must be submitted within ten (10) calendar days from the date this Contract is executed by both parties for the review and approval of the Project Consultant or City as applicable. This initial schedule shall establish the baseline schedule for the Project. 55 of 116 89 1.3.2. All updates of schedules must be tracked against the baseline schedule and must be at a minimum submitted with each pay application. An updated schedule tracked against the baseline must also be submitted upon execution of each Change Order that impacts the Contract Time. Failure to submit such schedules will result in the rejection of any submitted payment application. 1.3.3. All Project Schedules must be prepared in Microsoft Project or approved equal by the City. At the time of submission of schedules, Contractor must submit a hard copy as well as an electronic version. Electronic versions must not be submitted in a .pdf format. 1.4. Records. 1.4.1. As-Built Drawings. During the Work, Contractor must maintain records of all deviations from the Drawings as approved by the Project Consultant and prepare two copies of As-Built Record Drawings showing correctly and accurately all changes and deviations made during construction to reflect the Work as it was actually constructed. It is the responsibility of the Contractor to check the As-Built Drawings for errors and omissions prior to submittal to the City and to certify in writing that the As-Built Record Drawings are correct and accurate, including the actual location of all infrastructure, internal piping, and electrical/signal conduits in or below the concrete floor (indicating the size, depth, and voltage in each conduit). To record actual construction, Contractor must legibly mark on-site structures and site Work as follows: 1.4.1.1. Depths of various elements of foundation in relation to finish first floor datum. 1.4.1.2. All underground piping and ductwork with elevations and dimensions and locations of valves, pull boxes, etc. Changes in location. Horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. Actual installed pipe material, class, etc. 1.4.1.3. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. Air conditioning ducts with locations of dampers, access doors, fans and other items needing periodic maintenance. 1.4.1.4. Field changes in dimensions and details. 1.4.1.5. Changes made by Project Consultant’s written instructions or by Change Order. 1.4.1.6. Details not on original Contract Drawings. 1.4.1.7. Equipment, conduit, electrical panel locations. 1.4.1.8. Project Consultant’s schedule changes according to Contractor’s records and shop drawings. 1.4.1.9. Specifications and Addenda: Legibly mark each section to record: 1.4.1.9.1. Manufacturer, trade name, catalog number and Supplier of each product and item of equipment actually installed. 1.4.1.9.2. Changes made by Project Consultant’s written instructions or by Change Order. 1.4.1.10. Approved Shop Drawings: Provide record copies for each process, equipment, piping, electrical system and instrumentation system. 1.4.1.10.1. As-built documents must be updated monthly as a condition precedent to payment. A final survey signed and sealed by a surveyor must be provided to the City at no additional cost, including digital l (CAD and PDF) versions. 56 of 116 90 1.4.1.10.2. For construction of new building, or building additions, field improvements, and or roadway improvements, as-built drawings must be signed and sealed by a Florida Licensed Registered Land Surveyor. 1.4.2. Record Set. Contractor must maintain in a safe place one record copy and one permit set of the Contract Documents, including, but not limited to, all Drawings, Specifications, amendments, COs, RFIs, and field directives, as well as all written interpretations and clarifications issued by the Project Consultant, in good order and annotated to show all changes made during construction. The record documents must be continuously updated by Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from COs and/or field directives as well as all written interpretations and clarifications, and all concealed and buried installations of piping, conduit and utility services. Contractor must certify the accuracy of the updated record documents. The record documents must be clean, and all changes, corrections and dimensions must be given in a neat and legible manner in red. Upon Final Completion and as a condition precedent to Contractor’s entitlement to final payment, the Record Set must be delivered to the Project Consultant by the Contractor. The Record Set of Drawing must be submitted in both hard copy and as electronic plot files. 1.4.3. Construction Photographs. Prior to commencement of the Work the Contractor must take digital photographs and color audio-video recording to document existing conditions and submit copies in an acceptable format to the City. Contractor must submit with each application for payment photographs that accurately reflect the progress of all aspects of the Work. The number of photographs to be taken will be based on the magnitude of the Work being performed. Contractor must submit one copy of each photograph in print and digitally. The photographs must be printed on 8” X 10” high resolution glossy commercial grade and weight color photographic print paper or in a format acceptable to the City. Each photograph must be imprinted on its face with the title of the Project, the date, and time the picture was taken. Digital photographs must be taken using .jpeg format and will be submitted through a file-sharing site (such as Dropbox) or on a CD-ROM or flash drive clearly identifying the name of the Project, the name of the Contractor, and the timeframe in which the pictures were taken. Initial set up prints will be submitted in a three-ring binder with each picture protected by a clear plastic sleeve. Subsequent prints are to be submitted in clear plastic sleeves that can be added to the binder. The three-ring binder must be of such size to be able to hold all print pictures. 1.5. Staging Site. 1.5.1. The Contractor is solely responsible for making all arrangements for any staging site(s) that may be necessary for the performance of the Work and the Contractor is responsible for all site security, including any fencing of the site, and any loss, damage or theft to its equipment and materials. Any fencing of the Staging Site is subject to the prior written approval of the City. 1.5.2. The City at its sole discretion may make a staging site available for use by the Contractor. If such site is made available by the City, the City assumes no responsibility or liability for the equipment or materials stored on the site, and the Contractor will be solely responsible for any loss, damage or theft to its equipment and materials. The Contractor must restore the site to its pre-existing condition prior to the Contractor’s use of the site. 1.5.3. The Contractor may be required to provide or may choose to use an office trailer for the duration of the Project. The Contractor must have the prior written approval of the City as to the use of any office trailer and the placement location for the office trailer. The Contractor must obtain all required permits from the appropriate regulatory agencies. 1.5.4. No parking is permitted at a City provided staging site without the prior written approval of the City. 57 of 116 91 1.6. Purchase and Delivery, Storage and Installation. All materials must be F.O.B. delivered and included in the cost of the Work. The Contractor is solely responsible for the purchase, delivery, off-loading and installation of all equipment and material(s). Contractor must make all arrangement for delivery. Contractor is liable for replacing any damaged equipment or material(s) and filing any and all claims with suppliers. All transportation must comply with all federal, state (including FDOT), Miami-Dade County, and local laws, rules and regulations. No materials will be stored on-site without the prior written approval of the City. 1.7. Approval of Subcontractors. For any scope of work that the Contractor will utilize a subcontractor, the Contractor may only retain or utilize the services of the particular subcontractor with the prior written approval of the City Manager, which approval may be granted or withheld in the City Manager’s sole and absolute discretion. The Contractor shall provide at least fourteen (14) days notice to the City Manager and the Project Consultant of its intent to retain or utilize a subcontractor. 1.8. Project Signage. Contractor must furnish and install two (2) Project signs at the Project Site in accordance with the requirements provided by the Project Consultant or the City as applicable. 2. CONTRACT TIME 2.1. Contractor shall be instructed to commence the Work by written instructions in the form of a Notice to Proceed providing a commencement date and issued by the City Manager or designee. The Notice to Proceed will not be issued until Contractor's submission to City of all required documents and after execution of this Contract. 2.2. Time is of the essence throughout this Contract. The Contractor shall prosecute the Work with faithfulness and diligence and the Work shall be substantially completed within two-hundred and seventy (270) calendar days from the date specified in the Notice to Proceed (“Contract Time”). Substantial Completion shall be defined for this purpose as the date on which City receives beneficial use of the Project. The Work shall be fully completed in accordance with the Contract Documents within two-hundred and seventy (270) calendar days from the date specified in the Notice to Proceed (“Final Completion Time”). The Final Completion date is defined as the date determined by the City when all Work, including punch list items, has been completed in accordance with the Contract Documents and Contractor has delivered to City all documentation required herein. 2.3. Upon failure of Contractor to substantially complete the Work as defined in this Agreement within the Contract Time, Contractor shall pay to City the sum of $2,650.00 SUBSTANTIAL COMPLETION LIQUIDATED DAMAGES for each calendar day after the expiration of the Contract Time that the Contractor fails to achieve Substantial Completion up until the date that the Contractor achieves Substantial Completion. Upon failure of Contractor to fully complete the Work and achieve Final Completion within the Final Completion Time, Contractor shall pay to City the sum of $2,650.00 FINAL COMPLETION LIQUIDATED DAMAGES for each calendar day after expiration of the Final Completion Time that the Contractor fails to achieve Final Completion up until the date that the Contractor achieves Final Completion. These amounts are not penalties but are liquidated damages payable by Contractor to City for the failure to provide full beneficial occupancy and use of the Project as required. Liquidated damages are hereby fixed and agreed upon between the parties who hereby acknowledge the difficulty of determining the amount of damages that will be sustained by City as a consequence of Contractor’s delay and failure of Contractor to complete the Work on time. The above-stated liquidated damages shall apply separately to each phase of the Project for which a time for completion is given. 2.4. City is authorized to deduct the liquidated damages from monies due to Contractor for the Work under this Contract. In case the liquidated damage amount due to City by Contractor exceeds monies due Contractor from City, Contractor shall be liable and shall immediately upon demand by City pay to City the amount of said excess. 58 of 116 92 3. CONTRACT PRICE AND PAYMENT PROCEDURES 3.1. Guaranteed Maximum Price. The City shall pay the Contractor an amount not to exceed $ for the performance of the Work in accordance with the line items and unit prices included in Exhibit “B” (the “Contract Price”). The Contract Price shall be full compensation for all services, labor, materials, equipment, and costs, including overhead and profit, associated with completion of all the Work in full conformity with the Contract Documents and adjusted only by written change orders signed by both parties and approved as required by local law. The Contract Price shall include all applicable sales taxes as required by law. 3.2. Schedule of Values. The Contractor must submit two copies of schedule of values within ten (10) calendar days from the date this Contract is executed by both parties. The schedule of values shall indicate a complete breakdown of labor and material of all categories of Work on the Project. Contractor’s overhead and profit must be listed as separate line items. Each line item must be identified with the number and title of the major specification section or major components of the items. The Project Consultant or City as applicable may require further breakdown after review of the Contractor’s submittal. The City reserves the right to require such information from the Contractor as may be necessary to determine the accuracy of the schedule of values. The combined total value for mobilization under the Schedule of Values shall not exceed 5% of the value of the Contract. The accepted Schedule of Values must be incorporated into the Contractor’s payment application form. The Contractor guarantees that each individual line item contained in the schedule of values submitted as part of a competitive solicitation shall not be increased without written approval by the City Manager. 3.3. Payment Application Procedures. City shall make progress payments, deducting the amount from the Contract Price above on the basis of Contractor’s Applications for Payment on or before twenty (20) days after receipt of the Pay Application. Rejection of a Pay Application by the City shall be within twenty (20) days after receipt of the Pay Application. Any rejection shall specify the applicable deficiency and necessary corrective action. Any undisputed portion shall be paid as specified above. All such payments will be made in accordance with the Schedule of Values established in the Contract Documents or, in the event there is no Schedule of Values, as otherwise provided in the Contract Documents. In the event the Contract Documents do not provide a Schedule of Values or other payment schedule, Applications for Payment shall be submitted monthly by Contractor on or before the 10th of each month for the prior month to the Project Consultant. Progress payments shall be made in an amount equal to the percentage of Work completed as determined by the City or City’s Project Consultant, but, in each case, less the aggregate of payments previously made and less such amounts as City shall determine or City may withhold taking into account the aggregate of payments made and the percentage of Project completion in accordance with the Contract Documents and Schedule of Values, if any. The Contractor agrees that five percent (5%) of the amount due for each progress payment or Pay Application (the “Retainage”) shall be retained by City until final completion and acceptance of the Work by City. In the event there is a dispute between Contractor and City concerning a Pay Application, dispute resolution procedures shall be conducted by City commencing within 45 days of receipt of the disputed Payment Application. The City shall reach a conclusion within 15 days thereafter and promptly notify Contractor of the outcome, including payment, if applicable. 3.4. Progress Payment Applications. Each progress payment application submitted to the City must include: 3.4.1. A sworn and certified progress payment affidavit indicating that all laborers, material suppliers, and subcontractors dealing with the Contractor were paid in full as it relates to all Work performed up to the time of the request for payment; 59 of 116 93 3.4.2. Partial conditional releases or waivers of lien by the Contractor, material suppliers, subcontractors, and any lienors serving a Notice to the City and evidence of proof of payment of any indebtedness incurred with respect to the Work of the Contractor as may be required by the City; 3.4.3. Evidence that all Work was fully performed as required by the Contract Documents up to the time of the request for payment and that the Work was inspected and accepted by the City and any other governmental authorities required to inspect the Work; and 3.4.4. An updated Project schedule, including a two-week look-ahead schedule, as approved in writing by the City Manager. 3.4.5. All Buy-Out Savings, including supporting documentation relating to the calculation of the Buy-Out Savings. 3.5. Final Payment. Upon Final Completion of the Work by Contractor in accordance with the Contract Documents and acceptance by the City, and upon receipt of consent by any surety, City shall pay the remainder of the Contract Price (including Retainage) as recommended by the City’s Project Consultant and Building Official. Final payment is contingent upon receipt by City from Contractor of: 3.5.1. An affidavit that payrolls, bills for materials, equipment, and other indebtedness were paid in full as it relates to all Work performed under this Contract; 3.5.2. A certificate evidencing that insurance required by the Contract Documents shall remain in effect after final payment is made; 3.5.3. A written statement that the Contractor knows of no reason that the insurance will not be renewable to cover the period required by the Contract Documents; 3.5.4. Documentation of any special warranties, including, but not limited to, any manufactures’ warranties or specific subcontractor warranties; 3.5.5. Evidence that all Punch List items have been fully completed to the satisfaction of the City; 3.5.6. All previously undelivered manufacturer and subcontractor guarantees, warranties, and manuals and documents required by the Contract Documents; 3.5.7. Final releases of lien, waivers of claim, satisfactions of liens or claims, and such other affidavits as may be reasonably required by the City to assure a lien-free and claim-free completion of the Work; 3.5.8. Evidence that the Contractor has fully cleaned and restored the site, including removal of all rubbish and debris; 3.5.9. At least one complete set of as-built plans, reflecting an accurate depiction of Contractor’s Work; 3.5.10. .Such other documents necessary to show that the Contractor has complied with all other requirements of the Contract Documents; and 60 of 116 94 3.5.11. Cost Savings, including supporting documentation used to calculate the Cost Savings. 3.6. Payment Withholding. The City may withhold any payment, including a final payment, for application to such extent as may be necessary, as determined by the City’s Project Consultant, to protect the City from loss for which the Contractor is responsible in the event that: 3.6.1. The Contractor performs defective Work and such Work has not been corrected, provided that the amount withheld shall be limited to the amount sufficient to cover such defective Work; 3.6.2. A third-party files a claim or lien in connection with the Work or this Contract; 3.6.3. The Contractor fails to make payments properly to subcontractors or suppliers for labor, materials, or equipment which has been paid by the City, provided that the amount withheld shall be limited to the amount sufficient to cover such payments to subcontractors or suppliers for labor, materials, or equipment; 3.6.4. The City has reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum; 3.6.5. The Contractor, its employees, subcontractors, or agents have damaged the City; 3.6.6. The City has reasonable evidence that the Work will not be completed within the Contract Time and that the unpaid balance would not be adequate to cover liquidated damages for the anticipated delay; 3.6.7. The Contractor has failed to progress the Work satisfactorily and/or according to the Contract Schedule; 3.6.8. The Contractor has failed to carry out the Work in accordance with the Contract Documents; 3.6.9. The Contractor has failed to provide requisite releases of lien for each payment application in accordance with the Contract Documents; and/or 3.6.10. Any other failure to perform a material obligation contained in the Contract Documents. 3.7. No Waiver of City Rights. The payment of any Application for Payment by the City, including the final request for payment, does not constitute approval or acceptance by the City of any item of the Work reflected in such Application for Payment, nor shall it be construed as a waiver of any of the City ’s rights hereunder or at law or in equity. 3.8. Payment to Sub-Contractors; Certification of Payment to Subcontractors. The term “subcontractor,” as used herein, includes persons or firms furnishing labor, materials or equipment incorporated into or to be incorporated into the Work or Project. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts as a condition precedent to payment to Contractor by the City. The Contractor shall also return all retainage withheld to the subcontractors within 30 days after the subcontractor’s work is satisfactorily complete and accepted by the City. 3.9. Cost Savings and Value Engineering. 3.9.1. Cost Savings. In the event the Contractor rebids or renegotiates with any subcontractor to reduce subcontractor costs for the performance of the Work, then the difference between (i) the 61 of 116 95 sum of the subcontractor costs used to establish the Contract Price, as set forth in the Schedule of Values, and (ii) the sum of the revised subcontractor costs, including any early payment or similar discounts (the “Cost Savings”), shall revert to the City. The Contract Price shall be adjusted in accordance with any Cost Savings through a Change and the Schedule of Values shall also be revised to reflect the new Contract Price. 3.9.2. Value Engineering. Contractor shall participate in Value Engineering the Contract Documents with the City and the Architect with the goal of finding acceptable means for reducing the cost of the Work. Upon acceptance by the City of recommendation for Value Engineering, the Contract Documents shall be modified to reflect such changes. All savings in connection with Value Engineering of the Work shall revert to City. 4. CONTRACT DOCUMENTS 4.1. The Contract Documents, which comprise the entire agreement between the City and the Contractor concerning the Work, consist of this Contract for Construction (including any change orders and amendments thereto), the Plans and Specifications attached hereto as Exhibit “A” (the “Plans and Technical Specifications”), the ITB and any Bidding Documents or procurement documents for the Project, the Contractor’s Bid for the Project (including the Schedule of Bid Items-Pricing) attached hereto as Exhibit “B”, the Bonds (defined herein), Insurance Certificates, the Notice of Award, and the Notice to Proceed, all of which are deemed incorporated into and made a part of this Contract by this reference and govern this Project. 4.2. This Contract incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of these Contract Documents that are not contained herein. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. 4.3. The Contract Documents shall remain the property of the City. The Contractor shall have the right to keep one record set of the Contract Documents upon completion of the Project; however in no circumstances shall the Contractor use, or permit to be used, any or all of such Contract Documents on other projects without the City's prior written authorization. 4.4. Conflicts; Order of Priority. This document without exhibits is referred to as the “Base Agreement.” In the event of a conflict between the terms of this Base Agreement and any exhibits or attachments hereto, or any documents incorporated herein by reference, the conflict shall be resolved in the following order of priorities and the more stringent criteria for performance of the Work shall apply: 4.4.1. First Priority: Change Orders with later date taking precedence; 4.4.2. Second Priority: This Base Agreement; 4.4.3. Third Priority: Exhibit “A,” the Plans and Technical Specifications; 4.4.4. Fourth Priority: Exhibit “B,” the Bid; and 4.4.5. Fifth Priority: Contract Documents, excluding this Base Agreement and Exhibits listed in this Section. 5. INDEMNIFICATION 5.1. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless the City, its officers, agents, consultants, and employees, from and against any and all demands, 62 of 116 96 claims, losses, expenses, suits, liabilities, causes of action, judgment or damages, including but not limited to legal fees and costs and through appeal, arising out of, related to, resulting from, or in any way connected with Contractor’s negligence, recklessness, or intentional misconduct in the Contractor’s performance or non-performance of this Contract, Contractor’s obligations, or the Work related to the Contract, including but not limited to by reason of any damage to property, or bodily injury or death incurred or sustained by any person, or to injury to or destruction of tangible property or any other property (other than the Work itself) including the loss of use resulting therefrom, caused in whole or in part by any willful, wanton, or negligent, or grossly negligent acts or omissions of Contractor, any subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by applicable law and regardless of the negligence of any such party.. Additionally, the Contractor shall defend, indemnify, and hold the City harmless from all losses, injuries or damages and wages or overtime compensation due its employees in rendering services pursuant to this Contract, including payment of reasonable attorneys’ fees and costs in the defense of any claim made under the Fair Labor Standards Act, Title VII of the Civil Rights Act of 1964, the Age Discrimination in Employment Act, the Americans with Disabilities Act or any other employment related litigation or worker’s compensation claims under federal, state, or local law. 5.2. The provisions of this section shall survive termination of this Contract. 6. INSURANCE AND BONDS 6.1. Insurance. 6.1.1. Contractor shall secure and maintain throughout the duration of this Contract insurance of such types and in such amounts not less than those specified below as satisfactory to the City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by Bests Rating and qualified to do business in the State of Florida. Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured, no later than ten (10) days after award of this Contract and prior to the execution of this Contract by City and prior to commencing any Work. Each certificate shall include no less than (30) thirty-day advance written notice to City prior to cancellation, termination, or material alteration of said policies or insurance. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Contractor’s insurance and shall not contribute to the Contractor’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this Section 6.1. 6.1.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor. The General Aggregate Liability limit (except for Products/Completed Operations) shall be in the amount of $2,000,000. 6.1.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Contractor shall be allowed to provide Services 63 of 116 97 pursuant to this Agreement who is not covered by Worker’s Compensation insurance. In order for this requirement to be waived, Contractor must provide proof of exemption from such laws. Information regarding eligibility for an exemption from the State of Florida Workers’ Compensation Law is available at: https://www.myfloridacfo.com/Division/wc/PublicationsFormsManualsReports/Brochures/Ke y-Coverage-and-Eligibility.pdf. Exemptions may be applied for online through the Florida Department of Financial Services, Division of Workers’ Compensation at: https://www.myfloridacfo.com/Division/wc/Employer/Exemptions/default.htm. 6.1.1.3. Business Automobile Liability with minimum limits of $1,000,000 per Occurrence, combined single limit for Bodily Injury and Property Damage. 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 the Insurance Services Office, and must include Owned, Hired, and Non-Owned Vehicles. 6.1.1.4. Builder’s Risk property insurance upon the entire Work to the full replacement cost value thereof. This insurance shall include the interest of City and Contractor and shall provide All-Risk coverage against loss by physical damage including, but not limited to, Fire, Extended Coverage, Theft, Vandalism and Malicious Mischief. If Builder’s Risk insurance is not required for this Project, the City shall select this box: ☒. 6.1.1.5. Contractor acknowledges that it shall bear the full risk of loss for any portion of the Work damaged, destroyed, lost or stolen until Final Completion has been achieved for the Project, and all such Work shall be fully restored by the Contractor, at its sole cost and expense, in accordance with the Contract Documents. 