Loading...
Res No 130-24-16235RESOLUTION NO. 130.-24-16235 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING AND AWARDING A CONTRACT FOR CONSTRUCTION TO HYCON INVESTMENTS, LLC FOR CONSTRUCTION OF THE RESTROOM- CONCESSION BUILDING AT SOUTH MIAMI PARK PROJECT PURSUANT TO INVITATION TO BID (1TB) NO. PR2024-07 IN AN AMOUNT NOT TO EXCEED $2,560,594.31; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND TO ENTER INTO A CONTRACT FOR THE PROJECT; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. WHEREAS, on May 24, 2024, the City of South Miami (the "City") issued Invitation to Bid No. PR2024-07 ("ITB',) for construction of the Restroom-Concession Building at South Miami Park Project (the "Projece'); and WHEREAS, seven (7) sealed bids were received by the 1TB deadline; and WHEREAS, after review and evaluation of the bids, City Staff determined that Hycon Investments, LLC (the ucontractor,,) was the lowest, responsive and responsible bidder, with a bid for the Project in the amount of$2,133,827.76; and WHEREAS, the City Commission desires to select and award a contract to the Contractor to construct the Project in the amount of $2,133,827.76, together with a $426,766.55 contingency for the Project, for a total amount not to exceed $2,560,594.31 and authorize the City Manager to negotiate and enter into a contract in substantially the form attached hereto as Exhibit "A,, (the "Contracf') with the Contractor; and WHEREAS, the cost of the Project shall be charged to American Rescue Plan Act (ARPA) Account No. 121-2000-572-6550 in the amount of $1,436,721 and the Capital Improvements Program Parks & Recreation AccoWlt No. 301-2000-572-6450 in the amount of $1,123,873.31 (inclusive of a $426,766.55 contingency), 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 residents of the City. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS: Section 1. Recitals. 111at each of the above-stated recitals are hereby adopted, confirmed, and incorporated herein. Res. No. I 30-24-I 6235 Section 2. Selection and Awal'd. That the City Commission hereby selects the Contractor and awards the Contractor the Contract to construct the Project. Section 3. Authol'ization. That the City Commission hereby authorizes the City Manager to negotiate and execute the Contract, in substantially the form attached hereto as Exhibit "A ," with the Contractor to construct the Project in the amount of $2,133,827.76, together with a $426,766.55 contingency for the Project, for a total amount not to exceed $2,560,594.31 , subject to the final approval of the City Attorney as to form, content, and legal sufficiency. The cost of the Project shall be charged to American Rescue Plan Act (ARPA) Account No. 121-2000- 572-6550 in the amount of $1,436,721 and the Capital Improvements Program Parks & Recreation Account No. 301-2000-572-6450 in the amount of $1 ,123,873.31 (inclusive of a $426,766.55 contingency), or such other funding source(s) as determined by the City Manager to be in the best interest of the City. Section 4. Implementation. The Cit y Manager is hereby authorized to take any and all action necessary to implement the Project, the Contract and the pw-poses of this Resolution : Section 5. Corrections. Conforming language or technical scrivener-type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 6. adoption. Effective Date. This Resolution shall become effective immediately upon PASSED AND ADOPTED this 3rd day of September, 2024. ATTEST: CITY CLE READ AND A ROVED AS TO FORM, LANGUAGE, LEGALITY AND EXECUTION THEREOF & ' .. CITY ATTORNEY FMANCOLE APP ~ MAYR COMMISSION VOTE: 5-0 Mayor Fernandez : Yea Vice Mayor Bonich: Yea Commissioner Calle: Yea Commissioner Liebman : Yea Commissioner Corey : Yea Page 2 of 2 CONTRACT FOi{ CONSTRUCTION THIS CONTRACT fi'OR CONSTRUCTION (this "Contract") is made this I Z.~~ day of I O c +ob-er:: L 2024 (the ''Effective Date") by and between the CITY OF SOUTH MIAMI, FLORIDA, a Florida municipal corporation, (the "City"), and HYCON INVESTMENTS, LLC, a Florida limited liability company (the "Contractor"). WHEREAS, the City issued Invitation to Bid No. PR2024-07 (the "lTB") for constrnction of the Restroom-Concession Facility Building at South Miami Park (the "Project"), which 1TB is incorporated herein by reference and made a purl hereof as Exhibit "A"; and WHl~IU~AS, in response to the City's 1TB, the Contractor submitted a hid for the Project ("Bid"), which Bid is incorporated herein by reference and made a pai1 hereof as Exhibit "B"; and WHEREAS, Contractor submitted the lowest, responsive and responsible bid in the amount of $2,133,827.76 in response to the 1TB and was selected and awarded this Contract pursuant to Resolution 130-24-16235 ~ 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 fo11h in this Contract. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Contractor and the City agree as follows: l. SCOPE OF WORK l. 1. Scope of Wo.-1<. 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 1TB, the Contractor's Bid attached hereto as Exhibit "B" approved constrnction Plans and Technical Specifications prepared by EAC Consulting (the "Project Consultant'1) attached hel'eto as Exhibit "C" (the "Plans") and any other documents incorporated herein by reference and made a part of this Contract for the following Project: RESTROOM-CONCESSION FACILITY BUILDING AT SOUTH MIAMI PARK 1.2. Pre-Constmction Confc.-encc. 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 Contractol', 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. l. Schedule must identify the schedule for each location comprising the Project. The proposed Project schedule must be submitted within ten ( I 0) calendar days from the date this Pagel of39 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. 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 Prqject Schedules must be prepared in Microsofi Prqject 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 fommt. 1.4. Rccol'ds. 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 col1'ect and accurate, including the actual location of all infrastrncture, 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 uppurtcnances 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 or 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 clrnwings. 1.4 .1.9. Specifications and Addenda: Legibly mark each section to record: 1.4.1.9.1. Manufacturer, trade name, catalog number nnd Supplier of each product and item of equipment actually installed. Page 2 of39 J .4. I .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. I .4.1.10.1. As-built documents must be updated monthly as a condition precedent to payme11t. A final survey signed and sealed by a surveyor must be provided to the City at no additional cost, including digital I (CAD and PDF) versions. l.4.1.10.2. For construction of new building, or building additions, field improvements, and or roadway improvements, us-built drawings must be signed and scaled by a Florida Licensed Registered Land Surveyor. t .4.2. H.ccord Set. Contractor must maintain in a sate place one record copy and one permit set of the Contract Documents, including, but not limited to, all Drawings, Specifications, amendments, COs, RFis, and lield directives, as well as all written interpretations and clarifications issued by the Project Consultant, in good order and annotated to show all changes mude dming 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 lo adapt the Work lo 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 ce11ify 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 Jiles. 1.4.3. Constrnction Photog1·aphs. Prior lo 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 lo 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 IO'' 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 clem·ly identifying the name of the Project, the name of the Contractor, and the timeframe in which the pictmes 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 lo be submitted in clear plastic sleeves that can be added to the binder. The three-ring binder musl be of such size to be ublc to hold ull print pictures. 1.5. Staging Site. 1.5. 1. The Contractor is solely responsible for making all anangements for any staging site(s) that may be necessary for the performance of the Work and the Contractor is responsible for Page 3 of39 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.S.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 Pr~ject. 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 pennits 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. Pm·chase and Delivery, Storage and Installation. All materials must be F.0.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 delive1y. 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 FOOT), Miami-Dade Cmmty, and local laws, mies and regulations. No materials will be stored on- site without the prior written approval of the City. 1.7. Appro,•al of Subcontr·actors, 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 appmval 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. Proicct Signagc. Contractor must furnish and install two (2) Pr~jecl signs nt