6.1.2. Certificate of Insurance. On or before the Effective Date of this Contract, the Contractor shall provide the City with Certificates of Insurance for all required policies. The Contractor shall be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Contract, including any extensions or renewals that may be granted by the City. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Contract and shall state that such insurance is as required by this Contract. The City reserves the right to inspect and return a certified copy of such policies, upon written request by the City. If a policy is due to expire prior to the completion of the Work, renewal Certificates of Insurance shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days’ written notice shall be provided to the City before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the City. 6.1.2.1. Additional Insured. The City is to be specifically included as an Additional Insured for the liability of the City resulting from Work performed by or on behalf of the Contractor in performance of this Contract. The Contractor’s insurance, including that applicable to the City as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the City shall be in excess of and shall not contribute to the Contractor’s insurance. The Contractor’s insurance shall contain a severability of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each. 64 of 116 98 6.1.2.2. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably approved by the City. The Contractor shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. 6.1.3. The provisions of this section shall survive termination of this Contract. 6.2. Bonds. Prior to performing any portion of the Work the Contractor shall deliver to City the Bonds required to be provided by Contractor hereunder (the bonds referenced in this Section are collectively referred to herein as the “Bonds”). Pursuant to and in accordance with Section 255.05, Florida Statutes, the Contractor shall obtain and thereafter at all times during the performance of the Work maintain a separate performance bond and labor and material payment bond for the Work, each in an amount equal to one hundred percent (100%) of the Contract Price and each in the form provided in the Contract Documents or in other form satisfactory to and approved in writing by City and executed by a surety of recognized standing with a rating of B plus or better for bonds up to Two Million Dollars. The surety providing such Bonds must be licensed, authorized and admitted to do business in the State of Florida and must be listed in the Federal Register (Dept. of Treasury, Circular 570). The cost of the premiums for such Bonds is included in the Contract Price. If notice of any change affecting the Scope of the Work, the Contract Price, Contract Time or any of the provisions of the Contract Documents is required by the provisions of any bond to be given to a surety, the giving of any such notice shall be Contractor’s sole responsibility, and the amount of each applicable bond shall be adjusted accordingly. If the surety is declared bankrupt or becomes insolvent or its right to do business in Florida is terminated or it ceases to meet applicable law or regulations, the Contractor shall, within five (5) days of any such event, substitute another bond (or Bonds as applicable) and surety, all of which must be satisfactory to City. As authorized by Section 255.05(1)(a), Florida Statutes, if this Project is exempt from posting of a payment and performance bond, the City shall select this box: ☐. 7. CONTRACTOR’S REPRESENTATIONS AND WARRANTIES 7.1. In order to induce the City to enter into this Contract, the Contractor makes the following representations and warranties: 7.1.1. Contractor represents the following: 7.1.1.1. Contractor has examined and carefully studied the Contract Documents and the other data identified in the bidding documents, including, without limitation, the “technical data” and plans and specifications and the Plans. 7.1.1.2. Contractor has visited the Project site and become familiar with and is satisfied as to the general and local conditions and site conditions that may affect cost, progress, performance or furnishing of the Work. 7.1.1.3. Contractor is familiar with and is satisfied as to all federal, state and local laws, regulations and permits that may affect cost, progress, performance and furnishing of the Work. Contractor agrees that it will at all times comply with all requirements of the foregoing laws, regulations and permits. 7.1.1.4. Contractor has made, or caused to be made, examinations, investigations, tests and/or studies as necessary to determine surface and subsurface conditions at or on the site. Contractor acknowledges that the City does not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to underground or ground facilities at, contiguous or near the site or for existing improvements at or near the site. Contractor has obtained and carefully studied (or assumes 65 of 116 99 responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and underground facilities and improvements) at, contiguous or near to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. 7.1.1.5. Contractor is aware of the general nature of Work to be performed by the City and others at the site that relates to the Work as indicated in the Contract Documents. 7.1.1.6. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.1.1.7. Contractor has given City written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by City is acceptable to Contactor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7.1.1.8. The Contractor agrees and represents that it possesses the requisite qualifications and skills to perform the Work and that the Work shall be executed in a good and workmanlike manner, free from defects, and that all materials shall be new and approved by or acceptable to City, except as otherwise expressly provided for in the Contract Documents. The Contractor shall cause all materials and other parts of the Work to be readily available as and when required or needed for or in connection with the construction, furnishing and equipping of the Project. 7.2. No recovery for changed market conditions. 7.2.1. In entering into the Contract, Contractor represents and warrants that it has accounted for any and all inflation-related events, recession, labor or material shortages, supply chain disruptions, delivery lead time, or price increases that may be caused by local and or national conditions, whether known or unknown at the time of entering into the Contract (the “Market Conditions”). Contractor further specifically represents and warrants that it has considered all impacts and potential impacts, including any current and future supply chain disruptions and labor shortages, associated with the following events: (1) worldwide pandemics including, but not limited to, COVID-19 and Monkey Pox (the “Pandemics”) and (2) the current military conflict involving Russia and the Ukraine (the “Ukraine Military Conflict”). Contractor also represents and warrants that in determining time requirements for procurement, installation, and construction completion, Contractor has taken into account the impacts of Market Conditions, the Pandemics, and the Ukraine Military Conflict, and has included all of those factors in the Construction Schedule and Contract Sum. 7.2.2. Contractor shall not seek any price increases or time extensions relating to or arising from the impacts of any Market Conditions, the Pandemics or Ukraine Military Conflict. 66 of 116 100 7.2.3. The City shall not make any adjustment in the Contract Sum or grant an extension to the Contract Time in connection with any failure by the Contractor to comply with the requirements of this Section. 7.3. Contractor warrants the following: 7.3.1. Anti-Discrimination. Contractor agrees that it will not discriminate against any employees or applicants for employment or against persons for any other benefit or service under this Contract because of race, color, religion, sex, national origin, or physical or mental handicap where the handicap does not affect the ability of an individual to perform in a position of employment, and agrees to abide by all federal and state laws regarding non-discrimination. 7.3.2. Anti-Kickback. Contractor warrants that no person has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, and that no employee or officer of the City has any interest, financially or otherwise, in the Project. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability or, in its discretion, to deduct from the Contract Price or consideration, the full amount of such commission, percentage, brokerage or contingent fee. 7.3.3. Licensing. Contractor represents that it is a properly qualified and licensed contractor in good standing within the jurisdiction within which the Project is located. Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required licenses from the federal, state, Miami-Dade County, City, or other governmental or regulatory entity. Contractor acknowledges that it is the obligation of Contractor to obtain all licenses required for this Project, including City building permits. Prior to commencement of the Work, the Contractor shall provide the City with copies of all required licenses. 7.3.4. Permits. Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required permits from the federal, state, Miami- Dade County, City, or other governmental or regulatory entity with jurisdiction over the site that are necessary to perform the Work. Contractor acknowledges that it is the obligation of Contractor to obtain all permits required for this Project, including City building permits. Prior to commencement of the Work, the Contractor shall provide the City with copies of all required permits. City building permit fees may be waived for this Project. If permits are required by any other governing body or agency, the Contractor shall be obligated to pay the fees. 7.4. Defective Work; Warranty and Guarantee. 7.4.1. City shall have the authority to reject or disapprove Work which the City finds to be defective. If required by the City, Contractor shall promptly either correct all defective Work or remove such defective Work and replace it with non-defective Work. Contractor shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 7.4.2. Should Contractor fail or refuse to remove or correct any defective Work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by the City or its designee, City shall have the authority to cause the defective Work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 67 of 116 101 7.4.3. The Contractor shall unconditionally warrant and guarantee all labor, materials and equipment furnished and Work performed for a period of three (3) years from the date of Substantial Completion. If, within three (3) years after the date of substantial completion, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor, after receipt of written notice from City, shall promptly correct such defective or nonconforming Work within the time specified by City without cost to City. Should the manufacturer of any materials and equipment furnished provide for a longer warranty, then the Contractor shall transfer such warranty to the City prior to Final Completion. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to any claim regarding latent defects. Contractor shall provide and assign to City all material and equipment warranties upon completion of the Work hereunder. 7.4.4. Failure to reject any defective Work or material shall not in any way prevent later rejection when such defect is discovered. 8. DEFAULT, TERMINATION, AND SUSPENSION; REMEDIES 8.1. Termination for Cause. If Contractor fails to timely begin the Work, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to ensure the prompt completion of the Work within the Contract Time or Final Completion Time as specified in Section 2, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if the Contractor shall fail to perform any material term set forth in the Contract Documents or if Contractor shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, City may, upon seven (7) days after sending Contractor a written Notice of Termination, terminate the services of Contractor, exclude Contractor from the Project site, provide for alternate prosecution of the Work, appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable, and may finish the Work by whatever methods it may deem expedient. In such case Contractor shall not be entitled to receive any further payment until the Project is completed. All damages, costs and charges incurred by City, together with the costs of completing the Project, shall be deducted from any monies due or which may become due to Contractor. In case the damages and expenses so incurred by City shall exceed monies due Contractor from City, Contractor shall be liable and shall pay to City the amount of said excess promptly upon demand therefore by City. In the event it is adjudicated that City was not entitled to terminate the Contract as described hereunder for default, the Contract shall automatically be deemed terminated by City for convenience as described below. 8.2. Termination for Convenience. This Contract may be terminated by the City for convenience upon seven (7) calendar days’ written notice to the Contractor. In the event of such a termination, the Contractor shall incur no further obligations in connection with the Project and shall, to the extent possible, terminate any outstanding subcontractor obligations. The Contractor shall be compensated for all services performed to the satisfaction of the City. In such event, the Contractor shall promptly submit to the City its Application for Payment for final payment which shall comply with the provisions of the Contract Documents. 8.3. Suspension of Contract. This Contract may be suspended for convenience by the City upon seven (7) calendar days’ written notice to the Contractor or immediately if suspended in connection with a local or state declaration of emergency. Suspension of the Work will entitle the Contractor to additional Contract Time as a non-compensable, excusable delay. 68 of 116 102 8.4. Termination Due to Lack of Funding. This Contract is subject to the conditions precedent that: (i) City funds are available, appropriated, and budgeted for the Work, the Project, and/or Contract Price; (ii) the City secures and obtains any necessary proceeds, grants, and/or loans for the accomplishment of the Work and/or the Project pursuant to any borrowing legislation adopted by the City Council relative to the Project; and (iii) City Council enacts legislation which awards and authorizes the execution of this Contract if such is required. 8.5. No Damages for Delay. No claim for damages or any claim, other than for an extension of time shall be made or asserted against City by reason of any delays. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to, costs of acceleration or inefficiency, 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 or whether or not caused by City. Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay. 8.6. Waiver of Consequential Damages. Contractor assumes all risks for the following items, none of which shall be the subject of any Change Order or Claim and none of which shall be compensated for except as they may have been included in the Contractor’s Contract Price as provided in the Contract Documents: Loss of any anticipated profits, loss of bonding capacity or capability losses, loss of business opportunities, loss of productivity on this or any other project, loss of interest income on funds not paid, inefficiencies, costs to prepare a bid, cost to prepare a quote for a change in the Work, costs to prepare, negotiate or prosecute Claims, and loss of projects not bid upon, or any other indirect and consequential costs not listed herein. No compensation shall be made for loss of anticipated profits from any deleted Work. 8.7. Litigation of Claims. Mediation shall not be required before either party may proceed to litigation. 8.8. Rights and Remedies. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder and in accordance with this Contract shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 9. CHANGES IN THE WORK 9.1. Change Orders. 9.1.1. Without invalidating the Contract Documents, and without notice to any Surety, the City reserves the right to make increases, decreases or other changes in the character or quantity of the Work under the Contract Documents as may be considered necessary or desirable to complete the Work in a manner satisfactory to the City. The City reserves the right to order changes, which may result in additions to or reductions from the amount, type or value of the Work shown in the Contract, and which are within the general scope of the Contract Documents, and all such changes will be authorized only by a change order (“CO”) approved in advance, and issued in accordance with provisions of the Contract Documents. 9.1.2. For Contractor initiated change orders, the Contractor is required to provide the Project Consultant with a detailed Request for Change Order (“RCO”) in a form approved by the City, which must include the requested revisions to the Contract, including, but not limited to, adjustments in the Contract Price and/or Contract Time. The Contractor must provide sufficient supporting documentation to demonstrate the reasonableness of the RCO. The City may require Contractor to provide additional data including, but not limited to, a cost breakdown of material costs, labor costs, labor rates by trade, work classifications, and overhead rates to support the RCO. If applicable, 69 of 116 103 the RCO must include any schedule revisions accompanied by an explanation of the cost impact of the proposed change. Failure to include schedule revisions in an RCO will be deemed as the Contractor’s acknowledgement that the changes included in an RCO will not affect the project schedule. 9.1.3. Any modifications to the Contract Work, Contract Time, or Contract Price, must be effectuated through a written CO executed by both parties and, if required by the City Code of Ordinances, approved by the City Council. 9.1.4. In the event a satisfactory adjustment cannot be reached, and a CO has not been issued, given that time is of the essence, the City reserves the right, at its sole option, to direct the Contractor to proceed on a time and materials basis or make such arrangements as may be deemed necessary to complete the proposed additional Work at the unit prices provided in the Contract Documents. Where the City directs the Contractor to proceed on a time and materials basis, the City shall impose a maximum not-to-exceed amount and the Contractor must maintain detailed records of all labor and material costs including but not limited to payroll records and material receipts. Contractor must demonstrate its costs with sufficient evidence to be entitled to compensation from the City. 9.2. Continuing the Work. Contractor must continue to perform all Work under the Contract Documents during all disputes or disagreements with City, including disputes or disagreements concerning an RCO. Contractor shall not delay any Work pending resolution of any disputes or disagreements. 10. MISCELLANEOUS 10.1. No Assignment. Neither party shall assign the Contract or any sub-contract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the City Manager. 10.2. Contractor’s Responsibility for Damages and Accidents. 10.2.1. Contractor shall accept full responsibility for the Work against all loss or damage of any nature sustained until final acceptance by City and shall promptly repair any damage done from any cause. 10.2.2. Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by City, Contractor shall replace same without cost to City. 10.3. Governing Law. This Contract shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any litigation arising out of this Contract shall be proper exclusively in Miami-Dade County, Florida. 10.4. Waiver of Jury Trial. CITY AND CONTRACTOR KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND INTENTIONALLY WAIVE ANY RIGHT EITHER MAY HAVE TO A TRIAL BY JURY IN STATE AND OR FEDERAL COURT PROCEEDINGS IN RESPECT TO ANY ACTION, PROCEEDING, LAWSUIT OR COUNTERCLAIM BASED UPON THE CONTRACT FOR CONSTRUCTION, ARISING OUT OF, UNDER, OR IN CONNECTION WITH THE CONSTRUCTION OF THE WORK, OR ANY COURSE OF CONDUCT, COURSE OF DEALING, STATEMENTS OR ACTIONS OR INACTIONS OF ANY PARTY. 10.5. Prevailing Party; Attorneys’ Fees. In the event of any controversy, claim, dispute or litigation between the parties arising from or relating to this Contract (including, but not limited to, the enforcement of any indemnity provisions), the prevailing party shall be entitled to recover from the non- prevailing party all reasonable costs, expenses, paralegals’ fees, experts’ fees and attorneys' fees including, but not limited to, court costs and other expenses through all trial and appellate levels. In addition, the prevailing party shall be entitled to recover from the non-prevailing party all litigation costs associated 70 of 116 104 with discovery, processing, management, hosting, and production of electronically stored information (ESI). 10.6. Compliance with Laws. The Contractor shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and in particular shall obtain all required permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense. Any mandatory clauses which are required by applicable law shall be deemed to be incorporated herein. 10.7. Examination and Retention of Contractor’s Records. 10.7.1. The City or any of its duly authorized representatives shall, for five (5) years after final payment under this Contract, have access to and the right to examine any of the Contractor’s books, ledgers, documents, papers, or other records involving transactions related to this Contract for the purpose of making audit, examination, excerpts, and transcriptions. In addition, the Contractor agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. 10.7.2. The Contractor agrees to include in any subcontractor contracts for this Project corresponding provisions for the benefit of City providing for retention and audit of records. 10.7.3. The right to access and examination of records stated herein and in any subcontracts shall survive termination or expiration of this Contract and continue until disposition of any mediation, claims, litigation or appeals related to this Project. 10.7.4. The City may cancel and terminate this Contract immediately for refusal by the Contractor to allow access by the City Manager or designees to any Records pertaining to work performed under this Contact that are subject to the provisions of Chapter 119, Florida Statutes. 10.8. Authorized Representative. 10.8.1. Before commencing the Work, Contractor shall designate a skilled and competent authorized supervisor and representative (“Authorized Representative”) acceptable to City to represent and act for Contractor and shall inform City, in writing, of the name and address of such representative together with a clear definition of the scope of his authority to represent and act for Contractor. Contractor shall keep City informed of any subsequent changes in the foregoing. Such representative shall be present or duly represented at the Project site at all times when Work is actually in progress. All notices, determinations, instructions and other communications given to the authorized representatives of Contractor shall be binding upon the Contractor. 10.8.2. The Authorized Representative, project managers, superintendents and supervisors for the Project are all subject to prior and continuous approval of the City. If, at any time during the term of this Contract, any of the personnel either functionally or nominally performing any of the positions named above, are, for any reasonable cause whatsoever, unacceptable to the City, Contractor shall replace the unacceptable personnel with personnel acceptable to the City. 10.9. Taxes. Contractor shall pay all taxes, levies, duties and assessments of every nature which may be applicable to any Work under this Contract. The Contract Price and any agreed variations thereof shall include all taxes imposed by law at the time of this Contract. Contractor shall make any and all payroll deductions required by law. Contractor herein indemnifies and holds the City harmless from any liability on account of any and all such taxes, levies, duties and assessments. 10.10. Utilities. Contractor shall, at its expense, arrange for, develop and maintain all utilities at the Project to perform the Work and meet the requirements of this Contract. Such utilities shall be furnished by Contractor at no additional cost to City. Prior to final acceptance of the Work, Contractor 71 of 116 105 shall, at its expense, satisfactorily remove and dispose of all temporary utilities developed to meet the requirements of this Contract. 10.11. Safety. Contractor shall be fully and solely responsible for safety and conducting all operations under this Contract at all times in such a manner as to avoid the risk of bodily harm to persons and damage to property and in full compliance with Occupational Safety and Health Act requirements and all other similar applicable safety laws or codes. Contractor shall continually and diligently inspect all Work, materials and equipment to discover any conditions which might involve such risks and shall be solely responsible for discovery and correction of any such conditions. Contractor shall have sole responsibility for implementing its safety program. City shall not be responsible for supervising the implementation of Contractor's safety program, and shall not have responsibility for the safety of Contractor's or its subcontractor's employees. Contractor shall maintain all portions of the Project site and Work in a neat, clean and sanitary condition at all times. Contractor shall assure that subcontractors performing Work comply with the foregoing safety requirements. 10.12. Cleaning Up. Contractor shall, at all times, at its expense, keep its Work areas in a neat, clean and safe condition. Upon completion of any portion of the Work, Contractor shall promptly remove all of its equipment, construction materials, temporary structures and surplus materials not to be used at or near the same location during later stages of Work. Upon completion of the Work and before final payment is made, Contractor shall, at its expense, satisfactorily dispose of all rubbish, unused materials and other equipment and materials belonging to it or used in the performance of the Work and Contractor shall leave the Project in a neat, clean and safe condition. In the event of Contractor's failure to comply with the foregoing, the same may be accomplished by City at Contractor's expense. 10.13. Liens. Contractor shall not permit any mechanic’s, laborer’s or materialmen’s lien to be filed against the Project site or any part thereof by reason of any Work, labor, services or materials supplied or claimed to have been supplied to the Project. In the event such a lien is found or claimed against the Project, Contractor shall within ten (10) days after notice of the lien discharge the lien or liens and cause a satisfaction of such lien to be recorded in the public records of Miami-Dade County, Florida, or cause such lien to be transferred to a bond, or post a bond sufficient to cause the Clerk of the Circuit Court of Miami-Dade County, Florida, to discharge such lien pursuant to Chapter 713.24, F.S. In the event Contractor fails to so discharge or bond the lien or liens within such period as required above, City shall thereafter have the right, but not the obligation, to discharge or bond the lien or liens. Additionally, City shall thereafter have the right, but not the obligation, to retain out of any payment then due or to become due Contractor, one hundred fifty percent (150%) of the amount of the lien and to pay City ’s reasonable attorneys' fees and costs incurred in connection therewith. 10.14. Public Entity Crimes Affidavit. Contractor shall comply with Section 287.133, Florida Statutes, and (Public Entity Crimes Statute) notification of which is hereby incorporated herein by reference, including execution of any required affidavit. 10.15. Independent Contractor. The Contractor is an independent contractor under the Contract. This Contract does not create any partnership nor joint venture. Services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures, applicable to services rendered under the Contract shall be those of the Contractor. 10.16. Notices/Authorized Representatives. Any notices required by this Contract shall be in writing and shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified mail with postage prepaid return receipt requested, or by a private postal service, addressed to the parties (or their successors) at the addresses listed on the signature page of this Contract or such other address as the party may have designated by proper notice. 72 of 116 106 10.17. Ownership and Access to Records and Audits. 10.17.1. Contractor acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the City which are conceived, developed or made by Contractor during the term of this Contract (“Work Product”) belong to the City. Contractor shall promptly disclose such Work Product to the City and perform all actions reasonably requested by the City (whether during or after the term of this Contract) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). 10.17.2. Contractor agrees to keep and maintain public records in Contractor’s possession or control in connection with Contractor’s performance under this Contract. The City Manager or her designee shall, during the term of this Contract and for a period of five (5) years from the date of termination of this Contract, have access to and the right to examine and audit any records of the Contractor involving transactions related to this Contract. Contractor additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Contractor shall 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, and following completion of the Contract until the records are transferred to the City. 10.17.3. Upon request from the City’s custodian of public records, Contractor shall provide the City 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 by Chapter 119, Florida Statutes, or as otherwise provided by law. 10.17.4. Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Contract are and shall remain the property of the City. 10.17.5. Upon completion of this Contract or in the event of termination by either party, any and all public records relating to the Contract in the possession of the Contractor shall be delivered by the Contractor to the City Manager, at no cost to the City, within seven (7) days. All such records stored electronically by Contractor shall be delivered to the City in a format that is compatible with the City’s information technology systems. Once the public records have been delivered upon completion or termination of this Contract, the Contractor shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 10.17.6. Any compensation due to Contractor shall be withheld until all records are received as provided herein. 10.17.7. Contractor’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Contract by the City. 10.17.8. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM Mailing address: 6130 Sunset Drive South Miami, FL 33143 73 of 116 107 Telephone number: 305-663-6340 Email: NPayne@southmiamifl.gov 10.18. E-Verify Affidavit. In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City to register with and use the E -Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e- verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify. By entering into this Agreement, the Contractor acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E-Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and incorporated herein. 11. SPECIAL CONDITIONS The following provisions in this Section 10 supersede any other provisions contained in this Contract only to the extent of any conflict with same. These provisions are particular to a given transaction and are transaction specific: 11.1. Unsatisfactory Personnel. 11.1.1. Contractor must at all times enforce strict discipline and good order among its employees and subcontractors at the Project(s) site(s) and must not employ on any Work any unfit person or anyone not skilled in the Work to which they are assigned. 11.1.2. The City may make written request to the Contractor for the prompt removal and replacement of any personnel employed or retained by the Contractor, or any or Subcontractor engaged by the Contractor to provide and perform services or Work pursuant to the requirements of the Contract Documents. The Contractor must respond to the City within five (5) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. The City will make the final determination as to the removal of unsatisfactory personnel from the Work. The Contractor agrees that the removal of any of such individual(s) does not require the termination or demotion of said individual(s). 11.2. Hours of Work. Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of Work and Contractor's general operations. Contractor shall conduct its operations so as not to interfere with or close any thoroughfare, without the written consent of the City or governing jurisdiction. Work is anticipated to be performed Monday through Friday in accordance with the requirements and limitations of applicable law including, without limitation, the City Code of Ordinances. The Contractor shall not perform Work beyond the time and days provided above without the prior written approval of the City. 11.3. Maintenance of Traffic. Whenever required by the scope of Work, by federal, state, or local law, or requested by the City to protect the public health, safety, and welfare, a Maintenance of Traffic (“MOT”) must be performed in accordance with the applicable FDOT Index Numbers (600 Series) and as further stated herein. The manual on Uniform Traffic Control Devises for Streets and Highways (U.S. Department of Transportation, FHWA), must be followed in the design, application, installation, maintenance and removal of all traffic control devices, warning devices and barriers necessary to protect the public and workmen from hazards with the Project limits. Pedestrian and vehicular traffic must be maintained and protected at all times. Prior to commencement of the Work, Contractor must provide the City with a 74 of 116 108 proposed MOT plan for review. The City may require revisions to the proposed MOT plan. The MOT plan must be updated by the Contractor every two weeks. Failure to provide an MOT plan may result in the issuance of a stop work order. The Contractor will not be entitled to additional Contract Time for delays resulting from its failure to provide the required MOT plan. 11.4. Royalties and Patents. All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the Work or appurtenances, are hereby included in the prices stipulated in the Contract for said Work. 11.5. Substitutions. Substitution of any specified material or equipment requires the prior written acceptance of the Project Consultant. It is the sole responsibility of the Contractor to provide sufficient information and documentation to the Project Consultant to allow for a thorough review and determination on the acceptability of the substitution. Approval of a substitution does not waive or mitigate the Contractor’s responsibility to meet the requirements of the Contract Documents. The City may require an adjustment in price based on any proposed substitution. 11.6. Severe Weather Preparedness. During such periods of time as are designated by the United States Weather Bureau or Miami-Dade County as being a severe weather event, including a hurricane watch or warning, the Contractor, at no cost to the City, must take all precautions necessary to secure any Work in response to all threatened storm events, regardless of whether the Contractor has been given notice of same, in accordance with the Miami-Dade County Code. Compliance with any specific severe weather event or alert precautions will not constitute additional work. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract Time as non-compensable, excusable delay. 11.7. American Rescue Plan Act Contract Conditions. The Contractor acknowledges that the Work may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act (“ARPA”). Towards that end, the Contractor shall be required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in the ARPA Contract Conditions. If compliance with the ARPA Addendum is required, the City shall select this box: ☐. 11.8. Grant Funding. The Contractor acknowledges that the Work may be fully or partially funded utilizing funds from the grants listed below (each a “Grant”). Accordingly, the Contractor warrants and represents that it has reviewed the terms and conditions for each Grant and will perform the Work in accordance with the terms and conditions of the Grant. If the Work will be funded utilizing Grant funds, the City shall select this box: ☒. Grant Title Grant Agreement Exhibit STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) ATTACHMENT D If the Work will be funded utilizing Grant funds, the City shall select this box:. 11.9. DBE Contract Assurance. 75 of 116 109 11.9.1. The City affirms it has encouraged women-owned, minority-owned, and disadvantaged businesses of the Project and be responsive to the opportunity of the award of this Contract. 11.9.2. Contractor, or any subcontractor performing Work under this Contract, shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. Contractor shall carry out all applicable requirements of 49 CFE Part 26 in the award and administration of this Contract. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the City deems appropriate. 11.10. Scrutinized Companies. 11.10.1. Contractor certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor or its subcontractors are found to have submitted a false certification; or if the Contractor, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 11.10.2. If this Agreement is for more than one million dollars, the Contractor certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Contractor, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 11.10.3. The Contractor agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Agreement. 11.10.4. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above- stated contracting prohibitions then they shall become inoperative. 76 of 116 110 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year as first stated above. CITY OF SOUTH MIAMI By: Genaro “Chip” Iglesias City Manager Attest: By: Nkenga “Nikki” Payne, CMC, FCRM City Clerk Approved as to form and legal sufficiency: By: Weiss Serota Helfman Cole & Bierman, P.L. City Attorney Addresses for Notice: Genaro “Chip” Iglesias City of South Miami Attn: City Manager 6130 Sunset Drive South Miami, FL 33143 305-668-2510 (telephone) 305-663-6345 (facsimile) chip@southmiamifl.gov (email) With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: Lillian Arango, Esq. City of South Miami Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 larango@wsh-law.com (email) CONTRACTOR By: Name: Title: Entity: Addresses for Notice: (telephone) (email) With a copy to: (telephone) (email) 77 of 116 111 E-VERIFY AFFIDAVIT In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will comply with the E-Verify requirements imposed by it, including but not limited to obtaining E- Verify affidavits from subcontractors. ☐ Check here to confirm proof of enrollment in E-Verify has been attached to this Affidavit. In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Entity Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 78 of 116 112 NOTICE TO PROCEED Dated: , 20 To: ` Project Name: SANITARY SEWER CONSTRUCTION AREA K – PHASE 1 You are hereby notified that the Contract Times under the above Contract will commence to run on ___________, 2023. By that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 2 of the Contract, the dates of Substantial Completion and completion and readiness for final payment are , 2023 and __________________, 2023, ____/____ days respectively. Before you may start any Work at the site, Article 6 provides that you must deliver to the City ( check here if applicable, with copies to and other identified additional insureds) Certificates of Insurance in accordance with the Contract Documents. In addition, before you may start any Work at the site, you must: (add any additional requirements) CITY OF SOUTH MIAMI By: Genaro “Chip” Iglesias City Manager ACCEPTANCE OF NOTICE TO PROCEED [INSERT NAME OF CONTRACTOR]. By: Name: Title: Date: 79 of 116 113 ATTACHMENT B DECLARATION/AFFIDAVIT OF REPRESENTATION This Affidavit is not required for compliance with the City’s Solicitation; however, it may be used to avoid the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14- 2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation, selection, technical review, or similar committee, must list on an affidavit provided by the City staff, all individuals who may make a presentation. The Affidavit must be filed by with the City Clerk's office at the time the a bid or proposal is submitted to the City. For the purpose of this solicitation only, the members listed for the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. No person may appear before any committee on behalf of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this Affidavit or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. Pursuant to Section 92.525(2), Florida Statutes, the undersigned, ________________, makes the following declaration under penalties of perjury: Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents. NAME TITLE Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated in it are true and specifically, that the persons listed above are the members of the presentation team of the entity listed below. 80 of 116 114 ATTACHMENT C “DESIGN PLANS AND SPECIFICATIONS” Prepared by: SRS Engineering PLAN SET #1 SUB AREA K SANITARY SEWER – PHASE 1 PLAN SET #2 PUMP STATION PLANS SANITARY SEWER IMPROVEMENTS PLAN SET #3 PUMP STATION PLANS TREE DISPOSITION PLANS 81 of 116 115 ATTACHMENT C PLAN SET #1 SUB AREA K SANITARY SEWER – PHASE 1 Prepared by: SRS Engineering Dated November 28, 2023 82 of 116 116 ATTACHMENT C PLAN SET #2 PUMP STATION PLANS SANITARY SEWER IMPROVEMENTS Prepared by: SRS Engineering Dated November 27, 2023 83 of 116 117 ATTACHMENT C PLAN SET #3 PUMP STATION PLANS TREE DISPOSITION PLANS Prepared by: SRS Engineering Dated December 5, 2023 84 of 116 118 ATTACHMENT D GRANT AGREEMENT STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) 85 of 116 119 86 of 116 120 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Standard Grant Agreement This Agreement is entered into between the Parties named below, pursuant to Section 215 .971, Florida Statutes: 1. Project Title (Project): Agreement Number: South Miami Septic to Sewer (Conversion Program) Project 2. Parties State of Florida Department of Environmental Protection, 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 LPA0683 (Department) Grantee Name: City of South Miami Entity Type : Local Government Grantee Address: 6130 Sunset Drive Miami, Florida 33143 FEID : 59-6000431 Grantee 3 . Agreement Begin Date : Date of Expiration : Upon Execution September 30, 2025 4. Project Number: (lj different from Agreement Number) Project Location(s): Lat/Long: (25.6922, -80.2911) Project Description: The Grantee will construct a new public sanitary system, pump station, force main(s), gravity sewer main(s), and laterals along SW 85th Street, SW 60th Avenue, and SW 87th Street. The project will result in the completion of Phase I for the sanitary sewer improvements in Sub-Area K. 5. Total Amount of Funding: Funding Source? Award #s or Line Item Aooropriations : Amount per Source(s): $ 1,800,000.00 ~ State □Federal LP, GAA LI 1705A, FY 23-24, GR $ D State □Federal $ D Grantee Match $ Total Amount of Funding+ Grantee Match, if any: $ 6 . Department's Grant Manager Name : Michelle Ramirez or successor Address : Florida Dept. of Environmental Protection 3900 Commonwealth Blvd. Tallahassee, FL 32399-3000 Phone : 850-245-2818 Grantee's Grant Manager Name: Aurelio Carmenates Address: 6130 Sunset Drive Miami, Florida 33143 Phone: 305-403-2062 Email : Michelle.Ramirez@FloridaDEP.gov Email : acarmenates@southmiamifl.gov 1,800,000.00 1,800,000.00 or successor 7. The Parties agree to comply with the terms and conditions of the following attachments and exhibits which are hereby incorporated by reference: ~ Attachment 1: Standard Terms and Conditions Applicable to All Grants Agreements ~ Attachment 2 : Special Terms and Conditions ~ Attachment 3 : Grant Work Plan ~ Attachment 4 : Public Records Requirements ~ Attachment 5 : Special Audit Requirements D Attachment 6 : Program-Specific Requirements D Attachment 7 : Grant Award Terms (Federal) *Copy available at hllJls ://facts .fldfs.com , in accordance with §215.985 , F.S . D Attachment 8: Federal Regulations and Terms (Federal) D Additional Attachments (ifnecessary): ~ Exhibit A: Progress Report Form D Exhibit B : Property Reporting Form ~ Exhibit C : Payment Request Summary Form D Exhibit D: Quality Assurance Requirements D Exhibit E : Advance Payment Terms and Interest Earned Memo D Exhibit F : Common Carrier or Contracted Carrier Attestation Form PURI 808 D Additional Exhibits (ifnecessary): DEP Agreement No. LPA0683 Rev. 10/25/2'... 87 of 116 121 Fedml Awa'dldmti FedttalA"Wfl:f'd.Date. IN WITNESS WBEUOF• this Agreement shaD be effedive on the date indicated b}' the Agreement Begin Date unless another date is ,pecifled in the grant documents. GRANTEE By Gena.to Iglesias,. City Manager Print Name and Title of Person Slpin§ State of Florida Department of Environmental Protection DEPARTMENT Se~ :<>r Designee Date Signed Angela Knecht, Director,, Division of Water Restoration Assistnce Print Name and Title of Person Signing li1 Additional signatures attached on separate page. DEP Agreement No. LPAOCil3 Rev.6/6/23 Michelle Ramirez Digitally signed by Michelle Ramirez Date: 2023.10.31 16:12:45 -04'00' Mitch Holmes Digitally signed by Mitch Holmes Date: 2023.10.31 16:18:56 -04'00' 88 of 116 122 DWRA Additional Signatures Michelle Ramirez, DEP Grant Manager Mitch Holmes, DEP QC Reviewer 89 of 116 123 1. Entire Agreement. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION STANDARD TERMS AND CONDITIONS APPLICABLE TO GRANT AGREEMENTS ATTACHMENT 1 This Grant Agreement, including any Attachments and Exhibits referred to herein and/or attached hereto (Agreement), constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. Any terms and conditions included on Grantee's forms or invoices shall be null and void . 2. Grant Administration. a. Order of Precedence. If there are conflicting provisions among the documents that make up the Agreement, the order of precedence for interpretation of the Agreement is as follows : i. Standard Grant Agreement ii . Attachments other than Attachment 1, in numerical order as designated in the Standard Grant Agreement iii . Attachment 1, Standard Terms and Conditions iv . The Exhibits in the order designated in the Standard Grant Agreement b. All approvals, written or verbal, and other written communication among the parties, including all notices, shall be obtained by or sent to the parties' Grant Managers. All written communication shall be by electronic mail, U.S. Mail, a courier delivery service, or delivered in person . Notices shall be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when receipt is acknowledged by recipient. If the notice is delivered in multiple ways, the notice will be considered delivered at the earliest delivery time . c . If a different Grant Manager is designated by either party after execution of this Agreement, notice of the name and contact information of the new Grant Manager will be submitted in writing to the other party and maintained in the respective parties ' records . A change of Grant Manager does not require a formal amendment or change order to the Agreement. d. This Agreement may be amended, through a formal amendment or a change order, only by a written agreement between both parties . A formal amendment to this Agreement is required for changes which cause any of the following : (1) an increase or decrease in the Agreement funding amount; (2) a change in Grantee's match requirements; (3) a change in the expiration date of the Agreement ; and/or (4) changes to the cumulative amount of funding transfers between approved budget categories , as defined in Attachment 3, Grant Work Plan, that exceeds or is expected to exceed twenty percent (20%) of the total budget as last approved by Department. A change order to this Agreement may be used when : (1) task timelines within the current authorized Agreement period change; (2) the cumulative transfer of funds between approved budget categories, as defmed in Attachment 3, Grant Work Plan, are less than twenty percent (20%) of the total budget as last approved by Department; (3) changing the current funding source as stated in the Standard Grant Agreement; and/or (4) fund transfers between budget categories for the purposes of meeting match requirements . This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. e. All days in this Agreement are calendar days unless otherwise specified. 3. Agreement Duration. The term of the Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unless extended or terminated earlier in accordance with the applicable terms and conditions . The Grantee shall be eligible for reimbursement for work performed on or after the date of execution through the expiration date of this Agreement, unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to the execution of this Agreement may be reimbursable or used for match purposes if permitted by the Special Terms and Conditions . Rev. 7/12/2023 Attachment 1 1 of 13 90 of 116 124 4. Deliverables. The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3, Grant Work Plan. The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlined in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to Department making payment on that deliverable . The Grantee agrees to perform in accordance with the terms and conditions set forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement. 5. Performance Measures. The Grantee warrants that : (1) the services will be performed by qualified personnel ; (2) the services will be of the kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not knowingly infringe upon the intellectual property rights, or any other proprietary rights, of any third party; and (5) its employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes, if provided by Department, for work done at the Project Location(s). The Department reserves the right to investigate or inspect at any time to determine whether the services or qualifications offered by Grantee meet the Agreement requirements . Notwithstanding any provisions herein to the contrary , written acceptance of a particular deliverable does not foreclose Department's remedies in the event deficiencies in the deliverable cannot be readily measured at the time of delivery. 6. Acceptance of Deliverables. i. Acceptance Process. All deliverables must be received and accepted in writing by Department's Grant Manager before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remain outstanding, within a reasonable time at Grantee 's expense. If Department's Grant Manager does not accept the deliverables within 30 days ofreceipt, they will be deemed rejected . n . Rejection of Deliverables . The Department reserves the right to reject deliverables , as outlined in the Grant Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to Grantee's lack of satisfactory performance under the terms of this Agreement. The Grantee's efforts to correct the rejected deliverables will be at Grantee's sole expense . Failure to fulfill the applicable technical requirements or complete all tasks or activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associated invoice . Payment for the rejected deliverable will not be issued unless the rejected deliverable is made acceptable to Department in accordance with the Agreement requirements . The Department, at its option, may allow additional time within which Grantee may remedy the objections noted by Department. The Grantee 's failure to make adequate or acceptable deliverables after a reasonable opportunity to do so shall constitute an event of default. 7. Financial Consequences for Nonperformance. a . Withholding Payment. In addition to the specific consequences explained in the Grant Work Plan and/or Special Terms and Conditions, the State of Florida (State) reserves the right to withhold payment when the Grantee has failed to perform/comply with provisions of this Agreement. None of the financial consequences for nonperformance in this Agreement as more fully described in the Grant Work Plan shall be considered penalties . b. Invoice reduction If Grantee does not meet a deadline for any deliverable, the Department will reduce the invoice by I% for each day the deadline is missed, unless an extension is approved in writing by the Department. c. Corrective Action Plan . If Grantee fails to correct all the deficiencies in a rejected deliverable within the specified timeframe, Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) be submitted by Grantee to Department. The Department requests that Grantee specify the outstanding deficiencies in the CAP. All CAPs must be able to be implemented and performed in no more than sixty (60) calendar days . 1. The Grantee shall submit a CAP within ten (10) days of the date of the written request from Department. The CAP shall be sent to the Department's Grant Manager for review and approval. Within ten (10) days ofreceipt of a CAP, Department shall notify Grantee in writing whether the CAP proposed has been accepted . If the CAP is not accepted, Grantee shall have ten ( 10) days from receipt of Department letter rejecting the proposal to submit a revised proposed CAP . Failure to obtain Department approval of a CAP as specified above may result in Department's termination of this Agreement for cause as authorized in this Agreement. ii . Upon Department's notice of acceptance of a proposed CAP, Grantee shall have ten (10) days to commence implementation of the accepted plan. Acceptance of the proposed CAP by Department does not relieve Grantee of any of its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by Grantee, Department shall retain the right to Attachment 1 2 ofl3 Rev. 7/12/2023 91 of 116 125 require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by Department or steps taken by Grantee shall preclude Department from subsequently asserting any deficiencies in performance . The Grantee shall continue to implement the CAP until all deficiencies are corrected . Reports on the progress of the CAP will be made to Department as requested by Department's Grant Manager. 111. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by Department may result in termination of the Agreement. 8. Payment. a. Payment Process. Subject to the terms and conditions establ ished by the Agreement, the pricing per deliverable established by the Grant Work Plan, and the billing procedures established by Department, Department agrees to pay Grantee for services rendered in accordance with section 215.422 , Florida Statutes (F .S .). b. Taxes. The Department is exempted from payment of State sales, use taxes and Federal excise taxes. The Grantee, however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, or for payment by Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with Department. The Grantee shall not use Department's exemption number in securing such materials . The Grantee shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this Agreement. c . Maximum Amount of Agreement. The maximum amount of compensation under this Agreement, without an amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of this Project are the responsibility of Grantee . d . Reimbursement for Costs . The Grantee shall be paid on a cost reimbursement basis for all eligible Project costs upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plan . Reimbursement shall be requested on Exhibit C, Payment Request Summary Form . To be eligible for reimbursement, costs must be in compliance with laws, rules , and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address : https://www .myfloridacfo .com/docs-sf/accounting-and-auditing-libraries/state- agencies/reference-guide-for-state-expenditures.pdf. e . Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by Department pursuant to the Grant Work Plan shall be submitted to Department in sufficient detail for a proper pre-audit and post-audit to be performed . The Grantee shall only invoice Department for deliverables that are completed in accordance with the Grant Work Plan . f. State Funds Documentation. Pursuant to section 216 .13 66 , F . S ., if Contractor meets the definition of a non-profit organization under section 215 .97(2)(m), F .S., Contractor must provide the Department with documentation that indicates the amount of state funds : i. Allocated to be used during the full term of the contract or agreement for remuneration to any member of the board of director s or an officer of Contractor. 11 . Allocated under each payment by the public agency to be used for remuneration of any member of the board of directors or an officer of the Contractor. The documentation must indicate the amounts and recipients of the remuneration . Such information must be posted on the State's the contract tracking system and maintained pursuant to section 215 .985, F .S., and must be posted on the Contractor's website, if Contractor maintains a website. g. Interim Payments . Interim payments may be made by Department, at its discretion, if the completion of deliverables to date have first been accepted in writing by Department's Grant Manager. h. Final Payment Request. A final payment request should be submitted to Department no later than sixty (60) days following the expiration date of the Agreement to ensure the availability of funds for payment. However, all work performed pursuant to the Grant Work Plan must be performed on or before the expiration date of the Agreement. i. Annual Appropriation Contingency . The State 's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations . Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of Department if the Legislature reduces or eliminates appropriations. j . Interest Rates. All interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of Administration . To obtain the applicable interest rate, please refer to: www .myfloridacfo .com/Division/ AA/V endors/default.htm . Attachment 1 3 of13 Rev. 7/12/2023 92 of 116 126 k. Refund of Payments to the Department. Any balance ofunobligated funds that have been advanced or paid must be refunded to Department. Any funds paid in excess of the amount to which Grantee or subgrantee is entitled under the terms of the Agreement must be refunded to Department. If this Agreement is funded with federal funds and the Department is required to refund the federal government, the Grantee shall refund the Department its share of those funds . 9. Documentation Required for Cost Reimbursement Grant Agreements and Match. If Cost Reimbursement or Match is authorized in Attachment 2, Special Terms and Conditions , the following conditions apply . Supporting documentation must be provided to substantiate cost reimbursement or match requirements for the following budget categories : a . Salary/Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent on the Project in accordance with Attachment 3, Grant Work Plan in their documentation for reimbursement or match requirements . b. Overhead/Indirect/General and Administrative Costs. If Grantee is being reimbursed for or claiming match for multipliers, all multipliers used (i .e ., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by Grantee exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification . Interest shall be charged on the excessive rate . c . Contractual Costs (Subcontractors). Match or reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from Grantee . Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i .e ., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification . Interest shall be charged on the excessive rate . Nonconsumable and/or nonexpendable personal property or equipment costing $5 ,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in chapters 273 and/or 274, F .S., and Chapter 691-72 , Florida Administrative Code (F.A.C .) and/or Chapter 691-73, F.A.C ., as applicable . The Grantee shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase of equipment as part of the delivery of services . The Grantee shall comply with this requirement and ensure its subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors . 1. For fixed-price (vendor) subcontracts, the following provisions shall apply : The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment 3, Grant Work Plan . Invoices submitted to Department for fixed- price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation form for the competitive procurement process ( e .g ., Invitation to Bid, Request for Proposals, or other similar competitive procurement document) resulting in the fixed-price subcontract. The Grantee may request approval from Department to award a fixed-price subcontract resulting from procurement methods other than those identified above . In this instance, Grantee shall request the advance written approval from Department's Grant Manager of the fixed price negotiated by Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of Department Grant Manager's approval of the fixed-price amount, Grantee may proceed in fmalizing the fixed-price subcontract. ii. If the procurement is subject to the Consultant's Competitive Negotiation Act under section 287.055, F .S. or the Brooks Act, Grantee must provide documentation clearly evidencing it has complied with the statutory or federal requirements . d. Travel. All requests for match or reimbursement of travel expenses shall be in accordance with section 112 .061, F .S . e . Direct Purchase Equipment. For the purposes of this Agreement, Equipment is defmed as capital outlay costing $5,000 or more . Match or reimbursement for Grantee's direct purchase of equipment is subject to specific approval of Department, and does not include any equipment purchased under the delivery of services to be completed by a subcontractor . Include copies of invoices or receipts to document purchases, and a properly completed Exhibit B, Property Reporting Form. f . Rental/Lease of Equipment. Match or reimbursement requests for rental/lease of equipment must include copies of invoices or receipts to document charges . g . Miscellaneous/Other Expenses. If miscellaneous or other expenses, such as materials, supplies, non-excluded phone expenses , reproduction, or mailing , are reimbursable or available for match or reimbursement under the Attachment 1 4 of13 Rev. 7/12/2023 93 of 116 127 terms of this Agreement, the documentation supporting these expenses must be itemized and include copies of receipts or invoices . Additionally, independent of Grantee 's contract obligations to its subcontractor, Department shall not reimburse any of the following types of charges: cell phone usage; attorney 's fees or court costs; civil or administrative penalties; or handling fees, such as set percent overages associated with purchasing supplies or equipment. h . Land Acquisition . Reimbursement for the costs associated with acquiring interest and/or rights to real property (including access rights through ingress/egress easements, leases, license agreements, or other site access agreements ; and/or obtaining record title ownership ofreal property through purchase) must be supported by the following , as applicable : Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legal Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closing Statements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documenting acquired property interest and/or rights . If land acquisition costs are used to meet match requirements, Grantee agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds . 10. Status Reports. The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A, Progress Report Form, to Department's Grant Manager describing the work performed during the reporting period, problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. Quarterly status reports are due no later than twenty (20) days following the completion of the quarterly reporting period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 and December 31 . The Department will review the required reports submitted by Grantee within thirty (30) days. 11. Retainage. The following provisions apply if Department withholds retainage under this Agreement: a . The Department reserves the right to establish the amount and application of retainage on the work performed under this Agreement up to the maximum percentage described in Attachment 2, Special Terms and Conditions . Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approval of all deliverables . b . If Grantee fails to perform the requested work or fails to perform the work in a satisfactory manner, Grantee shall forfeit its right to payment of the retainage associated with the work. Failure to perform includes, but is not limited to, failure to submit the required deliverables or failure to provide adequate documentation that the work was actually performed . The Department shall provide written notification to Grantee of the failure to perform that shall result in retainage forfeiture . If the Grantee does not correct the failure to perform within the timeframe stated in Department's notice, the retainage will be forfeited to Department. c . No retainage shall be released or paid for incomplete work while this Agreement is suspended. d. Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, provided Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicing procedures under this Agreement. 12. Insurance. a. Insurance Requirements for Sub-Grantees and/or Subcontractors. The Grantee shall require its sub-grantees and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits as described in this Agreement. The Grantee shall require all its sub-grantees and/or subcontractors, if any, to make compliance with the insurance requirements of this Agreement a condition of all contracts that are related to this Agreement. Sub-grantees and/or subcontractors must provide proof of insurance upon request. b. Deductibles. The Department shall be exempt from, and in no way liable for, any sums of money representing a deductible in any insurance policy . The payment of such deductible shall be the sole responsibility of the Grantee providing such insurance. c . Proof of Insurance. Upon execution of this Agreement, Grantee shall provide Department documentation demonstrating the existence and amount for each type of applicable insurance coverage prior to performance of any work under this Agreement. Upon receipt of written request from Department, Grantee shall furnish Department with proof of applicable insurance coverage by standard form certificates of insurance, a self- insured authorization, or other certification of self-insurance. d. Duty to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for any reason, or if Grantee cannot get adequate coverage, Grantee shall immediately notify Department of such cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and provide proof of such replacement coverage within ten (10) days after the cancellation of coverage . Rev. 7/12/2023 Attachment 1 5 of13 94 of 116 128 e. Insurance Trust. If the Grantee's insurance is provided through an insurance trust, the Grantee shall instead add the Department of Environmental Protection, its employees, and officers as an additional covered party everywhere the Agreement requires them to be added as an additional insured. 13. Termination. 1. Termination for Convenience . When it is in the State's best interest, Department may , at its sole discretion, terminate the Agreement in whole or in part by giving 30 days' written notice to Grantee . The Department shall notify Grantee of the termination for convenience with instructions as to the effective date of termination or the specific stage of work at which the Agreement is to be terminated . The Grantee must submit all invoices for work to be paid under this Agreement within thirty (30) days of the effective date of termination . The Department shall not pay any invoices received after thirty (30) days of the effective date of termination. ii. Termination for Cause. The Department may terminate this Agreement if any of the events of default described in the Events of Default provisions below occur or in the event that Grantee fails to fulfill any of its other obligations under this Agreement. If, after termination, it is determined that Grantee was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of Department. The rights and remedies of Department in this clause are in addition to any other rights and remedies provided by law or under this Agreement. iii . Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial termination unless as otherwise directed by Department, Grantee shall not furnish any service or deliverable on the date, and to the extent specified, in the notice. However, Grantee shall continue work on any portion of the Agreement not terminated. If the Agreement is terminated before performance is completed, Grantee shall be paid only for that work satisfactorily performed for which costs can be substantiated. The Grantee shall not be entitled to recover any cancellation charges or lost profits . 1v . Continuation of Prepaid Services . If Department has paid for any services prior to the expiration, cancellation, or termination of the Agreement, Grantee shall continue to provide Department with those services for which it has already been paid or, at Department's discretion, Grantee shall provide a refund for services that have been paid for but not rendered. v. Transition of Services Upon Termination, Expiration, or Cancellation of the Agreement. If services provided under the Agreement are being transitioned to another provider(s), Grantee shall assist in the smooth transition of Agreement services to the subsequent provider(s). This requirement is at a minimum an affirmative obligation to cooperate with the new provider(s), however additional requirements may be outlined in the Grant Work Plan. The Grantee shall not perform any services after Agreement expiration or termination, except as necessary to complete the transition or continued portion of the Agreement, if any. 14. Notice of Default. If Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, any of the events of default, Department shall provide notice to Grantee and an opportunity to cure that is reasonable under the circumstances . This notice shall state the nature of the failure to perform and provide a time certain for correcting the failure . The notice will also provide that, should the Grantee fail to perform within the time provided, Grantee will be found in default, and Department may terminate the Agreement effective as of the date of receipt of the default notice . 15. Events of Default. Provided such failure is not the fault of Department or outside the reasonable control of Grantee, the following non- exclusive list of events, acts, or omissions, shall constitute events of default: a. The commitment of any material breach of this Agreement by Grantee, including failure to timely deliver a material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance of the performance of the work, failure to resume work that has been discontinued within a reasonable time after notice to do so, or abandonment of the Agreement; b. The commitment of any material misrepresentation or omission in any materials, or discovery by the Department of such, made by the Grantee in this Agreement or in its application for funding; c. Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect, incomplete, or insufficient information; d. Failure to honor any term of the Agreement; e. Failure to abide by any statutory, regulatory, or licensing requirement, including an entry of an order revoking the certificate of authority granted to the Grantee by a state or other licensing authority; f . Failure to pay any and all entities, individuals, and furnishing labor or materials, or failure to make payment to any other entities as required by this Agreement; Rev. 7/12/2023 Attachment 1 6 of13 95 of 116 129 g. Employment of an unauthorized alien in the performance of the work, in violation of Section 274 (A) of the Immigration and Nationality Act; h. Failure to maintain the insurance required by this Agreement; i. One or more of the following circumstances, uncorrected for more than thirty (30) days unless, within the specified 30-day period, Grantee (including its receiver or trustee in bankruptcy) provides to Department adequate assurances, reasonably acceptable to Department, of its continuing ability and willingness to fulfill its obligations under the Agreement : 1. Entry of an order for relief under Title 11 of the United States Code; 11. The making by Grantee of a general assignment for the benefit of creditors; m . The appointment of a general receiver or trustee in bankruptcy of Grantee's business or property; and/or 1v. An action by Grantee under any state insolvency or similar law for the purpose of its bankruptcy, reorganization, or liquidation. 16. Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when it is in the best interest of the State to do so. The Department shall provide Grantee written notice outlining the particulars of suspension. Examples of reasons for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, Grantee shall comply with the notice. Within 90 days, or any longer period agreed to by the parties, Department shall either: (1) issue a notice authorizing resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement is terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy the thirty (30) days' notice required for a notice of termination for convenience . Suspension of work shall not entitle Grantee to any additional compensation. 17. Force Majeure. The Grantee shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of Grantee or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond Grantee's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to Grantee. In case of any delay Grantee believes is excusable, Grantee shall notify Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay first arose, if Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonably foreseeable, within five days after the date Grantee first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE GRANTEE'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against Department. The Grantee shall not be entitled to an increase in the Agreement price or payment of any kind from Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist Grantee shall perform at no increased cost, unless Department determines, in its sole discretion, that the delay will significantly impair the value of the Agreement to Department, in which case Department may: (1) accept allocated performance or deliveries from Grantee, provided that Grantee grants preferential treatment to Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to and by Grantee for the related costs and expenses) to replace all or part of the products or services that are the subject of the delay, which purchases may be deducted from the Agreement quantity; or (3) terminate Agreement in whole or in part. 18. Indemnification. a. The Grantee shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless Department and its officers, agents, and employees, from suits, actions, damages, and costs of every name and description arising from or relating to: 1. personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Grantee, its agents, employees, partners, or subcontractors; provided, however, that Grantee shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of Department; 11. the Grantee's breach of this Agreement or the negligent acts or omissions of Grantee. Rev. 7/12/2023 Attachment 1 7 of13 96 of 116 130 b. The Grantee's obligations under the preceding paragraph with respect to any legal action are contingent upon Department giving Grantee: ( 1) written notice of any action or threatened action; (2) the opportunity to take over and settle or defend any such action at Grantee's sole expense; and (3) assistance in defending the action at Grantee's sole expense . The Grantee shall not be liable for any cost, expense, or compromise incurred or made by Department in any legal action without Grantee's prior written consent, which shall not be unreasonably withheld . c . Notwithstanding sections a . and b . above, the following is the sole indemnification provision that applies to Grantees that are governmental entities: Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents . However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of section 768.28, F.S . Further, nothing herein shall be construed as consent by a state agency or subdivision of the State to be sued by third parties in any matter arising out of any contract or this Agreement. d . No provision in this Agreement shall require Department to hold harmless or indemnify Grantee, insure or assume liability for Grantee's negligence, waive Department's sovereign immunity under the laws of Florida, or otherwise impose liability on Department for which it would not otherwise be responsible . Any provision, implication or suggestion to the contrary is null and void. 19. Limitation of Liability. The Department's liability for any claim arising from this Agreement is limited to compensatory damages in an amount no greater than the sum of the unpaid balance of compensation due for goods or services rendered pursuant to and in compliance with the terms of the Agreement. Such liability is further limited to a cap of$100,000 . 20. Remedies. Nothing in this Agreement shall be construed to make Grantee liable for force majeure events. Nothing in this Agreement, including financial consequences for nonperformance, shall limit Department's right to pursue its remedies for other types of damages under the Agreement, at law or in equity . The Department may, in addition to other remedies available to it , at law or in equity and upon notice to Grantee, retain such monies from amounts due Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against it. 21. Waiver. The delay or failure by Department to exercise or enforce any of its rights under this Agreement shall not constitute or be deemed a waiver of Department's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 22. Statutory Notices Relating to Unauthorized Employment and Subcontracts. a. The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If Grantee/subcontractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts with private organizations issued as a result of this Agreement. b . Pursuant to sections 287 .133, 287.134, and 287.137 F .S ., the following restrictions apply to persons placed on the convicted vendor list, discriminatory vendor list, or the antitrust violator vendor list : i. Public Entity Crime. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Grantee, 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 , F.S ., for CATEGORY TWO for a period of36 months following the date of being placed on the convicted vendor list. 11. Discriminatory Vendors . An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. 111. Antitrust Violator Vendors. A person or an affiliate who has been placed on the antitrust violator vendor list following a conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply on any contract to provide any good or services to a public entity ; Attachment 1 8 of13 Rev. 7/12/2023 97 of 116 131 may not submit a bid, proposal, or reply on any contract with a public entity for the construction or repair of a public building or public work; may not submit a bid, proposal, or reply on leases of real property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, or consultant under a contract with a public entity; and may not transact new business with a public entity . 1v . Notification . The Grantee shall notify Department if it or any of its suppliers, subcontractors, or consultants have been placed on the convicted vendor list, the discriniinatory vendor list, or antitrust violator vendor list during the life of the Agreement. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and the antitrust violator vendor list and posts the list on its website . Questions regarding the discriminatory vendor list or antitrust violator vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity, at (850) 487-0915 . 23. Compliance with Federal, State and Local Laws. a . The Grantee and all its agents shall comply with all federal, state and local regulations, including, but not limited to, nondiscrimination, wages, social security, workers' compensation, licenses, and registration requirements . The Grantee shall include this provision in all subcontracts issued as a result of this Agreement. b. No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discriniination in performance of this Agreement. c. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. d. Any dispute concerning performance of the Agreement shall be processed as described herein . Jurisdiction for any damages arising under the terms of the Agreement will be in the courts of the State , and venue will be in the Second Judicial Circuit, in and for Leon County . Except as otherwise provided by law, the parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this Agreement. 24. Build America, Buy America Act (BABA) -Infrastructure Projects with Federal Funding. This provision does not apply to Agreements that are wholly funded by Coronavirus State and Local Fiscal Recovery Funds under the American Rescue Plan Act. Also, this provision does not apply where there is a valid waiver in place. However, the provision may apply to funds expended before the waiver or after expiration of the waiver. If applicable, Recipients or Subrecipients of an award of Federal financial assistance from a program for infrastructure are required to comply with the Build America, Buy America Act (BABA), including the following provisions: a. All iron and steel used in the project are produced in the United States--this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States ; b. All manufactured products used in the project are produced in the United States-this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and c. All construction materials are manufactured in the United States-this means that all manufacturing processes for the construction material occurred in the United States . The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. 25. Investing in America Grantees of an award for construction projects in whole or in part by the Bipartisan Infrastructure Law or the Inflation Reduction Act, including the following provision: 1. Signage Requirements a . Investing in America Emblem : The recipient will ensure that a sign is placed at construction sites supported in whole or in part by this award displaying the official Investing in America emblem and must identify the project as a ''project funded by President Biden's Bipartisan Attachment 1 9 of13 Rev. 7/12/2023 98 of 116 132 Infrastructure Law" or "project funded by President Biden's Inflation Reduction Act" as applicable. The sign must be placed at construction sites in an easily visible location that can be directly linked to the work taking place and must be maintained in good condition throughout the construction period. The recipient will ensure compliance with the guidelines and design specifications provided by EPA for using the official Investing in America emblem available at: https :/ /www .epa.gov/invest/investing-america-signage. b . Procuring Signs: Consistent with section 6002 ofRCRA, 42 U .S.C. 6962, and 2 CFR 200.323, recipients are encouraged to use recycled or recovered materials when procuring signs. Signage costs are considered an allowable cost under this assistance agreement provided that the costs associated with signage are reasonable. Additionally, to increase public awareness of projects serving communities where English is not the predominant language, recipients are encouraged to translate the language on signs ( excluding the official Investing in America emblem or EPA logo or seal) into the appropriate non-English language(s). The costs of such translation are allowable, provided the costs are reasonable . 26. Scrutinized Companies. i. Grantee certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott oflsrael. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott oflsrael during the term of the Agreement. 11. If this Agreement is for more than one million dollars, the Grantee certifies that it is also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in section 287 .135, F.S . Pursuant to section 287.135, F .S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. m. As provided in subsection 287.135(8), F.S ., if federal law ceases to authorize these contracting prohibitions, then they shall become inoperative. 27. Lobbying and Integrity. The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying the Legislature or a State agency pursuant to section 216.347, F.S., except that pursuant to the requirements of section 287.058(6), F.S., during the term of any executed agreement between Grantee and the State, Grantee may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that agreement. The Grantee shall comply with sections 11.062 and 216.347, F.S. 28. Record Keeping. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied . The Department, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five ( 5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted, Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. Upon request of Department's Inspector General, or other authorized State official, Grantee shall provide any type of information the Inspector General deems relevant to Grantee's integrity or responsibility. Such information may include, but shall not be limited to, Grantee's business or fmancial records, documents, or files of any type or form that refer to or relate to Agreement. The Grantee shall retain such records for the longer of: (1) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at : http ://dos.myflorida .com/librru:y-archives/records-management/general-records-schedules/). 29. Audits. a. Inspector General. The Grantee understands its duty, pursuant to section 20 .055(5), F .S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its sub-grantees and/or subcontractors issued under this Agreement, if any, impose this requirement, in writing, on its sub-grantees and/or subcontractors, respectively . Rev. 7/12/2023 Attachment 1 10 of 13 99 of 116 133 b. Physical Access and Inspection. Department personnel shall be given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during normal business hours, including by any of the following methods : 1. Grantee shall provide access to any location or facility on which Grantee is performing work, or storing or staging equipment, materials or documents; 11. Grantee shall permit inspection of any facility, equipment, practices, or operations required in performance of any work pursuant to this Agreement; and, 111. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. c. Special Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements . Each amendment that authorizes a funding increase or decrease shall include an updated copy ofExhibit 1, to Attachment 5. IfDepartment fails to provide an updated copy ofExhibit 1 to include in each amendment that authorizes a funding increase or decrease, Grantee shall request one from the Department's Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment 5, Exhibit 1 and determine whether the terms ofFederal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, Grantee shall utilize the guidance provided under 2 CFR §200.331 for determining whether the relationship represents that of a subrecipient or vendor . For State financial assistance, Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form number DFS-A2-NS) that can be found under the "Links/Forms" section appearing at the following website : https :\\apps .fldfs .com\fsaa . d . Proof of Transactions. In addition to documentation provided to support cost reimbursement as described herein, Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to the Agreement pursuant to State guidelines (including cost allocation guidelines) and federal, if applicable. Allowable costs and uniform administrative requirements for federal programs can be found under 2 CFR 200 . The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty (30) days of such request. e. No Commingling of Funds. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program-by-program or a project-by-project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded . 1. If Department finds that these funds have been commingled, Department shall have the right to demand a refund, either in whole or in part, of the funds provided to Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from Department shall refund, and shall forthwith pay to Department, the amount of money demanded by Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the original payment(s) are received from Department by Grantee to the date repayment is made by Grantee to Department. ii . In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by Department, from another source(s), Grantee shall reimburse Department for all recovered funds originally provided under this Agreement and interest shall be charged for those recovered costs as calculated on from the date(s) the payment(s) are recovered by Grantee to the date repayment is made to Department. 111. Notwithstanding the requirements of this section, the above restrictions on commingling funds do not apply to agreements where payments are made purely on a cost reimbursement basis. 30. Conflict oflnterest. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 31. Independent Contractor. The Grantee is an independent contractor and is not an employee or agent of Department. 32. Subcontracting. Attachment 1 11 of 13 Rev. 7/12/2023 100 of 116 134 a. Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be performed solely by Grantee. b. The Department may, for cause, require the replacement of any Grantee employee, subcontractor, or agent. For cause, includes, but is not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with an applicable Department policy or other requirement. c . The Department may, for cause, deny access to Department's secure information or any facility by any Grantee employee, subcontractor, or agent. d . The Department's actions under paragraphs b . or c . shall not relieve Grantee of its obligation to perform all work in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under any subcontract. The Department shall not be liable to any subcontractor for any expenses or liabilities incurred under any subcontract and Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred under any subcontract. e . The Department will not deny Grantee's employees, subcontractors, or agents access to meetings within the Department's facilities, unless the basis of Department's denial is safety or security considerations . f. The Department supports diversity in its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State. A list of minority-owned frrms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at (850) 487-0915. g. The Grantee shall not be liable for any excess costs for a failure to perform, if the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both Grantee and the subcontractor(s), and without the fault or negligence of either, unless the subcontracted products or services were obtainable from other sources in sufficient time for Grantee to meet the required delivery schedule. 33. Guarantee of Parent Company. If Grantee is a subsidiary of another corporation or other business entity, Grantee asserts that its parent company will guarantee all of the obligations of Grantee for purposes of fulfilling the obligations of Agreement. In the event Grantee is sold during the period the Agreement is in effect, Grantee agrees that it will be a requirement of sale that the new parent company guarantee all of the obligations of Grantee. 34. Survival. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, and public records, shall survive termination, cancellation, or expiration of this Agreement. 35. Third Parties. The Department shall not be deemed to assume any liability for the acts, failures to act or negligence of Grantee, its agents, servants, and employees, nor shall Grantee disclaim its own negligence to Department or any third party. This Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties . If Department consents to a subcontract, Grantee will specifically disclose that this Agreement does not create any third- party rights. Further, no third parties shall rely upon any of the rights and obligations created under this Agreement. 36. Severability. If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions are severable to that void provision, and shall remain in full force and effect. 37. Grantee's Employees, Subcontractors and Agents. All Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly trained technicians who meet or exceed any specified training qualifications . Upon request, Grantee shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under Agreement must comply with all security and administrative requirements of Department and shall comply with all controlling laws and regulations relevant to the services they are providing under the Agreement. 38. Assignment. The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or under any purchase order issued pursuant to the Agreement, without the prior written consent of Department. In the event of any assignment, Grantee remains secondarily liable for performance of the Agreement, unless Department expressly waives such secondary liability. The Department may assign the Agreement with prior written notice to Grantee of its intent to do so. 39. Compensation Report. If this Agreement is a sole-source, public-private agreement or if the Grantee, through this agreement with the State, annually receive 50% or more of their budget from the State or from a combination of State and Federal funds, the Attachment 1 12 of 13 Rev. 7/12/2023 101 of 116 135 Grantee shall provide an annual report, including the most recent IRS Form 990, detailing the total compensation for the entities' executive leadership teams. Total compensation shall include salary, bonuses, cashed-in leave, cash equivalents, severance pay, retirement benefits, deferred compensation, real-property gifts, and any other payout. The Grantee must also inform the Department of any changes in total executive compensation between the annual reports . All compensation reports must indicate what percent of compensation comes directly from the State or Federal allocations to the Grantee . 40. Execution in Counterparts and Authority to Sign. This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts, each of which shall be an original and all of which shall constitute the same instrument. In accordance with the Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may be used and shall have the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is duly authorized to do so and to bind the respective party to the Agreement. Rev. 7/12/2023 Attachment 1 13 of 13 102 of 116 136 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Special Terms and Conditions AGREEMENT NO. LPA0683 ATTACHMENT 2 These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terms shall apply . 1. Scope of Work. The Project ftmded under this Agreement is South Miami Septic to Sewer (Conversion Program) Project. The Project is defined in more detail in Attachment 3, Grant Work Plan. 2. Duration . a . Reimbursement Period. The reimbursement period for this Agreement begins on July 1, 2023 and ends at the expiration of the Agreement. b . Extensions . There are extensions available for this Project. c . Service Periods. Additional service periods are not authorized under this Agreement. 3. Payment Provisions. a . Compensation. This is a cost reimbursement Agreement. The Grantee shall be compensated under this Agreement as described in Attachment 3 . b . Invoicing . Invoicing will occur as indicated in Attachment 3 . c . Advance Pay . Advance Pay is not authorized under this Agreement. 4. Cost Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following budget categories, as defmed in the Reference Guide for State Expenditures, as indicated : Reimbursement Match Category □ □ Salaries/Wages Overhead/Indirect/General and Administrative Costs : □ □ a. Fringe Benefits, N IA. □ □ b. Indirect Costs, N I A. [8J □ Contractual (Subcontractors) □ □ Travel, in accordance with Section 112, F .S. □ □ Equipment □ □ Rental/Lease of Equipment □ □ Miscellaneous/Other Expenses □ □ Land Acquisition 5. Equipment Purchase. No Equipment purchases shall be ftmded under this Agreement. 6. Land Acquisition. There will be no Land Acquisitions ftmded under this Agreement. 7. Match Requirements There is no match required on the part of the Grantee under this Agreement. Rev. 10/11/2022 Attachment 2 1 of3 103 of 116 137 8. Insurance Requirements Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below . The limits of coverage under each policy maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Agreement. All insurance policies shall be through insurers licensed and authorized to issue policies in Florida, or alternatively, Grantee may provide coverage through a self-insurance program established and operating under the laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are : a . Commercial General Liability Insurance. The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability insurance at all times during the Agreement. The Department, its employees, and officers shall be named as an additional insured on any general liability policies. The minimum limits shall be $250 ,000 for each occurrence and $500 ,000 policy aggregate . b . Commercial Automobile Insurance . If the Grantee's duties include the use of a commercial vehicle, the Grantee shall maintain automobile liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and property damage shall provide coverage on an occurrence basis. The Department, its employees, and officers shall be named as an additional insured on any automobile insurance policy. The minimum limits shall be as follows: $200,000/300,000 Automobile Liability for Company-Owned Vehicles, if applicable $200,000 /300,000 Hired and Non-owned Automobile Liability Coverage c . Workers' Compensation and Employer's Liability Coverage . The Grantee shall provide workers' compensation, in accordance with Chapter 440 , F .S . and employer liability coverage with minimum limits of$100,000 per accident, $100,000 per person, and $500,000 policy aggregate . Such policies shall cover all employees engaged in any work under the Grant. d . Other Insurance . None . 9. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. 10. Retainage. No retainage is required under this Agreement. 11. Subcontracting. The Grantee may subcontract work under this Agreement without the prior written consent of the Department's Grant Manager except for certain fixed-price subcontracts pursuant to this Agreement, which require prior approval. The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any invoices for subcontracted work. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. 12. State-owned Land. The work will not be performed on State-owned land . 13. Office of Policy and Budget Reporting. The Grantee will identify the expected return on investment for this project and provide this information to the Governor 's Office of Policy and Budget (OPB) within three months of execution of this Agreement. For each full calendar quarter thereafter, the Grantee will provide quarterly update reports directly to OPB, no later than 20 days after the end of each quarter, documenting the positive return on investment to the state that results from the Grantee's project and its use of funds provided under this Agreement. Quarterly reports will continue until the Grantee is instructed by OPB that no further reports are needed, or until the end of this Agreement, whichever occurs first. All reports shall be submitted electronically to OPB at env.roi@laspbs.state.fl.us, and a copy shall also be submitted to the Department at legislativeaffairs@floridaDEP.gov. 14. Common Carrier. a . Applicable to contracts with a common carrier -firm/person/corporation that as a regular business transports people or commodities from place to place . If applicable, Contractor must also fill out and Attachment 2 2 of3 Rev. 10/11/2022 104 of 116 138 return PUR 1808 before contract execution] If Contractor is a common carrier pursuant to section 908.11 l(l)(a), Florida Statutes, the Department will terminate this contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808. b . Applicable to solicitations for a common carrier -Before contract execution, the winning Contractor(s) must fill out and return PUR 1808 , and attest that it is not willfully providing any service in furtherance of transporting a person into this state knowing that the person unlawfully present in the United States according to the terms of the federal Immigration and Nationality Act, 8 U.S .C . ss . 1101 et seq. The Department will terminate a contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808 15. Additional Terms. None. Any terms added here must be approved by the Office of General Counsel. Rev. 10/11/2022 Attachment 2 3 of3 105 of 116 139 ATTACHMENT 3 GRANT WORK PLAN PROJECT TITLE: South Miami Septic to Sewer (Conversion Program) Project PROJECT LOCATION: The Project will be located in the City of South Miami within Miami-Dade County; Lat/Long (25.6922, -80.2911). See Figure I for a location map. PROJECT BACKGROUND: The Citywide Sanitary Sewer Master Plan, completed on November 7, 2016, aimed to address areas in the city without access to the Miami-Dade Waste and Sewer District (MDW ASD) public sewer system . The areas without access have been divided into eleven ( 11) sub-areas labeled A-K, with sub-area K being the only one to have gone through the design phase . Sub-Area K serves 205 properties, does not require a system interconnection, and is considered an area threatened by sea level rise. The project also allows for future expansion of the sanitary system in the area. PROJECT DESCRIPTION: The Grantee will construct a new public sanitary system, pump station, force main(s), gravity sewer main(s), and laterals along SW 85th Street, SW 60th Avenue, and SW 87th Street. The project will result in the completion of Phase I for the sanitary sewer improvements in Sub-Area K. TASKS: All documentation should be submitted electronically unless otherwise indicated. Payment Request Schedule: The Grantee may submit a payment request for cost reimbursement or match documentation no more frequently than monthly . Task 1: Construction Deliverables: The Grantee will construct a public sanitary sewer system, pump station, force main(s), gravity sewer main(s), and laterals in accordance with the construction contract documents . The Grantee will submit through the Department's GIS web-interface data collection tool, parcel-level data identifying collection system extensions; lift stations and other infrastructure associated with the grant; and both the parcels connected to sewer and the parcels where sewer has been made available for connection but not yet connected along with associated grant information. Documentation: The Grantee will submit: 1) a copy of the final design; 2) a signed acceptance of the completed work to date, as provided in the Grantee's Certification of Payment Request; 3) a signed Engineer's Certification of Payment Request; 4) an email from the Department's GIS web-interface data collection tool, confirming that data for the project has been submitted. Performance Standard: The Department's Grant Manager will review the documentation to verify that the deliverables have been completed as described above . Upon review and written acceptance by the Department's Grant Manager, the Grantee may proceed with payment request submittal. Payment Request Schedule: The Grantee may submit a payment request for cost reimbursement no more frequently than monthly . DEP Agreement No. LPA0683, Attachment 3, Page 1 of2 106 of 116 140 PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all documentation received by, the corresponding task end date. Cost reimbursable grant funding must not exceed the budget amounts as indicated below. Task Task Title No. 1 Construction Fi re 1: Location Ma "" "" r " I ""~1rr 1s~~ F'l:~:1 ~ ~-- ""' "' n ij Budget Grant Cateeory Amount Contractual $1,800,000 Services Total: $1,800,000 .00 @ ~ ~ s :, <' ~ ~ ~ ~ ~ ~! j ] SW I U f JT Exhibit "A" DEP Agreement No. LPA0683, Attachment 3, Page 2 of2 Task Task Start Date End Date 07/01/2023 03/31/2025 I Pl.AN, .,......, -IWl"OIB)~\fl"l'l!ltll!ft -l"IO'Clll!:l~IIWI ear.Nl<N.wrTIIE'il8I ---!llfflOl'CIQ!~ II earNl NI' fTAJDI • NOOl'IW>.TEl'I.M"fl'ATION -ar!Uffl □ PAO!'E!!rES TO BE 8EIMCED r7771 f'fD'ERlEBIUlf!B::aE....OWAll>WAl'Efl [tL.a c:usn:JiER9BEFaE IIEWER!BI\CE 18 l!lll1'.lB) DOG PfKlF'8fTE!lMA.TH4.'if:AWATe:I~ ~ NJTAU..EOYlmOUT AN ACTM:M·OWAED WATBI ACXXUfT <t w a: <t I m :::) (/) 107 of 116 141 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Public Records Requirements Attachment 4 1. Public Records. a. If the Agreement exceeds $35,000 .00, and if Grantee is acting on behalf of Department in its performance of services under the Agreement, Grantee must allow public access to all documents, papers, letters, or other material, regardless of the physical form, characteristics, or means of transmission, made or received by Grantee in conjunction with the Agreement (Public Records), unless the Public Records are exempt from section 24(a) of Article I of the Florida Constitution or section 119 .07(1), F .S . b . The Department may unilaterally terminate the Agreement if Grantee refuses to allow public access to Public Records as required by law. 2. Additional Public Records Duties of Section 119.0701, F.S., If Applicable. For the purposes of this paragraph, the term "contract" means the "Agreement." If Grantee is a "contractor" as defined in section 119 .0701(1)(a), F .S., the following provisions apply and the contractor shall : a. Keep and maintain Public Records required by Department to perform the service . b. Upon request, provide Department with a copy ofrequested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F .S., or as otherwise provided by law . c. A contractor who fails to provide the Public Records to Department within a reasonable time may be subject to penalties under section 119 .10, F .S. d . 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 Public Records to Department. e. Upon completion of the contract, transfer, at no cost, to Department all Public Records in possession of the contractor or keep and maintain Public Records required by Department to perform the service. If the contractor transfers all Public Records to Department upon completion of the contract, the contractor shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records disclosure requirements . If the contractor keeps and maintains Public Records upon completion of the contract, the contractor shall meet all applicable requirements for retaining Public Records. All Public Records stored electronically must be provided to Department, upon request from Department's custodian of Public Records, in a format specified by Department as compatible with the information technology systems of Department. These formatting requirements are satisfied by using the data formats as authorized in the contract or Microsoft Word, Outlook, Adobe, or Excel, and any software formats the contractor is authorized to access. f. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, F.S., TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE DEPARTMENT'S CUSTODIAN OF PUBLIC RECORDS AT: Rev . 4/27/2018 Telephone: (850) 245-2118 Email: public.services@floridadep.gov Mailing Address: Department of Environmental Protection ATTN: Office of Ombudsman and Public Services Public Records Request 3900 Commonwealth Boulevard, MS 49 Tallahassee, Florida 32399 Attachment 4 1 of 1 108 of 116 142 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Special Audit Requirements (State and Federal Financial Assistance) Attachment 5 The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the "Department", "DEP", "FDEP" or "Grantor", or other name in the agreement) to the recipient (which may be referred to as the "Recipient", "Grantee" or other name in the agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F-Audit Requirements, and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by DEP Department staff, limited scope audits as defmed by 2 CFR 200.425, or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer (CFO) or Auditor General. AUDITS PART I: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defmed in 2 CFR §200.330 1. A recipient that expends $750,000 or more in Federal awards in its fiscal year, must have a single or program- specific audit conducted in accordance with the provisions of2 CFR Part 200, Subpart F. EXHIBIT 1 to this Attachment indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the federal awards expended in its fiscal year, the recipient shall consider all sources of federal awards, including federal resources received from the Department of Environmental Protection. The determination of amounts of federal awards expended should be in accordance with the guidelines established in 2 CFR 200.502-503. An audit of the recipient conducted by the Auditor General in accordance with the provisions of 2 CFR Part 200.514 will meet the requirements of this part . 2. For the audit requirements addressed in Part I, paragraph I, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in 2 CFR 200.508-512. 3. A recipient that expends less than $750,000 in federal awards in its fiscal year is not required to have an audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F-Audit Requirements. If the recipient expends less than $750,000 in federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of2 CFR 200, Subpart F-Audit Requirements, the cost of the audit must be paid from non-federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from other federal entities. 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at https :/I sam.gov/content/assistance-listings. BGS-DEP 55-215 Attachment 5 1 of6 revised 11/8/2022 109 of 116 143 PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2), Florida Statutes. 1. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $750,000 in any fiscal year of such recipient (for fiscal years ending June 30, 2017, and thereafter), the recipient must have a State single or project-specific audit for such fiscal year in accordance with Section 215 .97, F .S.; Rule Chapter 691-5, F.A.C., State Financial Assistance; and Chapters 10 .550 (local governmental entities) or 10 .650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT 1 to this form lists the state financial assistance awarded through the Department of Environmental Protection by this agreement. In determining the state fmancial assistance expended in its fiscal year, the recipient shall consider all sources of state fmancial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities . State fmancial assistance does not include federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements . 2. In connection with the audit requirements addressed in Part II, paragraph 1; the recipient shall ensure that the audit complies with the requirements of Section 215.97(8), Florida Statutes. This includes submission of a fmancial reporting package as defmed by Section 215.97(2), Florida Statutes, and Chapters 10 .550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. 3. If the recipient expends less than $750,000 in state financial assistance in its fiscal year (for fiscal year ending June 30, 2017, and thereafter), an audit conducted in accordance with the provisions of Section 215 .97, Florida Statutes, is not required. In the event that the recipient expends less than $750,000 in state fmancial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non-state entity's resources (i .e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). 4. For information regarding the Florida Catalog of State Financial Assistance (CSF A), a recipient should access the Florida Single Audit Act website located at https://apps.fldfs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at http://www.leg.state.fl.us/Welcome/index.cfm, State of Florida's website at http://www.myflorida.com/, Department of Financial Services' Website at http://www.fldfs.com/and the Auditor General's Website at http://www.myflorida.com/audgen/. PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to specify any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy (i .e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97 (8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215. 97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.) PART IV: REPORT SUBMISSION 1. Copies of reporting packages for audits conducted in accordance with 2 CFR Part 200, Subpart F-Audit Requirements, and required by PART I of this form shall be submitted, when required by 2 CFR 200 .512, by or on behalf of the recipient directly to the Federal Audit Clearinghouse (FAC) as provided in 2 CFR 200.36 and 200 .512 A. The Federal Audit Clearinghouse designated in 2 CFR §200 .501(a) (the number of copies required by 2 CFR §200.50l(a) should be submitted to the Federal Audit Clearinghouse), at the following address: BGS-DEP 55-215 Attachment 5 2 of6 revised 11/8/2022 110 of 116 144 By Mail: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008, must be submitted using the Federal Clearinghouse's Internet Data Entry System which can be found at http ://harvester.census .gov /facweb/ 2 . Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following : A. The Department of Environmental Protection at one of the following addresses : By Mail : Audit Director Florida Department of Environmental Protection Office of Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit@dep .state .fl .us B. The Auditor General's Office at the following address: Auditor General Local Government Audits/342 Claude Pepper Building, Room 401 111 West Madison Street Tallahassee, Florida 32399-1450 The Auditor General's website (http ://flauditor.gov0 provides instructions for filing an electronic copy of a financial reporting package. 3 . Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at one of the following addresses : By Mail : Audit Director Florida Department of Environmental Protection Office oflnspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit@dep .state .fl .us 4. Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with 2 CFR 200.512, section 215.97, F.S., and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. BGS-DEP 55-215 Attachment 5 3 of6 revised 11/8/2022 111 of 116 145 5. Recipients, when submitting fmancial reporting packages to the Department ofEnvironmental Protection for audits done in accordance with 2 CFR 200, Subpart F-Audit Requirements, or Chapters 10 .550 (local governmental entities) and 10 .650 (non and for-profit organizations), Rules of the Auditor General, should indicate the date and the reporting package was delivered to the recipient correspondence accompanying the reporting package . PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of the award and this Agreement for a period of five (5) years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee , Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of three (3) years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection . BGS-DEP 55-215 Attachment 5 4 of6 revised 11/8/2022 112 of 116 146EXHIBIT-I FUNDS AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: Note: If the resources awarded to the recipient represent more than one federal program, provide the same iriformation shown below for each federal program and show totalfederal resources awarded Federal Resources Awarded to the Recipient Pursuant to this Agreement Consist of the Following: Federal State Program CFDA Appropriation A Federal Agencv Number CFDA Title Funding Amount Category $ Federal State Program CFDA Appropriation B Federal Agency Number CFDA Title Funding Amount Category $ Note: Of the resources awarded to the rec-ipient represent more than one federal program, list applicable compliance requirements for each federal program in the same manner as shown below: Federal Program A Federal Program B BGS-DEP 55-215 Revised 7/2019 First Compliance requirement: i.e.: (what services of purposes resources must be used for) Second Compliance requirement: i.e.:(eligibility requirement for recipients of the resources) Etc. Etc. First Compliance requirement: i.e.: (what services of purposes resources must be used for) Second Compliance requirement: i.e.: (eligibility requirement for recipients of the resources) Etc. Etc. Attachment 5, Exhibit 1 5 of6 113 of 116 147Note: If the resources awarded to the recipient for matching represent more than one federal program, provide the same information shown below for each federal prowam and show total state resources awardedfor matching State Resources Awarded to the Recipient Pursuant to this Ae;reement Consist of the Followine: Matchin!! Resources for Federal Proe;rams: Federal State Program Appropriation A Federal Agency CFDA CFDA Title Funding Amount Category Federal State Program Appropriation B Federal Agency CFDA CFDA Title Funding Amount Category Note: If the resources awarded to the recipient represent more than one state project, provide the same information shown below for each state project and show total state financial assistance awarded that is sub;ect to section 215.97, F.S. State Resources Awarded to the Recipient Pursuant to this Ae:reement Consist of the Followine: Resources Subiect to Section 215.97, F.S.: State CSFA Title State Program State CSFA or Appropriation A State Awarding Agency Fiscal Y ear1 Number Funding Source Description Funding Amount Category Original Department of 2023-2024 37.039 Statewide Water Quality Restoration $1,800,000 140047 Agreement Environmental Protection Projects State CSFA Title State Program State CSFA or Appropriation B State Awarding Agency Fiscal Y ear2 Number Funding Source Description Funding Amount Category Total Award I $1,800,000 Note: List applicable compliance requirement in the same manner as illustrated above for federal resources. For matching resources provided by the Department for DEP for federal programs, the requirements might be similar to the requirements for the applicable federal programs. Also, to the extent that different requirements pertain to different amount for the non-federal resources, there may be more than one grouping (i.e. I, 2, 3, etc.) listed under this category. For each program identified above, the recipient shall comply with the program requirements described in the Catalog of Federal Domestic Assistance (CFDA) [https://sam.gov/content/assistance-listings] and/or the Florida Catalog of State Financial Assistance (CSFA) [https://apps.fldfs.com/fsaa/searchCatalog.aspx], and State Projects Compliance Supplement (Part Four: State Projects Compliance Supplement [https://apps.fldfs.com/fsaa/state project compliance.aspx]. The services/purposes for which the funds are to be used are included in the Agreement's Grant Work Plan. Any match required by the Recipient is clearly indicated in the Agreement. 1 Subject to change by Change Order. 2 Subject to change by Change Order. BGS-DEP 55-215 Revised 7/2019 Attachment 5, Exhibit 1 6 of6 114 of 116 148 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION DEP A2reement No.: Exhibit A Progress Report Form LPA0683 Pro.iect Title: South Miami Septic to Sewer (Conversion Program) Project Grantee Name: City of South Miami Grantee's Grant Mana2er: Reportin2 Period: Select Quarter -Select Year Provide the following information for all tasks identified in the Grant Work Plan: Summarize the work completed within each task for the reporting period, provide an update on the estimated completion date for each task, and identify any anticipated delays or problems encountered. Use the format provided below and use as many pages as necessary to cover all tasks. Each quarterly progress report is due no later than twenty (20) days following the completion of the quarterly reporting period . Task 1: Construction • Progress for this reporting period: • Identify delays or problems encountered: Completion Status for Tasks: Indicate the completion status for the following tasks, if included in the Grant Work Plan. For construction, the estimated completion percentage should represent the work being funded under this Agreement. Permitting (Completed): Yes □, No □ Construction (Estimated): % ---- This report is submitted in accordance with the reporting requirements of the above DEP Agreement number and accurately reflects the activities associated with the project. Signature of Grantee's Grant Manager (Original Ink or Digital Timestamp) Exhibit A, Page 1 of 1 Date 115 of 116 149 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Exhibit C Payment Request Summary Form The Payment Request Summary Form for this grant can be found on our website at this link : ht!J?s://floridadep.gov/wra/wra/documents/payment-request-summary-form Please use the most current form found on the website, linked above, for each payment request. Exhibit C, Page 1 of 1 Rev. 12/02/19 END OF DOCUMENT 116 of 116 150 March 11, 2024 Mr. Aurelio J. Carmenates, P.E. Capital Improvement Program Project Manager City of South Miami Public Works Engineering & Construction Division 6130 Sunset Drive Miami, Fl 33143 Subject: Evaluation of Bid Proposals for Sanitary Sewer Construction Area K – Phase 1 I am writing to officially communicate the results of our evaluation of the bid proposals submitted for the Sanitary Sewer Construction Area K – Phase 1 project, as engineers of record on behalf of SRS Engineering, Inc. SRS’s evaluation of the two lowest bidders consisted of the following: 1. Review of each bidder’s construction license with the licensing entity, (both are State Licenses). 2. Review of License duration, expiration date and reports of any complaints to the licensing board with the State. 3. Review of Insurance coverage (Liability & workman’s Comp.). 4. Follow-up contacts of all reference projects provided. 5. Followed up on ability of the bidder to post the payment and performance bond required for the project. 6. Reviewed response packages for each bidder and looked at the workforce capacity of each. 7. Reviewed the experience based on the reference projects as to scope of work relative to this project and how recent was the experience. 8. Reviewed actual bid items for any irregularities. Following a thorough assessment of each bid submittal from the four bidders and a comprehensive evaluation of their qualifications and bid costs, we are pleased to provide our findings and recommendation to the City of South Miami. After careful consideration of the information provided by all bidders, it is our professional opinion that ATC Engineering, Inc. (ATC) has emerged as the lowest responsible bidder for the project. Furthermore, ATC has demonstrated that they meet all the minimum qualifications required for the project. Our evaluation process included a detailed analysis of each bidder's technical capabilities, experience, financial stability, and adherence to project specifications and requirements. We believe that selecting ATC as the contractor for the Sanitary Sewer Construction Area K – Phase 1 project aligns with the City's objectives of ensuring quality construction within budgetary constraints. We believe ATC has the ability to execute the project efficiently and effectively, delivering the desired outcomes within the specified timeline and meeting the City's expectations. 151 March 11, 2024 Page 2 Please find attached a comprehensive report detailing our evaluation process and the rationale behind our recommendation for selecting ATC as the preferred bidder for the Sanitary Sewer Construction Area K – Phase 1 project. Should you require any further clarification or information, please do not hesitate to contact us. We look forward to working collaboratively with the City of South Miami and ATC to ensure the successful completion of the Sanitary Sewer Construction Area K – Phase 1 project. Sincerely, Ignacio Serralta, P.E. President 152 SRS Engineering, Inc ATC Engineering Pro Service ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT COST TOTAL COST ESTIMATED QUANTITY UNIT COST TOTAL COST ESTIMATED QUANTITY UNIT COST TOTAL COST 1 For performing preparatory work and operations in mobilizing for beginning the work of the Project, including preparation and acceptance of MOT, but excluding materials and permit costs, both of which are paid under other payment items LS 1 $20,000.00 $20,000.00 1 $35,000.00 $35,000.00 1 $30,942.40 $30,942.40 2 Preparation of As-built records LS 1 $10,000.00 $10,000.00 1 $12,500.00 $12,500.00 1 $55,335.00 $55,335.00 3 Erosion and Sedimental Control LS 1 $1,000.00 $1,000.00 1 $20,000.00 $20,000.00 1 $2,493.00 $2,493.00 4 Clearing And Grubbing LS 1 $10,000.00 $10,000.00 1 $5,000.00 $5,000.00 1 $8,514.60 $8,514.60 5 Sod Restoration SY 350 $5.00 $1,750.00 350 $15.00 $5,250.00 350 $28.00 $9,800.00 6 For making cut-in connections to existing water mains including cutting and capping existing main(s), as shown on the Plans, complete EA 4 $2,000.00 $8,000.00 4 $2,500.00 $10,000.00 4 $2,128.65 $8,514.60 7 For constructing brick paver roadway restoration (brick pavers, concrete pavers, stone pavers, stone tiles, ceramic tile and other similar finishes) to match existing (Include 12-inches Stabilization and 8-inches Limerock) SY 35 $209.00 $7,315.00 35 $150.00 $5,250.00 35 $66.56 $2,329.60 8 Concrete Curb Type-F or Valley Gutter, (Include 12-inches Stabilization and 8-inches Limerock)LF 20 $50.00 $1,000.00 20 $50.00 $1,000.00 20 $51.02 $1,020.40 9 For furnishing and installing grout (flowable fill) for filling existing 8-inch water main that is to be placed out of service LF 260 $35.00 $9,100.00 260 $15.00 $3,900.00 260 $13.50 $3,510.00 10 Excavation and Hauling (not assuming contaminated soil)CY 300 $25.00 $7,500.00 300 $25.00 $7,500.00 300 $13.85 $4,155.00 11 For furnish and install backfill material to meet proposed grading as shown on plans CY 130 $24.00 $3,120.00 130 $20.00 $2,600.00 130 $47.48 $6,172.40 12 Type B Stabilization (12-Inches)SY 90 $7.00 $630.00 90 $25.00 $2,250.00 90 $39.15 $3,523.50 13 Limerock (6-inches)SY 90 $25.00 $2,250.00 90 $45.00 $4,050.00 90 $34.45 $3,100.50 14 Heavy Duty Lattice Concrete Paver. Includes all labor and materials (paver, # 8 aggregate, and any processing or material necessary to complete paver installation.)SY 65 $210.00 $13,650.00 65 $200.00 $13,000.00 65 $76.39 $4,965.35 15 Reinforced concrete band (driveway)LF 175 $50.00 $8,750.00 175 $40.00 $7,000.00 175 $98.53 $17,242.75 16 Preacast Concrete 96" dia. Wet Well w/ interior and exterior coating, F&I EA 1 $100,000.00 $100,000.00 1 $90,000.00 $90,000.00 1 $347,214.40 $347,214.40 17 Precast Concrete Top Slab w/ 32" x 54" (clear opening) Aluminium Access Hatch (Watertight) for Wet Well EA 1 $25,000.00 $25,000.00 1 $15,000.00 $15,000.00 1 $29,531.40 $29,531.40 18 Precast Concrete 78" x 102" Valve Vault , F&I EA 1 $30,000.00 $30,000.00 1 $20,000.00 $20,000.00 1 $33,560.60 $33,560.60 19 Precast Concrete Top Slab w/ 60" x 70" (Clear Opening)Aluminium Access Hatch (Watertight) for Valve Vault EA 1 $25,000.00 $25,000.00 1 $10,000.00 $10,000.00 1 $19,170.30 $19,170.30 20 Concrete Slab Around Wet Well & Valve Vault (6" Thick)SY 2 $100.00 $200.00 2 $1,500.00 $3,000.00 2 $3,083.40 $6,166.80 21 Reinforced Concrete Slab for Electrical Equipment, include concrete casing support LS 1 $3,000.00 $3,000.00 1 $6,500.00 $6,500.00 1 $5,459.40 $5,459.40 22 Reinforced Concrete Slab for Electrical Transformer SY 1 $150.00 $150.00 1 $6,500.00 $6,500.00 1 $3,917.70 $3,917.70 23 Reinforced Concrete Slab for Power and Juntion Boxes SY 1 $150.00 $150.00 1 $6,500.00 $6,500.00 1 $3,917.70 $3,917.70 24 Furnish and Install 6" Ductile Iron Pipe, Fittings, Plug/Check Valve and Suports LS 1 $40,000.00 $40,000.00 1 $28,000.00 $28,000.00 1 $92,220.10 $92,220.10 25 1" H.D.P.E. Water Service Line and Corp. Stop Connection to existing water main per M-DWASD STD WS 2.16, including Pavement Restoration Type I per M-DWASD STD A 1.0 LS 1 $5,000.00 $5,000.00 1 $3,500.00 $3,500.00 1 $3,387.90 $3,387.90 26 5/8" x 3/4" Single Water Meter and Box w/ 3'x3'x6" Concrete Slab per M-DWASD STD WS 2.10, F&I EA 1 $1,000.00 $1,000.00 1 $3,100.00 $3,100.00 1 $2,007.30 $2,007.30 27 1" RPZBFP w/ Hose Bibb per M-DWASD STD WS 4.18 and Sheet No. M-1 and w/ Plumbing Line, Concrete Slab and Lockable Enclosure EA 1 $4,000.00 $4,000.00 1 $2,950.00 $2,950.00 1 $4,466.80 $4,466.80 Mechanical 28 Furnish and Install Submersible Pump FLYGT Model NP 3153.095 HT 3 - 465 Impeller or Approved Equal w/ Electric Submersible Cable and Lift Chain EA 2 $100,000.00 $200,000.00 2 $55,000.00 $110,000.00 2 $81,197.25 $162,394.50 29 Furnish and Install discharge base, 6”x8" Base Elbows, and Guide Rails EA 2 $3,000.00 $6,000.00 2 $3,500.00 $7,000.00 2 $16,546.95 $33,093.90 30 Furnish and Install Sump Pump in Valve Vault EA 1 $2,000.00 $2,000.00 1 $4,500.00 $4,500.00 1 $7,008.00 $7,008.00 31 Furnish and Install Sump Pump Discharge Piping and Valves EA 1 $2,000.00 $2,000.00 1 $28,000.00 $28,000.00 1 $10,125.90 $10,125.90 32 Furnish and Install Control Panel LS 1 $80,000.00 $80,000.00 1 $50,000.00 $50,000.00 1 $13,595.90 $13,595.90 33 Furnish and Install Main Disconnect EA 1 $10,000.00 $10,000.00 1 $25,000.00 $25,000.00 1 $19,682.70 $19,682.70 34 Furnish and Install SCADA RTU panel and antenna EA 1 $12,000.00 $12,000.00 1 $25,000.00 $25,000.00 1 $53,117.10 $53,117.10 35 Furnish and Install Juntion boxes, receptable floats LS 1 $8,500.00 $8,500.00 1 $25,000.00 $25,000.00 1 $13,199.60 $13,199.60 36 Furnish and Install Electrical equipment appurtenence (including conduits and wiring)LS 1 $15,000.00 $15,000.00 1 $25,000.00 $25,000.00 1 $14,133.90 $14,133.90 Bid prices stated in the proposal include all costs and expenses for labor, equipment, materials, contractor's overhead, and profit. Payment for this project will be based upon completion of the entire project as a unit price contract. AREA "K" - PUMP STATION CITY OF SOUTH MIAMI BID tabulation Electrical Civil-Structural Demolition and Rehabilitation General Requirements Page 1 of 2 153 Bid prices stated in the proposal include all costs and expenses for labor, equipment, materials, contractor's overhead, and profit. Payment for this project will be based upon completion of the entire project as a unit price contract. AREA "K" - PUMP STATION CITY OF SOUTH MIAMI BID tabulation 37 Furnish and Install 200 AMP Meter EA 1 $3,500.00 $3,500.00 1 $25,000.00 $25,000.00 1 $11,738.60 $11,738.60 38 Furnish and Install Grounding Electrode System LS 1 $3,000.00 $3,000.00 1 $25,000.00 $25,000.00 1 $7,067.00 $7,067.00 39 Furnish and Install Pump Feeder EA 2 $6,500.00 $13,000.00 2 $25,000.00 $50,000.00 2 $18,900.65 $37,801.30 40 Furnish and Install Equipment Rack EA 1 $12,000.00 $12,000.00 1 $25,000.00 $25,000.00 1 $11,738.60 $11,738.60 41 Install concrete pad for FPL transformer. Concrete pad provided by FPL EA 1 $8,500.00 $8,500.00 1 $5,000.00 $5,000.00 1 $15,572.10 $15,572.10 42 Furnish and Install Level Transducer EA 1 $4,000.00 $4,000.00 1 $25,000.00 $25,000.00 1 $15,572.10 $15,572.10 43 Furnish and Install Pressure Transmitter (including saddle)LS 1 $4,000.00 $4,000.00 1 $25,000.00 $25,000.00 1 $15,572.10 $15,572.10 44 Furnish and Install (2) 5" pipe (For Primary Conduits Installation) ONLY (Conduits provided by FPL)LF 200 200 $50.00 $10,000.00 200 $108.17 $21,634.00 45 Install electrical service lateral between electric meter and FPL pad mounted transformer LF 100 100 $150.00 $15,000.00 100 $23.80 $2,380.00 46 New Large Tree EA 3 3 $2,500.00 $7,500.00 3 $5,198.50 $15,595.50 47 New Medium / Small Tree EA 6 6 $1,250.00 $7,500.00 6 $1,544.40 $9,266.40 48 New Shrubs EA 300 300 $75.00 $22,500.00 300 $150.00 $45,000.00 49 Tree Relocation EA 1 1 $850.00 $850.00 1 $2,699.00 $2,699.00 50 Tree Protection Barrier LF 150 150 $35.00 $5,250.00 150 $16.50 $2,475.00 51 Sod Restoration SY 222 222 $15.00 $3,330.00 222 $26.50 $5,883.00 52 The SUM of Item Nos. 1 through 51 $721,065.00 $880,780.00 $1,258,985.70 53 For cost of required permits, fees, inspections, impact fees, if authorized by the Engineer (3% of the Subtotal, Item No. 51) Dedicated Allowance 1 $21,631.95 $21,631.95 1 $26,423.40 $26,423.40 1 $37,769.54 $37,769.54 54 For verifying existing utilities and performing soft digs if necessary Dedicated Allowance 1 $5,000.00 $5,000.00 1 $5,000.00 $5,000.00 1 $6,732.00 $6,732.00 55 For unforeseen conditions, for minor construction changes, and for quantity adjustments, if ordered by the Engineer (15% of the Subtotal, Item No. 51) Contingen cy Allowance 1 $72,106.50 $72,106.50 1 $132,117.00 $132,117.00 1 $188,847.69 $188,847.69 56 The SUM of Item Nos. 52 to 55 $819,803.45 $1,044,320.40 $1,492,334.93 Note: Contractor account for all work shown on electrical construction drawings whether listed on this bid item list or not 1 Temporay Sheet Piling and Support of Excavation. Contingency Item SF 2,400 $30.00 $72,000.00 2,400 $30.00 $72,000.00 2,400 $53.90 $129,360.00 2 For providing uniformed, off-duty police officers for the purpose of maintenance of traffic ($52/hr)Days 90 $10,000.00 90 $416.00 $37,440.00 90 $700.20 $63,018.00 3 For removal, transport and legal disposal, including the payment of tipping fees, of any contaminated material discovered along the pipeline’s proposed route. This item shall also include the hiring of an environmental consultant firm by the contractor to prepare a soil and groundwater management plan, as needed, conduct soil and/or groundwater sampling for lab analysis to determine disposal requirements and oversee the handling of the material, including, but not limited to, the staging, segregation, preparation for hauling (i.e., removal of excess groundwater from material) and disposal as approved by the Engineer/Department. CY 20 $15,000.00 20 $150.00 $3,000.00 20 $67.40 $1,348.00 4 The SUM of Item Nos. 1 to 3 $97,000.00 $112,440.00 $193,726.00 CONTINGENCY ITEMS Landscape TOTAL CONTINGENCY SUBTOTAL TOTAL BID Page 2 of 2 154 SRS ENGINEERING INC. ATC Engineering Pro Service ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT COST TOTAL COST ESTIMATED QUANTITY UNIT COST TOTAL COST ESTIMATED QUANTITY UNIT COST TOTAL COST 1 For performing preparatory work and operations in mobilizing for beginning the work of the Project, including preparation and acceptance of MOT, but excluding materials and permit costs, both of which are paid under other payment items Aggregate Sum 1 $40,000.00 $40,000.00 1 $35,000.00 $35,000.00 1 $61,528.70 $61,528.70 2 For furnishing and delivering to the Department 10-inch zinc-coated ductile iron pipe for sanitary sewer main Linear Feet 31 $135.00 $4,185.00 31 $120.00 $3,720.00 31 $177.56 $5,504.36 3 For installing 10-inch ductile iron pipe for sanitary sewer main (greater than 14 feet or in accordance with zoning)Linear Feet 31 $115.00 $3,565.00 31 $95.00 $2,945.00 31 $344.35 $10,674.85 4 For furnishing and delivering to the Department 8-inch zinc-coated ductile iron pipe for sanitary sewer main Linear Feet 155 $115.00 $17,825.00 155 $100.00 $15,500.00 155 $126.93 $19,674.15 5 For installing 8-inch ductile iron pipe for sanitary sewer main (greater than 14 feet or in accordance with zoning)Linear Feet 155 $135.00 $20,925.00 155 $100.00 $15,500.00 155 $153.36 $23,770.80 6 For furnishing and delivering to the Department 8-inch PVC (C900) DR 25, (C.I.O.D.), (9.5” O.D.) colored green pipe with neoprene gaskets for sanitary sewer main Linear Feet 2,394 $70.00 $167,580.00 2,394 $26.00 $62,244.00 2,394 $42.13 $100,859.22 7 For installing 8" PVC (C-900) pipe for sanitary sewer main (6 to 7.99-feet)Linear Feet 318 $75.00 $23,850.00 318 $65.00 $20,670.00 318 $89.76 $28,543.68 8 For installing 8" PVC (C-900) pipe for sanitary sewer main (8 to 9.99 feet)Linear Feet 400 $80.00 $32,000.00 400 $70.00 $28,000.00 400 $157.51 $63,004.00 9 For installing 8" PVC (C-900) pipe for sanitary sewer main (10 to 11.99 feet)Linear Feet 655 $85.00 $55,675.00 655 $75.00 $49,125.00 655 $162.89 $106,692.95 10 For installing 8" PVC (C-900) pipe for sanitary sewer main (12 to 13.99 feet)Linear Feet 1021 $90.00 $91,890.00 1021 $80.00 $81,680.00 1021 $180.89 $184,688.69 11 For furnishing and delivering to the Department precast Reinforced Concrete Manhole for 6 ft. to 7.99 ft. depths. Typical 4 ft. inside diameter, with concentric/eccentric corbel, lined and coated, and with membrane sealing system & with inflow dish protector and with Type "A" manhole frame and cover. (All as per MDWASD Specifications and Details), complete. Each 1 $2,500.00 $2,500.00 1 $2,500.00 $2,500.00 1 $6,031.30 $6,031.30 12 For installing Precast reinforced Concrete Manhole with frame and cover for 6 ft. to 7.99 ft. depths, with concentric/eccentric corbel, complete.Each 1 $3,000.00 $3,000.00 1 $3,150.00 $3,150.00 1 $6,259.00 $6,259.00 13 For furnishing and delivering to the Department precast Reinforced Concrete Manhole for 8 ft. to 9.99 ft. depths. Typical 4 ft. inside diameter, with concentric/eccentric corbel, lined and coated, and with membrane sealing system & with inflow dish protector and with Type "A" manhole frame and cover. (All as per MDWASD Specifications and Details), complete. Each 1 $3,000.00 $3,000.00 1 $3,500.00 $3,500.00 1 $7,035.65 $7,035.65 14 For installing Precast reinforced Concrete Manhole with frame and cover for 8 ft. to 9.99 ft. depths, with concentric/eccentric corbel, complete.Each 1 $3,500.00 $3,500.00 1 $3,500.00 $3,500.00 1 $6,259.00 $6,259.00 15 For furnishing and delivering to the Department precast Reinforced Concrete Manhole for 10 ft. to 11.99 ft. depths. Typical 4 ft. inside diameter, with concentric/eccentric corbel, lined and coated, and with membrane sealing system & with inflow dish protector and with Type "A" manhole frame and cover. (All as per MDWASD Specifications and Details), complete. Each 2 $3,500.00 $7,000.00 2 $3,500.00 $7,000.00 2 $8,107.10 $16,214.20 16 For installing Precast reinforced Concrete Manhole with frame and cover for 10 ft. to 11.99 ft. depths, with concentric/eccentric corbel, complete.Each 2 $4,000.00 $8,000.00 2 $3,500.00 $7,000.00 2 $5,582.90 $11,165.80 17 For furnishing and delivering to the Department precast Reinforced Concrete Manhole for >12 ft. depths. Typical 4 ft. inside diameter, with concentric/eccentric corbel, lined and coated, and with membrane sealing system & with inflow dish protector and with Type "A" manhole frame and cover. (All as per MDWASD Specifications and Details), complete. Each 6 $4,000.00 $24,000.00 6 $4,500.00 $27,000.00 6 $8,874.45 $53,246.70 18 For installing Precast reinforced Concrete Manhole with frame and cover for >12 ft. depths, with concentric/eccentric corbel, complete.Each 6 $5,000.00 $30,000.00 6 $4,500.00 $27,000.00 6 $8,570.02 $51,420.12 19 For furnishing and delivering to the Department precast Reinforced Concrete DROP Manhole for >12 ft. depths. Typical 4 ft. inside diameter, with concentric/eccentric corbel, lined and coated, and with membrane sealing system & with inflow dish protector and with Type "A" manhole frame and cover. (All as per MDWASD Specifications and Details), complete. Each 3 $7,500.00 $22,500.00 3 $7,500.00 $22,500.00 3 $14,560.80 $43,682.40 20 For installing Precast reinforced Concrete Manhole with drop connections frame and cover for >12 ft. depths, with concentric/eccentric corbel, complete.Each 3 $6,000.00 $18,000.00 3 $5,500.00 $16,500.00 3 $9,821.13 $29,463.39 21 For furnishing and installing 8 x 6-inch ductile iron pipe tee branch connection for sanitary sewer Each 2 $700.00 $1,400.00 2 $1,750.00 $3,500.00 2 $2,308.25 $4,616.50 22 For furnishing and installing 8 x 6-inch PVC (C-900) tee branch connection for sanitary sewer Each 35 $675.00 $23,625.00 35 $1,750.00 $61,250.00 35 $1,087.88 $38,075.80 23 For furnishing and installing 8 x 6-inch PVC (C-900) Wye branch connection for sanitary sewer Each 7 $675.00 $4,725.00 7 $1,750.00 $12,250.00 7 $1,546.53 $10,825.71 24 For furnishing and delivering to the Department 6-inch PVC (C-900) sanitary sewer lateral, including fittings and clean-out assemblies, complete Linear Feet 1103 $15.00 $16,545.00 1103 $20.00 $22,060.00 1103 $100.35 $110,686.05 25 For installing 6-inch PVC (C-900) sanitary sewer lateral, including fittings and clean-out assemblies, complete Linear Feet 1103 $50.00 $55,150.00 1103 $95.00 $104,785.00 1103 $16.28 $17,956.84 26 For furnishing and delivering to the Department 6-inch zinc-coated ductile iron pipe, fittings and plug valves for sewage force main Linear Feet 72 $41.90 $3,016.80 72 $150.00 $10,800.00 72 $188.88 $13,599.36 27 For installing 6-inch zinc-coated ductile iron pipe, fittings and plug valves for sewage force main Linear Feet 72 $43.80 $3,153.60 72 $150.00 $10,800.00 72 $140.95 $10,148.40 28 For furnishing and delivering to the Department 8-inch zinc-coated ductile iron pipe, fittings and plug valves for sewage force main Linear Feet 694 $54.55 $37,857.70 694 $100.00 $69,400.00 694 $156.46 $108,583.24 29 For installing 8-inch zinc-coated ductile iron pipe, fittings and plug valves for sewage force main Linear Feet 694 $43.80 $30,397.20 694 $85.00 $58,990.00 694 $68.09 $47,254.46 30 For constructing Automatic Air Release Valve Assemblies (AARVs) for sewage force main at the locations shown on the Plans, complete Each (Contingent Item) 1 $2,500.00 $2,500.00 1 $3,500.00 $3,500.00 1 $5,529.50 $5,529.50 31 For making a tapping connection(s) to an existing sewage force main at: SW 62nd AVE (STA 10+80±) including furnishing and installing a tapping sleeve (stainless steel) and tapping valve, as shown on the Plans, complete, and obtaining the services of a tapping specialist to tap the exist existing sewage force main Aggregate Sum 1 $20,000.00 $20,000.00 1 $14,500.00 $14,500.00 1 $17,880.50 $17,880.50 32 For trench overcut in 1-foot depth increments, for any size pipe Linear Feet (Contingent Item) 200 $5.00 $1,000.00 200 $20.00 $4,000.00 200 $11.24 $2,248.00 AREA "K" - GRAVITY SEWER AND FORCE MAIN - PHASE 1 CITY OF SOUTH MIAMI BID TABULATION Page 1 of 2 155 AREA "K" - GRAVITY SEWER AND FORCE MAIN - PHASE 1 CITY OF SOUTH MIAMI BID TABULATION 33 For removal, transport and legal disposal of unsuitable backfill materials, including tipping fees, as ordered by the Engineer Cubic Yards (Contingent Item) 100 $15.00 $1,500.00 100 $125.00 $12,500.00 100 $86.99 $8,699.00 34 For sheeting and shoring ordered left in place by the Engineer Square Feet (Contingent Item) 500 $50.00 $25,000.00 500 $30.00 $15,000.00 500 $15.00 $7,500.00 35 For furnishing and installing additional suitable backfill material, as directed by the Engineer Cubic Yards (Contingent Item) 500 $20.00 $10,000.00 500 $22.50 $11,250.00 500 $25.30 $12,650.00 36 For constructing limerock base for Type "I" permanent pavement repairs on NON FDOT Roads, including the laterals Square Yards 2,450 $43.33 $106,158.50 2,450 $18.00 $44,100.00 2,450 $38.03 $93,173.50 37 For constructing Type "I" asphaltic concrete surface course permanent pavement repairs NON FDOT Roads, including the laterals Square Yards 2,450 $20.00 $49,000.00 2,450 $12.50 $30,625.00 2,450 $26.03 $63,773.50 38 For constructing limerock base for Type "I" permanent pavement repairs on Driveways Square Yards 180 $20.75 $3,735.00 180 $20.00 $3,600.00 180 $52.66 $9,478.80 39 For constructing Type "I" asphaltic concrete surface course permanent pavement repairs Driveways Square Yards 180 $20.00 $3,600.00 180 $20.00 $3,600.00 180 $48.86 $8,794.80 40 For constructing concrete driveway restoration to match existing Square Yards 60 $75.00 $4,500.00 60 $150.00 $9,000.00 60 $121.93 $7,315.80 41 For constructing brick paver driveway restoration (brick pavers, concrete pavers, stone pavers, stone tiles, ceramic tile and other similar finishes) to match existing Square Yards 100 $300.00 $30,000.00 100 $150.00 $15,000.00 100 $39.47 $3,947.00 42 For restoring sodded area Square Yards (Contingent Item) 1500 $7.50 $11,250.00 1500 $10.00 $15,000.00 1500 $22.30 $33,450.00 43 As Built Aggregate Sum 1 $15,000.00 $15,000.00 1 $17,500.00 $17,500.00 1 $102,102.00 $102,102.00 44 The SUM of Item Nos. 1 through 43 $1,038,108.80 $987,044.00 $1,574,007.72 45 For cost of required permits, fees, inspections, impact fees, if authorized by the Engineer (3% of the Subtotal, Item No. 44) Dedicated Allowance 1 $31,143.26 $31,143.26 1 $29,611.32 $29,611.32 1 $47,211.60 $47,211.60 46 For verifying existing utilities and performing soft digs if necessary Dedicated Allowance 1 $5,000.00 $5,000.00 1 $5,000.00 $5,000.00 1 $7,089.00 $7,089.00 47 For unforeseen conditions, for minor construction changes, and for quantity adjustments, if ordered by the Engineer (10% of the Subtotal, Item No.44) Contingency Allowance 1 $103,810.88 $103,810.88 1 $148,056.60 $148,056.60 1 $157,371.99 $157,371.99 48 The SUM of Item Nos. 44 to 47 $1,178,062.94 $1,169,711.92 $1,785,680.31 1 For constructing Type V permanent pavement repairs for roadway (nominal 1 inch thick machine-laid asphaltic concrete SP-9.5 overlay), NON FDOT Roads Square Yards 6,200 $20.00 $124,000.00 6,200 $15.00 $93,000.00 6,200 $17.75 $110,050.00 2 For replacing pavement markings damaged, removed or obliterated by the Contractor's operation Aggregate Sum 1 $5,000.00 $5,000.00 1 $25,000.00 $25,000.00 1 $5,989.50 $5,989.50 3 For providing uniformed, off-duty police officers for the purpose of maintenance of traffic Dedicated Allowance 1 $34,000.00 $34,000.00 1 $42,500.00 $42,500.00 1 $70,076.50 $70,076.50 4 For removal, transport and legal disposal, including the payment of tipping fees, of any contaminated material discovered along the pipeline’s proposed route. This item shall also include the hiring of an environmental consultant firm by the contractor to prepare a soil and groundwater management plan, as needed, conduct soil and/or groundwater sampling for lab analysis to determine disposal requirements and oversee the handling of the material, including, but not limited to, the staging, segregation, preparation for hauling (i.e., removal of excess groundwater from material) and disposal as approved by the Engineer/Department. Dedicated Allowance 1 $30,000.00 $30,000.00 1 $41,250.00 $41,250.00 1 $10,082.70 $10,082.70 5 The SUM of Item Nos. 1 to 4 $193,000.00 $201,750.00 $196,198.70TOTAL CONTINGENCY SUBTOTAL TOTAL BID CONTINGENCY ITEMS Page 2 of 2 156 City of South Miami – Area “K” Sanitary Sewer Improvements – Phase I ATC Engineering, Inc. • Staff Qualifications  8 years in business  Licensed  Employees = 30 • Experience  Pipeline – Presented several sewer pipeline projects, mostly private.  Pump Station – PS experience limited to one drainage PS for Medley, and a couple private MOPS stations, No WASD PS experience. • References  Town of Medley – Mary Cardenas  Coastland Construction – Alex Rodriguez • Subcontractors • Cost.  Pipeline Base $1,169,711.92  Pipeline Contingency $201,750.00  Sub-Total Pipeline $1,371,461.92  PS Base $1,044,320.40  PS Contingency $112,440.00  Sub-Total PS $1,156,760.40  Total Base $2,214,032.32  Total Contingency $314,190.00  Grand Total $2,528,222.32 Pro Service Group, • Staff Qualifications  9 years in business  Licensed  Employees = 6 • Experience  Pipeline – Provided several WASD force mains projects with WASD, NBV, and City of Hollywood Evaluations  Pump Station – Provided 2 WASD PS and 2 N. Bay Village PS 157 • References  WASD – Miguel Pichardo  WASD – Rolando Roque  North Bay Village – Rodney Carrero-Santana • Subcontractors • Cost.  Pipeline Base $1,785,680.31  Pipeline Contingency $196,198.70  Sub-Total Pipeline $1,981,879.01  PS Base $1,492,334.93  PS Contingency $193,726.00  Sub-Total PS $1,686,060.93  Total Base $3,278,015.24  Total Contingency $389,924.70  Grand Total $3,667,939.94 158 159 SECTION 4. BID FORM PACKAGE As provided in the 1TB, the following items must be attached to this Bid: FORMS v' STATUS Form I -Bid Form Package Acknowledgement ✓ ✓ Form 2A. Bidder's Certification (if Company or Corporation) ,I ✓ Form 2B . Bidder's Certification (if Partnership) . ✓ iNIA Form 3. Single Execution Affidavits ,/ ✓ Form 4. Dispute Disclosure •✓ ✓ Form 5. Certification Regarding Debarment, Suspension , & Other Respo~si ility Matters ✓ Primary Covered Transactions Form 6. Bidder's Qualifications Survey 1/ ✓ Form 7. Bid Form/Schedule of Values \/, ✓ Form 8. Reference List ,I ✓ Form 9. Payment and Performance Bonds 'µa Ft/\/' l~i o ✓ ATTACHMENTS This competitive solicitation incorporates the following attachments, which should be reviewed thoroughly and, if applicable, completed prior to submitting a response to this competitive solicitation. The City is attaching the following Attachments: Attachment A. Attachment B: Attachment C: Attachment D: Sample Contract Declaration /Affidavit of Representation Design Plans & Specifications -PLAN SET # I -Sub Area K Sanitary Sewer-Phase I; PLAN SET #2-PUMP STATION PLANS SANITARY SEWER MPROVEMENTS; PLANS SET #3 -PUMP STATION PLANS TREE DISPOSITION PLANS, prepared by SRS Engineering Grant Agreement; STATE OF FLORIDA DEPARTMENT OF ENVIROMENTAL PROTECTION (FDEP) 22ofll6 160 FORM I BID FORM PACKAGE ACKNOWLEDGEMENTS I hereby propose to furnish the goods and services specified in the Invitation to Bid, 1TB No. PR2023- 17, "SANITARY SEWER CONSTRUCTION AREA K -PHASE I." I agree that my Bid will remain firm for a period of 180 days after opened by the City in order to allow the City adequate time to evaluate the Bid . I certify that all information contained in this Bid is truthful to the best of my knowledge and belief. further certify that I am duly authorized to submit this Bid on behalf of the Firm named as the Proposing Firm and that said Firm is ready, willing, and able to perform if awarded the Agreement. I further certify, under oath, that this Bid is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a Bid; no officer, employee or agent of the City of South Miami or any other Bidder has an interest in said Bid . Furthermore, I certify that the undersigned executed this Bid Form with full knowledge and understanding of matters therein contained and was duly authorized. I further certify that the Bidder acknowledges receipt of all Addenda issued by the City in connection with the 1TB (Check th!e box next :~ach addendum received). t dendum I I ~ddendum 2 i Addendum 3 2-:}1 /wzt(Addendum 4 ___ Addendum 5 ___ Addendum 6 ___ Addendum 7 ___ Addendum 8 ___ Addendum 9 ___ Addendum I 0 Attached hereto are the following forms/documents which form a part of this Bid : Form I. Form 2A. Form 2B . Form 3. Form 4. Form 5, ... •· · ,. Forrn 6 . Forrii 7. -~ / ti, • Bid Form Package Acknowledgement . Bidder's Certification (if Company or Corporation) Bidder's Certification (if Partnership} Single Execution Affidavits Dispute Disclosure Certification Regarding Debarment, Suspension , & Other Responsibility Matters Primary Covered Transactions Bidder's Qualifications Survey Bid Form Form 8, ,. ..... ,. . Reference List Form 9. Payment and Performance Bonds (if applicable) 23 of 116 161 FORM I BID FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED) NAME & Tl E, TYPED OR PRINTED (30«;) -h I 'i:-_._l -& .0-+-( _,..__g ________ _ TELEPHONE NUMBER State of Florida County of /'1,. /!TM ; /,AD Ii The foregoing instrument was acknowledged before me by means of .,K_. physical presence or_ online notarization, this --2.2.,_ day of ~~ , 20-2..t:, by ])/,.-0f3ttl.ts At,.cn"I-~ (name of person) as ~i/ · (type of author1ty) for -4:R S'4 ,//11 ~~ 11.<. , ___ (name of party on behalf of whom instrument is executed). X Personally known to me; or Notary!c{Print, Stamp, or Type as Commissioned) ___ Produced identification (Type of Identification: ______________ ) ___ Did take an oath; or ___ Did not take an oath l .,.-:;,_-..,_,~ •ii:--... ANDY SUAREZ {~\ Notary Public• State of Florida \'100~i Commission# HH ~21M9 . ···•1.0ff\-t-' My Comm. Expires AUii 20, 2027 .. Bonded through Nation.ii Notary Assn. --------·· .: •• 24 of 116 162 FORM 2A BIDDER'S CERTIFICATION (if Company or Corporation) CERTIFICATE STATE OF Rf>Rl,bi', ) ) ss COUNTY OF Mt'P!"\i Dwt>e HEREBY CERTIFY that a meeting of the Board of Directors of At-c l?vlCt'Vl~\11\{ ~ a corporation or company existing under the laws of the State of _ _,R_UJ~~B. ............ i (\ ....... A~-----· held on :;t-4 1..1. , 2023, the following resolution was duly passed and adopted: RESOLVED, that, as P ~ of the Corporation/Company, be and is hereby authorized to execute the Bid dated , )'MMH!f x. , 202/lto the City of South Miami for 1TB No. 2023-17 "SANITARY SEWER CONSTRUCTION AREA K -PHASE I" Project, and that this execution thereof, attested by the Secretary of the Corporation/Company, and with the Corporate/Company Seal affixed, shall be the official act and deed of this Corporation/Company. I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of corporation/company on this the 2..2 of "fa ,vu ~ , 2023. Secret~ (SEAL) 25 of 116 163 FORM3 SINGLE EXECUTION AFFIDAVITS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY THE BIDDER OR BIDDER AND NOTARIZED BELOW. IN THE EVENT THE BIDDER OR BIDDER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE BIDDER OR BIDDER IS DEEMED TO BE NON-RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A BID/BID. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE CITY OF SOUTH MIAMI AND ARE STATEMENTS MADE: For (Name of Proposing or Bidding Entity): Ate /7Vl 6,' v1wt2-/{l1 6 k½-G, Whose business address is: 7.-2 <'2--Z--Md ] id.let Sl: /Vl1,kw::\ ; 1 PZ 3 s.r l "7 And (if applicable) its Federal Employer Identification Number (FEIN) is : 61 If~ 'zS:4 2. (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS#:, ________________ _ Americans with Disabilities Act Compliance Affidavit The above named firm, corporation or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below 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 IO 1-336, I 04 Stat 327, 42 USC 1210 I 12213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title Ill, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. • The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501-553.513, Florida Statutes: • The Rehabilitation Act of 1973, 229 USC Section 794; • The Federal Transit Act, as amended 49 USC Section 1612; • The Fair Housing Act as amended 42 USC Section 3601 -3631. Bidder Initials 27 of 116 164 Public Entity Crimes Affidavit I understand that a "public entity crime" as defined in Paragraph 287.133( I )(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations. I understand that "convicted" or "conviction" as defined in Paragraph 287.133( I )(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. I understand that an "affiliate" as defined in Paragraph 287.133( l)(a), Florida Statutes, means : I. A predecessor or successor of a person convicted of a public entity crime; or 2. 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 . I understand that a "person" as defined in Paragraph 287.133( I )(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, and partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) -S. Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with ad convicted of a public entity crime subsequent to July I, 1989. D The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989 . D The entity submitting this sworn statement, or one or more of its officers , directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida , Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that 28ofll6 165 it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I understand that the submission of this form to the contracting officer for the public entity identified in paragraph I above is for that public entity only and that this form is valid through December 31 of the calendar year in which it is filed. I also understand that I am required to inform the public entity prior to entering into a contract in excess of the threshold amount provided in Section 287.017, Florida Statutes for category two of any change in the information contained in this form. Bidder Initials No Conflict of Interest or Contingent Fee Affidavit Bidder warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Bidder also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami-Dade County and City of South Miami conflict of interest or code of ethics ordinances. Further, Bidder acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Bidder should the Bidder be selected for the performance of this contract. Bidder Initials Business Entity Affidavit Bidder hereby recognizes and certifies that no elected official, board member, or employee of the City of South Miami (the " City") shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no City employee, nor any elected or appointed officer (including City board members) of the City, nor any spouse, parent or child of such employee or elected or appointed officer of the City, may be a partner, officer, director or proprietor of Bidder or Vendor, and further, that no such City employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a material interest in the Vendor or Bidder. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Bidder. Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by City. Further, Bidder recognizes that with respect to this transaction or bid, if any Bidder violates or is a party to a violation of the ethics ordinances or rules of the City, the provisions of Miami-Dade County Code Section 2-1 1.1, as applicable to City, or the provisions of Chapter 112, part 111, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Bidder may be disqualified from furnishing the goods or services for which the bid or Bid is submitted and may be further disqualified from submitting any future bids or Bid for goods or services to City. Bidder Initials Anti-Collusion Affidavit I. Bidder/Bidder has personal knowledge of the matters set forth in its Bid/Bid and is fully informed respecting the preparation and contents of the attached Bid/Bid and all pertinent circumstances respecting the Bid/Bid; 29 of 116 166 2. The Bid/Bid is genuine and is not a collusive or sham Bid/Bid; and 3. Neither the Bidder/Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including Affiant, has in any way colluded , conspired, connived, or agreed, directly or indirectly with any other Bidder/Bidder, firm, or person to submit a collusive or sham Bid/Bid, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder/Bidder, firm, or person to fix the price or prices in the attached Bid/Bid or of any other Bidder/Bidder, or to fix any overhead, profit, or cost element of the Bid/Bid price or the Bid/Bid price of any other Bidder/Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City or any person interested in the proposed Contract. :t-A: Bidder Initials Scrutinized Company Certification 8. Bidder certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate the Agreement that may result from this 1TB at its sole option if the Bidder or its subcontractors are found to have submitted a false certification; or if the Bidder, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 9. If the Agreement that may result from this 1TB is for more than one million dollars, the Bidder certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287. 135, F.S. pursuant to Section 287. 135, F.S., the City may immediately terminate the Agreement that may result from this 1TB at its sole option if the Bidder, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Bidder, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. I 0. The Bidder agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under the Agreement that may result from this 1TB. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. Bidder Initials Drug-Free Workplace Affidavit Bidder hereby recognizes that, pursuant to F.S. § 287.087, preference shall be given to businesses with drug-free workplace programs when two bids/Bid are equal with respect to price, quality, and service. Bidder understands that in order to qualify as a drug-free workplace, Bidder must: a) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. b) Inform employees about the dangers of drug abuse in the workplace, the Bidder's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee 30 of 116 167 assistance programs, and the penalties that may be imposed upon employees for drug abuse violations . I) Give each employee engaged in providing commodities or contractual services under the 1TB a copy of the statement specified in subsection (I). 2) Notify employees that, as a condition of working on the commodities or contractual services under the 1TB, the employee must abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 3) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 4) Make a good faith effort to continue to maintain a drug-free workplace through the implementation of this section. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) ijf The entity submitting this sworn statement is a drug-free workplace and is in full compliance with the requirements set forth under F.S. § 287.087. D The entity submitting this sworn statement is not a drug-free workplace. Bidder Initials City Non-Discrimination Requirements Affidavit Bidder understands that pursuant to Section 3-1.1 of the Code of the City of South Miami, the City will not enter into or award a contract to an entity engaged in a boycott. Bidder understands that "Boycott" as defined under Section 3-1 .1 of the Code of the City of South Miami means to blacklist, divest from, or otherwise refuse to deal with a nation or country, or to blacklist or otherwise refuse to deal with a person or entity when the action is based on race, color, national origin, religion, sex, gender identity, sexual orientation, marital or familial status, age, or disability in a discriminatory manner. The term boycott does not include a decision based upon business or economic reasons, or boycotts, embargoes, trade restrictions, or divestments that are specifically authorized or required by federal law or state law. Bidder certifies that it is not engaged in a boycott, and is in full compliance with Section 3-1.1 of the Code of the City of South Miami. Bidder Initials Acknowledgment. Warranty. and Acceptance I. Contractor warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations . 31 of 116 168 2. Contractor warrants that it has read, understands, and is willing to comply with all requirements of 1TB No. PR2023-17 and any addendum/addenda related thereto. 3. Contractor warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the City Commission or City Manager, as applicable. 4. Contractor warrants that all information provided by it in connection with this Bid is true and accurate. Bidder Initials [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.] 32 of 116 169 In the presence of: -= J;j~- Witness #I Prin~Ji?;: --=lt,..?'-(<11-"'-'b"'-::::;=IV'.'-"'.A_,' _._l'1&i[)ep~rint Name: D.~ ffl/,'J>,l'l,p?- :s;.;; ~ 7"itle: ____ _B~~~-~--~------- Witness #2 Print Name: ~ Sd u,~ ACKNOWLEDGMENT State of Florida County of t1i'.o,,....,\ i -~/),/f)rz. The foregoing instrument was acknowledged before me by means of ~physical presence or_ online notarization, this ----2.d,_ day of :):11 ,._.,4 ~ , 20~, by ::.p,,J),; /.J,J-f M~ (name of person) as tp~,J,,,._fJ (type of authori(y) f;AitJ~,,•w~·i,u ~ ___ (name of party on behalf of whom instrument is executed). X Commissioned) Personally known to me; or ___ Produced identification (Type of Identification: ________________ _ ___ Did take an oath; or ___ Did not take an oath ·~v Pub('.:--. ANDY SUt,REZ : ~\ C:\ Notar y Public • State of Florida • // Comm i ssion # HH 42 1649 ... 9,f.,f}.9,,·· My Comm . Expir es Aug 20, 2027 Bonded through Na tio nal Notary Assn . 33ofll6 170 FORM4 DISPUTE DISCLOSURE Answer the following questions by placing an "X" after "Yes" or "No". If you answer "Yes", please explain in the space provided, or on a separate sheet attached to this form . I. Has your firm or any of its officers , received a reprimand of any nature or been suspended by the Department of Professional Regulations or any other regulatory agency or professional associations within the last five (5) years? YES ___ NO X 2. Has your firm, or any member of your firm , been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? YES ____ NO-~>< __ _ 3. Has your firm had against it or filed any requests for equitable adjustment, contract claims , Bid protests , or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? YES----NO -+,K~-- lf yes, state the nature of the request for equitable adjustment, contract claim, litigation , or protest, and state a brief description of the case, the outcome or status of the suit and the monetary amounts of extended contract time involved . I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation of falsification of facts shall be cause for forfeiture of rights for further consideration of this Bid or Bid for the City of South Miami. ACKNOWLEDGMENT State of Florida County of /'vf,1 A,,,,,. / ..__ [),J)Q. The foregoing instrument was acknowledged before me by means of ffi phys ical presence or □ online notarization, this~ day of ~-, , 20.2t!(_, by M:t>vz~ s />I~ (name of person) as 'f t'b,,c,w= (type of authority) f;J\-fcB.u,>vt.i'P"eilA~ ~ ___ (name of party on behalf of whom instrument is executed). )( Personally known to me ; or Notary Public (Print, Commissioned) ___ Produced identification (Type of Identification: _____________ ) ___ Did take an oath ; or ___ Did not take an oath ··~:t;;t•·· ANDY SUA REZ /Im~~\ Notary Publi c -Sta t e of Florida E1 • -<J Commission# HH 42 1649 '·{1off\,,C?f.,---My Comm. Expires Au g 20, 2027 .......... Bonded through Nation al Notary Assn• 34ofll6 171 FORMS CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26 , 1988 Federal Register (pages 19160-1921 I). Copies of the regulations are available from local offices of the U.S. Small Business Administration. (I) The prospective primary participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) 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 or destruction of records, making false statements, or receiving stolen property; (c) 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 ( I )(b) of this certification; and (d) 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. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this Statement of Qualifications . Entity Name: Ate. ~ b { VJ Rf,zfZ( A b ¾. By: Signature of Authorized Representative ·iw0t!i~< /¾V lllYvz,,172 I pt¼~ Name and Title of Authorized Representative 35 of 116 172 FORM6 BIDDER'S QUALIFICATIONS SURVEY COMPANY QUALIFICATIONS QUESTIONNAIRE Please complete this Company Qualifications Questionnaire. By completing this form and submitting a response to the 1TB, you certify that any and all information contained in the bid is true, that your response to the 1TB is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a response to the 1TB for the same materials, supplies, equipment, or services , is in all respects fair and without collusion or fraud, that you agree to abide by all terms and conditions of the 1TB, and certify that you are authorized to sign for the Bidder's firm. Some responses may require the inclusion of separate attachments . Separate attachments should be as concise as possible, while including the requested information. In no event should the total page count of all attachments to this Form exceed five (5) pages. Some information may not be applicable ; in such instances, please insert "N/A". Firm Name Principal Business Address Telephone Number Facsimile Number ,l.,4 PO tf,JA-TC l::::::t-oe,.,· t~P... v,tzf Email Address Federal I.D . No. or Social Security Number Municipal Business Tax/Occupational License No. FIRM HISTORY AND INFORMATION How many years has the firm has been in business under its current name and ownership? 1_ Please identify the Firm's document number with the Florida Division of Corporations and date the Firm registered/filed to conduct business in the State of Florida: Document Number I Date Filed Please identify the Firm's category with the Florida Department of Business Professional Regulation (DBPR), DBPR license number, and date licensed by DBPR : u\t\<tkp-v.,caje ~ (JvVJ &uHH~ C~r B V I., 0 .6 k6 L/ 1 Category License No. Date Licensed Please indicate the type of entity form of the Firm (if other, please describe): □ Individual □ Partnership ~ Corporation □ LLC □ LLP □ Other _________ _ Please identify the Firm~) business : bkt.1.,1-¥-i= I Ati ' 36 of 116 173 Please identify the number of continuous years your Firm has performed its primary business: i:_ Please list all professional licenses and certifications held by the Firm, its Qualifier/Principal, and any Key Staff, including any active certifications of small, minority, or disadvantaged business enterprise, and the name of the entit that issued the license or certification: License/Certification Name of Entity Issuing License No. License Issuance Date T e License or Certification Please identify the name, license number, and issuance date of any prior companies that pertain to your Firm: License/Certification Name of Entity Issuing License No. License Issuance Date Type License or Certification A / /A. Please identify all individuals authorized to sign for the entity, their title, and the threshold/level of their si nin authorit : Authorized Signor's Name Title Signing Authority Threshold to $X-Amount, No Cost, Other Please identify the total number of Firm employees, managerial/administrative employees, and identify the total number of trades em lo ees b trade e .. , 20 electricians, 5 laborers, etc. : Total No. of Managerial/Administrative Em lo ees INSURANCE INFORMATION Please provide the following information about the Firm's insurance company: lnsu Insurance Carrier Contact Person w 1o 9 "t J.j . ~all 1(-J>r-Su.,'], 7-,0 i 3 ° ~ -6 YO ~1 :±9 Insurance Carrier Address Telephone No. Has the Firm filed any insurance claims in the last five (5) years? f.. No □ Yes If yes, please identify the type of claim and the amount paid out under the claim: ________ _ FIRM OWNERSHIP Please identi all Firm owners or artners, their title, and ercent of owners • Owner/Partner Name Title 37 of 116 174 Please identify whether any of the owners/partners identified above are owners/partners in another entity: □ No Ol(._Yes If yes, please identify the name of the owner/partner, the other entity's name, and percent of ownership held by the stated owner/partner: RECENT CONTRACTS Please identify the five (5) most recent contracts in which your Firm has provided services to other public entities: ~~·~ Date Awarded 20 2--3,. f----l-1-f--""-""-'--'-l,,,.""'-l"'~+-'='-'-"'-'"""'"'4--.L.<.::~=-l--+----'-'<=..,.J...C.-.,....,=....._:f,!L-"-"f----J<C.-J=.,lL..:....:.==--.l..£...+-''--'<Z?:ia..t:-.k:.~.,._--jPt... y--o(/ i--,-L-.J..1,-+=-,;c......!..--""-"'<.q....--+-...S....::...e..::.s<""'-'1-"4---=->--f-----V-------+--,,....--"--------1-""'_u.,--~a,_-~,p-3. 5ip (., I 2/) z,;Z, f---l!!-Llf.=~µ~..r;~~~~....k!i=~a_+----=l.!).!l~'-'--f'~~--'81---L...l~l=::!,!:~ii;)..-!IL...,lfl..lrl.Dl~!J-Vlae--'l~'1--! u"'1 '"y.."'f ,. ,, . ., I !<., . .,._, 5:,._~I(,:, By signing below, Bidder certifies that the information contained herein is complete and accurate to the best of Bidder's knowledge. ;;?ozo Firm: Aiz, Gr, = 'v, G 1';_.,__,.. Authorized Signature: 3~ Print or Type Name: J?2J)rzz ')2 S C9AIM?/.irf: 38 of 116 Date: I /2 -2 ('Lv Ui Title: lf~,..k Z- 175 ADDENDUM No. 4 "REVISED FORM 7 -AREA K -PUMP STATION; DATED FEBRUARY 1, 2024 BID PROPOSAL CITY OF SOUTH MIAMI AREA "K" -PUMP STATION Bid prices stated in the proposal include all costs and expenses for labor, equipment, materials , contractor's overhead , and profit. Payment for this project will be based upon completion of the entire project as a unit price contract. ITEM DESCRIPTION UNIT ESTIMATED QUANTITY General Requirements For performing preparatory work and operations in mobilizing far beginning the work of the Project, 1 inc luding preparation and acceptance of MOT, but excluding materials and permit costs, both of which LS 1 are paid under other payment items 2 Preparation of As-built records LS 1 Demolition and Rehabilitation 3 Erosion and Sedi~ental Control LS 1 4 Clearing And Grubbing LS 1 5 Sod Restoration SY 350 6 For making cut-in connections to existing water mains EA 4 Including cutting and capping ex istin g maln(s), as shown on the Plan s, complete For co nstructing brick paver roadway restoration (brick pavers, concrete pavers, stone pavers, stone tiles, 7 ceramic tile and other similar finishes) to match existing (Include 12-inches Stabilization and 8-inches SY 35 Limerock) 8 Concrete Curb Type-For Valley Gutter, (Include 12-inches Stabi lizatio n and 8-lnches Lim erock} LF 20 9 For furnishing and installing grout (flowable fill) for filling existing 8-inch water main that is to be placed LF 260 out of service Clvil-Structural 10 Excavation and Hauling (not assuming contaminated soil) CY 300 11 For furn is h and install backfill material to meet proposed grading as shown on plans CY 130 12 Type B Stabilization (12-lnches) SY 90 13 Llmerock (6 -inches) SY 90 14 Heavy Duty Lattice Concrete Paver. Includes all labor and materials (paver, # 8 aggregate, and any SY 65 processing or material ne cessary to complete paver installaUon.) 15 Reinforced concrete band (driveway) LF 175 16 Preacast Concrete 96" dia. Wet Well w/ interior and exterior coating, F&I EA 1 Precast Concrete Top Slab w/ 32" x 54" (clear ope ning) Aluminium Access Hatch (Watertight) for Wet 17 Well EA 1 18 Precas t Concrete 78" x 102" Valve Vault, F&I EA 1 Precast Concrete Top Slab w/ 60" x 70" (Clear Opening)Aluminium Access Hatc h {Watertight) for Valve 19 Vault EA 1 20 Concrete Slab Around Wet Well & Valve Vault (6" Th ick) SY 2 21 Reinforced Concrete Slab for Electrical Equipment, include concrete casing support LS 1 22 Reinforced Concrete Slab for Electrical Tran sformer SY 1 23 Reinforced Concrete Slab for Power and Juntion Boxes SY 1 24 Furnish and Install 6" Ductile Iron Pipe , Fittings, Pl ug/C heck Valve and Suports LS 1 1" H.D.P .E. Water Service Line and Corp . Stop Connection to existing water main per M-DWASD STD 25 WS 2. 16, Including Pavement Restoration Type I per M-DWASD STD A 1.0 LS 1 26 518" x 314 .. Single Water Meter and Box w/ 3'x3'x6" Concrete Slab per M-DWASD STD WS 2.10, F&I EA 1 1" RPZBFP w/ Hos e Bibb per M-DWASD STD WS 4.18 and Shee t No. M-1 and wl Plumbing Line , 27 Concrete Slab and Lockable Enclosure EA 1 3 of 33 Page 1 of 3 UNIT COST TOTAL COST ?:,~ OOtJ ,.,1 -, 3~oo, I. cJV \2/ 51)0d 0 I z., ~oc. 0 {) 12n 00(), -Jo • 2.{) , (.h1t'J . 15: t'.11'Ji"}, t:J-'O ~OcJ<:J. c~ 0 ' l.s"'-oo 6, 2-~-V . rr'J a 2 4-YJ ().i;v 10 0()0. , , I tf:;'O , 0( ~ z.s-o. t~: 0 5'0. iYcJ /,000, C)o , Is--. Of] 3, qt()/). t:2;'(1 , 2S-. tJo =I Q'}() Oi> I /1'1 rlt1 7 £. Fl rJ. Ot7 ( 2S"". ()<) 2 ,? ~-t'1C, , 4~; (Jt} 4 O'!itl .vo 2.f>t> ov (3; aa-a.on 40. {}<J 71--, /JO i:-1 . Oa qo o.ru ~,, f IS /)t?A . ~o T 2tJ , 00(). lO , 0 (}r,I)_ 110 , i._c_oo .,· .. , ' r; t:;rJ /}. I, :, I () _i?JO.tJ l b i::,'t) e,. <.}'() 7i OfJrJ ., ~o I ~ I $/)I)£}, , I OIJ ,c) i , !2 'i'Wm , , t:IO, Ot"Jli) , 15: /)IJi f '>-0 f>l1i , JtJ OrJO . ' 3 ()/}/} l I h jr}t}_tJ . 6, c;,J,1 , C';_ , ' . J-, CJZ> OrJ c?o (Jo t} 0 6 L;-a e. &J 2...~ O r.It). , 0 f ~, c;-,111 , () '-) f >, I rJ /J A,, /_ t1 t,,-{),, ' ' ' 176 BID PROPOSAL CITY OF SOUTH MIAMI AREA "K" -PUMP STATION Bid prices stated in the proposal include all costs and expenses for labor, eq uipment, materials, contractor's overhead, and profit. Payment for thi s project will be based upon completion of the entire project as a unit price co ntract. Me chanical Furnish and Install Submersible Pump FLYGT Model NP 3153.095 HT 3 -465 Impeller or Approved EA 2 S--S, Cl &O 28 Equal w/ Electric Submersible Cable and Lift Chain 29 Furnis h and Install discharge base, 6"x8" Base Elbows, and Guide Rails EA 2 3,-s-P d,1 30 Furnish and Install Sump Pump in Valve Vault EA 1 14 '5""0 0 . I 31 Furn ish and Ins ta ll Sump Pump Discharge Piping and Valves EA 1 2.~ 00[) I Electrical 32 Furnish and In stall Control Panel LS 1 >'0, OOt , 33 Furnish and Insta ll Main Disconnect EA 1 ~S'; .:>&cJ , 34 Furnish and In stall SCADA RTU panel and antenna EA 1 2..~ 00< I 35 Furnish and Install Jun tion boxes, rec eptabl e floats LS 1 z c;-tJ u I 36 Furnish and Install Electrica l equipment appurtenence (including cond uits and wiring ) LS 1 ,.b' O()t. 37 Furni sh and Install 200 AMP Meter EA 1 2S', ~o ' 38 Furni sh and Install Grounding Ele ctrode System LS 1 2.-.=:::_;-t <) 0 ~ , 39 Furnish and Install Pump Feeder EA 2 2.,~ (}01 40 Furnish and Install Equipment Rack EA 1 z~ o a ( f 41 Install concrete pad for FPL transformer. Concrete pad provided by FPL EA 1 Z},/'Jv)/1 . 42 Furnish and Install Level Transducer EA 1 2..9-:JO[. , 43 Furnish and In stall Pressure Tran smitter (including saddle) LS 1 17';' ()O, 44 Furnish and Install (2) 5" pipe (For Primary Conduits Installation) ONLY {Co nduits provided by FPL) LF 200 '>---0 , 0~ 45 Install electrical service lateral between electric meter and FPL pad mounted transfonner LF 100 /c:;r'J. l >o Lands c ape 46 New Large Tree EA 3 12 S7JO .J 47 New Medium/ Small Tree EA 6 I ) 3-,D ... 'J ' 48 New Shrubs EA 300 I~ DO 49 Tree Relocation EA 1 1, 1>-0 ,J, 50 Tree Protection Barrier LF 150 1s .uo 51 Sod Restoration SY 222 I I 5"'.,di) 4 of 33 Page 2 o(3 _Q_i} q s-, t,1_(j c'J IJ cl ·:-::, (J/J,,, f ,J[) 1./,c:.;-,r'J,<] 0 0 I <>u :;:,.,.% ,·' 1--".J , , "' 0 S--0 /) u · a . o o j}_o l;I. c) (l 7 d )<) . ,::J d !l • ~' .:1 ~Ow ,J o .oo ·1 ,"1 ._O_il ,_ t)D , ?.~/)-:1 rtJ . &v OcJ .. o cJ 00,.,1. Ou ' ?_.;-~). ~ >a;- L S-: ~ Z~, - 2--5'✓ ' ~o . o a o . Cl:J o O . ·uo (I , i::-S-_ t.:, ~ S ,(\nJf') ~O :) '2 '? ,d7, ( IO Q fl.:) t) , /c;;--, on,, ' ( ,a ·-r1~~ -q___ ~ () i) Id ' .) 2 I 1,-1) O,J? , } l9n o .:> ~>";2~--.:Jo & -':l 3 o -0 ,11 ' 177 BID PROPOSAL CITY OF SOUTH MIAMI AREA "K" -PUMP STATION Bid prices stated in the proposal include all costs and expense s for labor, equipment, materials, contractor's overhead, and profit. Payment for this project will be based upon completion of th e entire project as a unit price contract. 52 The SUM ofllem Nos , 1 through 51 53 54 For veri fying existing utilities and performing soft digs if necessary For un foreseen conditions , for minor const ru ction changes , and for quan tity adjustments, if ordered by 55 the En gin eer (15% of the Subtotal , Item No . 51) 56 The SUM of Item Nos. 52 to 55 Dedicated Allowance Contingency Allowance SUBTOTAL TOTAL BID D 00 c__ _ __i_ ________________________ _.__ ____________ 4µ,L_--1--+-J'--,.U.""-''4-v 1 2 3 4 Note: Contractor account for all wor1< shown on electrical construction drawings whether listed on this bid item list or not CONTINGENCY ITEMS Temporay Sheet Piling an d Support of Excavation , Contingonc~ Item For providing uniformed, off-duty pol ice officers for the purpose of mi'!i lntenance of traffic ($52/hr) For remova l, transport and legal disposal, including the payment of tipping fees , of any contaminated material discovered along the pipeline's proposed route . This item shall also include the hiring of an environmental consultant firm by the con tractor to prepare a ::;oil and groundwater management plan , as needed, conduct soil and/o r groundwater sampling for lab analysis to determin e disposal requi rements and oversee th e handling of the material, inc lu ding , but not limited to, the stag ing , segregation , preparation for hauling (i.e., removal of excess groundwater from material) and disposal as approved by the Engineer/Department. The SUM of Item Nos. 1 to 3 SF Days CY 2,400 ?:o. DcJ '12r ODO , 90 4/b 3"'9144'. D. 20 I~. 01) >1 DD 0 . D 8 TOT AL CONTINGENCY I I z., li LID _ f 178 SUBMITTED THIS z z DAY OF BID SUBMITTED BY : ~ fin. 6 ,' Vl eB !-s/6'16' ·tn,;r; Company Telephone Number Fax Number +vi po ~Mc P?O 6 i DA · VJ G-1- Signature Email Address Title 43 of 116 179 BID PROPOSAL CITY OF SOUTH MIAMI AREA "K" -GRAVITY SEWER AND FORCE MAIN -PHASE 1 ITEM DESCR IPTION UNI T ESTIMATED UNIT COST TOTAL COST QUANTllY For performing preparatory work and operations In moblllzlng for beglnnlng th e work of the Project, 1 including preparation and acceptance of MOT, but excluding materials and permit costs, both of which are Aggregate Sum 1 '31;',oo a fl ,;, >~, t>/fJc paid under other payment items . 2 For furnishing and delivering to the Department 10-inch zinc-coated d uctile iron pipe fo r sanitary sewer Linear Feet 31 (2,o ,;)<7 ma in > I --q-l,-i) . 0 i> 3 For installing 10-inch ductile iron pipe for sanitary sewer main (greater than 14 feet or in accordance with Linear Fe et 31 G'ls-,.oo zoning} 2.. I <.If '-f '-,-. 4 For furnishing and delivering to the Department 6-inch zinc-coated ductlle Iron pipe for sanitary sewer Linear Feet 155 1 "; ~ Cl_,_ main //)(J _/)o ' 5 For Installing 8-inch ductile iron pipe for sanitary sewer main (greater than 14 feet or In accordance with Linear Feet 155 zoning) 1 Oo .()0 I '5', e.i'>tJ -c:;; V 6 For furnishing and delivering to the Department 8-inch PVC (C900) DR 25, (C.1.0,D ,), (9.5" 0.0.) co lored Linear Feet 2,394 ?.h. green pipe with neoprene gaskets for sanitary sewer main D-0 h,.., ') -2,,i..,/-00 ' 7 For Installing 8~ PVC (C-900) pipe for sanitary sewer main (6 to 7.99-feel) Linear Feet 318 t:.-s--. cJ v • .., /I {,,~. ,, C) ' 8 For lnstaUlng 8" PVC (C-900) pipe for sanitary sewer main (8 to 9.99 feet) Linear Fee t 400 'Cf-t> . c.? ·v 225 OcJ (.). , 9 For installing 8" PVC (C-900) pipe for sanitary sewer main (10 to 11 .99 fe et) Lin ear Feet 655 '1-,s--_ ()O ,:,...j.q I,.., L '-c. a , 10 For Installing s• PVC (C-900) pipe for sanitary sewer main (12 to 13.99 feet) Linear Feet 1021 Sl o ,Oa tn, .bi<o . u• For furnishing and delivering to the Department precast Reinforced Concrete Manhole fo r 6 fl. to 7.99 ft . 11 depths. Typical 4 ft. inside diameter, with concentrk/eccentrlc corbel, lined and coated , and with Each 1 membrane sealing system & with inflow dish protector and with Type "A• manhole frame and cover. (All 2-1 <;1'&. c) f,1 2.-( ",C, cJ . d i as per MDWASD Specifications and Details), complete. 12 For installing Precast reinforced Concrete Manhole with frame and cover for 6 ft . to 7.99 ft. depths , with Ea ch 1 ~, 1s-o .1 concentric/eccentric corbel, complete. ~L" •l, ' / ',O ~O For furnishing and delivering to l he Department pre cast Reinforced Concrete Manhole fo r 8 ft. to 9.99 ft . 13 dep1hs . Typical 4 ft . inside diameter, with concentric.teccentric corbel, lined and coated, and with Each 1 membrane sealing system & w ilh inflow dish protector and with Type "A• manhole frame and cover. (All 3, sv0 . .:::8 3, 9JJ . ,r as per MDWASD Specifications and Details), complete. 0 14 For Installing Precast reinrorced Concrete Manhole with frame and cover for 8 ft . to 9 .99 ft . depths, with Each 1 '3, So O T co nce ntric/eccen tric co rbel, complete. ~u ~ ~"' :J For furnishing and delivering to the Department precast Reinforced Concrete Manhole for 10 fl. to 11 .99 15 ft. depths. Typical 4 ft. in side dia meter, with concentric/eccentric corbel, lined and coated, and with Each 2 membrane sealing system & with inflow dish protector and with Type "A" manhole frame and cover. (All 3, c;'lJ () r "~ -::f-, 0 0 t: as per MDWASD Specifications and Details), complete. . c?o 16 For installing Precast reinforced Concrete Manhole with frame and cover for 10 ft . to 11.99 ft . depths , with Ea ch 2 concentric/eccentric corbel, complete . "3 , SVcJ -Oe ,;:;-, (!)Cl c,1, For furnishing and delivering to th e Department precast Reinforced Concrete Manhole for >12 ft . depths. 17 Typical 4 ft. inside diameter, with concentric/eccentric corbel, lined and coated , and with membrane Each 6 sealing system & with inflow dish protector and with Type "N manhole frame and cover. (All as per 1.-f I 71)0, ' c} 2-----.::,.., 0 00, MDWASD Specifications and Details). complete. 18 For Installing Precast reinforced Concrete Manhole with frame and cover for >12 ft . depths, with Each 6 concentric/eccentric corbel, complete. Lf, t_;-00,( a 2-~, OOc . OD For furnishing and delivering to the Department precast Reinforced Concrete DROP Manhole for >12 ft. 19 depths. Typical 4 ft. inside diameter, with concentric/eccentric corbel, lined and coated , and with Each 3 membrane sealing system & with inflow dish protector and with Type "A" manhole frame and cover. (All -q.( .,cJo -cJ --z._ 2; c;.-O t , as per MDWASD Specifications and Detalls), complete. 20 For Installing Precast reinforced Concrete Manhole with drop connections frame and cover for >12 ft. Ea ch 3 [&1 <,0c . depths, with concentric/eccentric corbel, complete . s-, c.,1' ~-J., 21 For furnishing and installing 8 x 6-inch ductile iron pipe tee branch connection for sanitary sewer Each 2 ( I ~~ C tl 3, ~--0 (}, 22 For furn is hing and Installing 8 x 6-lnch PVC (C-900) tee branch co nnecUo n for sanitary sewer Each 35 (, (' I I -q..<;'"o ,d,1 2..-'Zl 7 23 For furnishing and Installing 8 x 6-inch PVC (C-900) Wye branch connection for sanitary sewer Ea ch 7 ,. ~-( 2. I l..t 7o , 24 For furnis hing and delivering to the Department 6-inch PVC (C-900) sanitary sewer lateral, including Linear Feet 1103 fittings and dean-out assemblies, complete LI)' cJu :)__.I) /) ,t::. C. ' ( 25 For Installing 6-inch PVC (C-900) sanitary sewer lateral , including fittings and clean-out assem blies , Linear Feet 1103 4 '6',oo / 0 Lf 1 complete ?f . 45 of 116 Page 1 of3 180 BID PROPOSAL CITY OF SOUTH MIAMI AREA "K" -GRAVITY SEWER AND FORCE MAIN -PHASE 1 26 For furnishing and delivering to the Department 6-inch zinc-coated ductile Iron pipe, fittings and plug Linear Feet valves for sewage force m ai n 72 ! So .(}~? { e) / ~Od - 27 For installing 6-inch zinc-coated ductile Iron pipe, fittings and plug valves for sewage force main Linear Feet 72 ('77LOv lo, te1 D . 28 For furnishing and delivering to the Department 8-inch zinc-coated ductile iron pipe , fittings and plug Lin ea r Feet valves fo r sewage force main 694 /oo ,tlo b t:11 t{Ot9 , c)i) 29 For Installing 8-inch zinc-coated ductlle Iron pipe, fittings and plug valves for sewage force m ain Linear Feet 694 ~~ o v ¾~r 1 "1 (I 0 i) 30 For constructing Automatic Air Release Valve Assemblies (AARVs) for sewage force main at the Each 1 locations shown on the Plans , complete (Contingent Item) 3 , S'D t?-r!)i) 3, S"l>G For mak ing a tapping con nectio n(s) to an existing sewage force main at: SW 62nd AVE (STA 10+80±) 31 including furnishing and installing a tapping sleeve (stainless steeij and tapping valve, as shown on the Aggregate Sum 1 Plans , complete , and obtaining the services of a tapping speciali st to tap the exist existing sewage force H , 50 0. a~ I '-f ,~ :J main 32 For t rench overcut in 1-foot d epth Increments, fo r any size pipe Linear Feet 200 (Contingent Item) 2,(J . 1.'i> L.i 0 0 0 .,.:J • t) 33 For removal, transport and legal disposal of unsuitable backfill materials , includlng tipping fe es, !!.L Cubic Yards 100 ordered by the Engineer (Contingent Item) 125'.o·v I ) ~o . ·- 34 For sheeting and shoring ordered left in place by the Engineer square Feet 500 (Contingent Item) 3o . iJo 1 c; ovo.o 0 , 35 For furnishing and installlng additional suitable back.fill material , as directed by the Engineer Cubic Yards 500 (Contingent Item) 22 -~o I I ' ? _o::;-n ~ 17 ' ' 36 For constructing limerock base for Type "I" permanent pavement repairs on NON FDOT Roads , Square Yards 2,450 ·1g , . .:;?o Inclu ding the laterals '-l q, 100 ,-, 37 For constructing Type "I" asphaltlc concrete surface course p ermanent pavement repairs NON FDOT Square Yards 2,450 Roads, including the laterals { l --5" )0 , 6 ~9': 38 For constructing lim erock. bas e for Type "I" permanent pa vement repa irs on Driveways Square Yards 180 2,0 _.;J ,J 2:,' G (J c, .cJ •v 39 For constructing Type "I" asphaltic concrete surface course permanent pavement repairs Driveways Square Yards 180 'Z--0.Ji) 3 .6(}<J .ih 40 For constructing concrete driveway restoration to match existing Square Yards 60 €f I { 'S1,. J O 00 l1 . c!i:? 41 For constructing brick paver driveway restoration (brick pavers , concrete pavers, stone pavers, stone Square Yards 100 til es , ceramic tile and other similar finishes) to match existing l s-o, cJ..., i9 000 - 42 For restoring sodded area Square Yards 1500 (Contingent Jtem) Io . •-'o ( <i;', e](:J 0 43 As Built Aggregate Sum 1 l"9-, 50ti . 11I l -=l-1 ~.'(} 44 The SUM of Item Nos. 1 through 43 SUBTOTAL q 9.-':1 rJLI t..· ~ O o , 45 For cost or required permits, fees , inspections, impact fees , if authorized by the Engineer Dedicated 1 2>1 , 6/1 (3% of the Subtotal , Item No. 44) Allowance 32 24 , J> 46 For verifying existing utilities and pertorming soft digs if necessary Dedicated 1 Allowance S' (J(JJ ., C ~ ~cJc/l~ I ' 0 c) 46 of 116 Page 2 of 3 181 BID PROPOSAL CITY OF SOUTH MIAMI AREA "K" -GRAVITY SEWER AND FORCE MAIN -PHASE 1 For unfore seen conditio ns, for minor construction changes , and for quantity adjustments, if ordered by the Contingency 47 Engineer 1 \t../i, 05 f,. i 11.f'il ;, (10% of th e Subtotal, Item No .44) Allowance 48 The SUM of Item Nos. 44 to 47 TOTAL BID I I 61 'T"/ I CONTINGENCY ITEMS 1 For constructing Type V permanent pavement repairs for entire roadway (nominal 1 inch thick machine• Square Yards overlaid asphaltic concrete SP-9.5 overlay), NONE FOOT Roads 6,200 {'5"-. OP CfJ,i0&0. 2 For replaclng pavement marki ngs damaged, removed or obliterated by the Contractor's operation Agg re gate Sum 1 2. ?'t (;)(), t:>. c o 25',0c 3 For providing uniformed, off-duty police officers for the purpose of maintenance of traffic Dedicated 1 Allowance 4Z,~d c.)'ll "-121 'sil For removal , transport and legal disposal, including the payment of tipping fees, of any contaminated material discovered along the pipeline's proposed route. This Item shall also Include the hiring of an D edicated 4 environmental consultant firm by the co ntractor to prepare a soil and groundwater management plan , as Allowance 1 needed , conduct soil and/or groundwater sampling for tab analysis to determine disposal requirements L-f I , 2.Sc:i .cJv 4( ~s-and O'""r'""' lh<> h <>nrll jnn ofthi:> -A·A-ial incl11dinn but no Ii-··-~ to the S'A _, __ senren<>ljnn 5 The SUM of Item Nos. 1 to 4 TOTAL CONTINGENCY 20 / ·q-s---o O u , 47 of 116 Page3of3 182 SUBMITTED THIS 22 DAY OF BID SUBMITTED BY : Arc ---&,,q ~ i vp W R i VJ ~ ;! YK Company Telephone Number Fax Number I\/\ Po t9 Ak Plo {Is j DA . Vl SJ Signature Email Address Title 48ofll6 183 FORMS REFERENCE LIST IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM, BIDDER SHALL PROVIDE A MINIMUM OF THREE REFERENCE LETTERS. REFERENCE #I Reference Contact Person/Title/Department: Public Entity Size/Number of Residents/Square Mileage: __ _.ff ..... ·~· ->-'-~6 ..... ,.,,..'/4_t.~~ .... -~~N~-A----+-(-- 32...1 o o "t' V:i«U Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) .5 ;;J;l,..,~ 5':f !A t;_,,o;f: ~14:,~ ]½4-f:dZ ,er<uZ~ "" ., I ·1zv, d p ,l.Y;-: H fttt/2 a , ki '2.-, 3 . ( Ra j) i-1 ~;9,( Aw-j(J,tl,a,g,..~ Is the Contract still Active? Yes ___ No :X 49 of 116 184 REFERENCE #2 Public Entity Name: 1:bw-a gf Ht ~ U j.,~ Reference Contact Person/Title/Department: _1,_A -'-'\.A.-0,---=>--'=1!~-r,'--"-~.,.,_·--'-"-"~---------- lvp;-tJ ~~µ.M ;,iY, p'?~J Y½iwti.,"4 Contact Number & Email .]Q q ~ ] ~ tf: ---hf Oo S,v:f: ( ( 3 3 -PL-.:1 .,,., v J Public Entity Size/Number of Residents/Square Mileage : ______ "--'>--· ~~-U,(.~Af~--Y½-<..._· £'-"'""7_,- Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) -~W~B~~&.~~~<..,.,0 ,.___&½:?1':~"~·~-t~¼='=-~-l --iu.~·~14.,= ~-:1:.Dr-~'l-=;,~b/4<~:~-,i,"-t __ 1)&~4' 't~) Is the Contract still Active? Yes ~ No ___ _ 50ofll6 185 REFERENCE #3 Public Entity Name: ·t<;'9:,,<,N) ,,J ~ll.t,J Reference Contact Person/Title/Department: ---1-M->+~"-'·~ .... ,-""""l,.,..~-~~==¼>----------- ~ ~p-nn2-<.r4it :DJ"'"= Contact Number & Email __ ?f-+-tl~-b."-. _·-~z .... <i'+-/1-JQ-,_-___,__2""-,.,'3_,_:f-+--,7~----------- Public Entity Size/Number of Residents/Square Mileage: ~. I ~..tA'..bt:t'. ¾£;:, Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) tJ 1,()--. t(lJ:ah 6~Ji" ~~ ~,:) 2 v'vue M..it?.,.,, &f&, L i_p;;i;::t;--M<f I t.f /.e1.1' clu.v.ii&, 0&zl ,4 J~l:o e~) ¢$ clc1r • '.)-L,{{\ r I.a 1 '.'1&) 1.-:3 ~I dt,;;i/ ~ D to,.,A.v 11. 1 2-0 2-3 Is the Contract still Active? Yes X' No , ---- 51 of 116 Tabulation Sheet Agency Name City of South Miami Bid Number ITB-(ITB) No. PR2023 - 17-0-2023/SK Bid Name SANITARY SEWER CONSTRUCTION AREA K – PHASE 1 Bid Due Date 02/06/2024 10:00:00 Eastern Bid Opening Closed 4 responses found.online,  offline,  not submitting,  not received  Company Responded Address Bid Amount Alt Bid Amount Declared Attributes Documents Sent Complete 1 .ATC Engineering Inc 02/06/2024  09:16:31  Eastern 2222 NW  14 Street, Miami,  FL, 33125  $2214032.3200 0.0000 Bidding Document  2 .Comtech Engineering Inc. 02/06/2024  08:26:27  Eastern 7900 SW  57th  Avenue  Suite 11, Miami,  FL, 33143  $8043780.9200 0.0000 Bidding Document  3 .David Mancini & Sons, Inc 02/06/2024  08:39:32  Eastern 2601  Wiles  Road, Pompano  Beach,  FL, 33073  $8244246.6800 0.0000 Bidding Document  4 .Pro Service Group General Construction, Inc. 02/06/2024  09:57:44  Eastern 4291, SW 143  Avenue, Miramar,  FL, 33027  $3277726.2600 0.0000 Bidding Document  186 1 ✓ 1 ✓ 1 ✓ 1 ✓ Bidder Bid Price Bid CERT Bid Ack FORM 9 PERF. BOND REVISED FORM 7 SOV Bidder Qualif.Ref.ADA Public Entity Crimes and Conflicts Non Coll. Affidavit Bus Entity Anti Collusion SCRUTINIZED COMPANY Drug free Workplace NON- DISCRIMIN ATION WARRANTY ACCEPT DISPUTE DISCOLSURE DEBAR ATC ENGINEERING $2,214,032.32 X X N/A X X X X X X X X X X X X X X PRO SERVICE $3,277,726.26 X X N/A X X X X X X X X X X X X X X COM TEC $8,043,780.92 X X N/A NOTE X X X X X X X X X X X X X DAVID MANCINI & SONS $8,244,246.68 X X N/A NOTE X X X X X X X X X X X X X ITB PW2023-17 PROOF OF INSURANCE IS A CONDITION OF AWARD NOTE: RESULTS ARE NOT FINAL UNTIL AN AWARD RECOMMENDTION BY THE CITY MANAGER 187 Member Name City of South Miami Bid Number ITB-(ITB) No. PR2023 - 17-0-2023/SK Bid Name SANITARY SEWER CONSTRUCTION AREA K – PHASE 1 43 Planholder(s) found 1255 NOTIFIED SupplierName FullNameEmail Address1 City State Declared Attributes Amici Engineering Contractors Christopher Lazzarichrisl@amiciec.com 10621 SW 139th Street Miami FL ATC Engineering Inc Andy Suarezandy@atcflorida.net2222 NW 14 Street Miami FL Basile USA LLC Luigi Basileinfo@basileusa.com3830 SW 30 Avenue Fort Lauderdale FL Small Business Bob's Barricades John Baldwinjbaldwin@bobsbarricades.com921 Shotgun Rd Fort Lauderdale FL Comtech Engineering Inc.Jose Sierrajsierra@comtecheng.com7900 SW 57 Avenue Miami FL Constructionx LLC Rene Carrenocarreno@constructionxllc.com6690 West 5th Place Miami Lakes FL Core & Main Benjamin Strasserbenjamin.strasser@coreandmain.com 4780 Calamondin Avenue Cocoa FL Coreland Construction Corp.Nestor Hernandeznhern@corelandconstruction.com 13611 South Dixie Highway Miami FL Woman Owned Crosshair Construction LLC Gabriel Martinezgabriel@crosshairconstruction.co2019 Parson St Naples FL David Mancini & Sons, Inc David Jr. Mancinibids@dmsi.co2601 Wiles Road Pompano Beach FL Dodge Data Bonny Mangolddodge.docs@construction.com 4300 Beltway Place, Ste 150 Arlington TX Engineered Coatings Solutions LLC John Blankjblank@ecscoatings.com 888 Boulevard of the Arts Sarasota FL Fj Nugent & Associates Fred Nugentfred@nugentco.comP.o. Box 521925 Longwood FL FLOVAC, INC Michael Pringlempringle@flovac.com15 Utility Drive Palm Coast FL Fortiline, Inc. d/b/a Fortiline Waterworks Fortiline, Inc d/b/a Fortiline WaterworkJulie.cline@fortiline.com 3100 Starmount Park Blvd.CONCORD NC Gencon Partners Inc.Jason Barketestimating@genconfl.com12940 SW 128TH ST Miami FL Gencon Partners Inc.Manuel Rodriguezmanny@genconfl.com8010 SW 198TH ST MIAMI FL Innovative Pipeline Systems Tracey Kennedytwk@inpipesys.com417 W 81ST AVE Merrillville IN JCA Surety Group Jorge Bracamontejb@jcasurety.com1602 Georgia Blvd Winter Park FL Hispanic Owned Jormak Equipment and Consulting Inc.Jorge OliveroJorge@jormakequipment.com13070 SW 210 Terrace Miami FL Lanzo Construction Company James Tilliestimating@lanzo.org125 S.E. 5th Court Deerfield Beach FL 6 Document(s) found for this bid 188 LMK Pipe Renewal Frank Schwartzfrank@lmkpipe.com1131 NW 55th Street Fort Lauderdale FL M&J GENERAL CONTRACTORS CESAR DE LUNAcesar@mjgeneralcontractors.com300 Palermo Avenue CORAL GABLES FL Hispanic Owned, Small Business, Man Con, Inc.Anthony Mancinianthonym@mancon.ws3460 S.W. 11th Street Deerfield Beach FL Metro Equipment Service, Inc.Jorge Fontejfonte@mesinc.us9425 SW 72 STREET Miami FL MTX Group One, LLC Albert Campillocosme@mtxgroupone.com2570 S. park road Hallandale FL Onvia, Inc. - Content Department Content Source Managementsourcingsupport@deltek.com 509 Olive Way, Suite 400 Seattle WA Pabon Engineering Inc Anibal Pabonpipesouth@yahoo.com28705 sw 132 ave Miami FL Pabon Engineering, Inc Emily Cortesecpabon@outlook.com13028 SW 128 ST Miami FL Persant Construction Adrian Othonadrian@persantconstruction.com 13220 SW 132 Avenue, #2 Miami FL Persant Construction Persant Constructionerick@persantcosntruction.com13175 SW 124 Avenue Miami FL Persant Construction Co, Inc Jorge Pernaspersant.patricia@gmail.com 13220 SW 132 AVE unit 2 Miami FL Persant Construction Co.Inc.Jorge Pernascadpersant@bellsouth.net 11865 SW 26 ST,Suite B14 Miami FL RG Underground Engineering, INC Ricardo Gonzalezoffice@rgunderground.com14375 SW 120 ST Miami FL Roadway Construction, LLC Silvio Rubisilvio@roadway-construction.com12391 SW 130 Street Miami FL Hispanic Owned, Small Business Southern Underground Industries Mike Sweeneymikes@southernui.com794 South Military Trail Pompano Beach FL Terra Hyle Contractors, Inc Miguel Ocanamocanasr@terrahyleinc.com2140 South Dixie Hwy Miami FL Hispanic Owned, Woman Owned Trans Florida Development Gilbert Caamanogilbert@transflorida.net13960 SW 144 Ave Rd Miami FL Trans Florida Development Javier Melojmelo@transflorida.net13960 sw 144 ave rd Miami FL Trans Florida Development Corp.Idel Mederosidel@transflorida.net 13960 S.W. 144th Ave. Rd.Miami FL Trans Florida Development Corp.Idel Mederosidel@transflorida.net 13960 S.W. 144th Ave. Rd.Miami FL Trenchless Consulting, LLC Ted Dimitroffted@trenchlessflowline.com 9351 E. Carter School Rd Columbia MO Vercetti Enterprises Danny Vercettidv@vercetti.net7296 SW 48th Street Miami FL Hispanic Owned, Small Business 189 3/4/24, 3:59 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ATCENGI…1/2 Document Number FEI/EIN Number Date Filed Effective Date State Status Last Event Event Date Filed Event Effective Date Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation ATC ENGINEERING INC. Filing Information P16000024001 81-1885592 03/14/2016 03/22/2016 FL ACTIVE AMENDMENT 08/13/2019 NONE Principal Address 2222 NW 14TH ST MIAMI, FL 33125 Changed: 08/13/2019 Mailing Address 2222 NW 14TH ST MIAMI, FL 33125 Changed: 08/13/2019 Registered Agent Name & Address ALVAREZ, ILDELIS 8843 SW 36 ST MIAMI, FL 33165 Officer/Director Detail Name & Address Title P ALVAREZ, ILDELIS 8843 SW 36 ST MIAMI, FL 33165 Title V D C Florida Department of State 190 D.!1/EilON of [; Dl<' P D~E.A'JJD~ff ~ w1 vjfklnl Su.11e of Flvrld.tJ web:,Jte 3/4/24, 3:59 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ATCENGI…2/2 RODRIGUEZ, LUIS 14619 SW 99TH ST MIAMI, FL 33186-6944 Annual Reports Report Year Filed Date 2022 02/04/2022 2023 01/19/2023 2024 02/02/2024 Document Images 02/02/2024 -- ANNUAL REPORT View image in PDF format 01/19/2023 -- ANNUAL REPORT View image in PDF format 02/04/2022 -- ANNUAL REPORT View image in PDF format 01/25/2021 -- ANNUAL REPORT View image in PDF format 02/04/2020 -- ANNUAL REPORT View image in PDF format 08/13/2019 -- Amendment View image in PDF format 06/21/2019 -- Amendment View image in PDF format 02/07/2019 -- ANNUAL REPORT View image in PDF format 03/01/2018 -- ANNUAL REPORT View image in PDF format 01/09/2017 -- ANNUAL REPORT View image in PDF format 03/14/2016 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations 191 2222 NW 14TH ST MIAMI, FL 33125 Current Principal Place of Business: Current Mailing Address: 2222 NW 14TH ST MIAMI, FL 33125 US Entity Name: ATC ENGINEERING INC. DOCUMENT# P16000024001 FEI Number: 81-1885592 Certificate of Status Desired: Name and Address of Current Registered Agent: ALVAREZ, ILDELIS 8843 SW 36 ST MIAMI, FL 33165 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Officer/Director Detail Date FILED Feb 02, 2024 Secretary of State 4176986170CC LUIS O. RODRIGUEZ VP 02/02/2024 2024 FLORIDA PROFIT CORPORATION ANNUAL REPORT Yes Title P Name ALVAREZ, ILDELIS Address 8843 SW 36 ST City-State-Zip:MIAMI FL 33165 Title V Name RODRIGUEZ, LUIS Address 14619 SW 99TH ST City-State-Zip:MIAMI FL 33186-6944 192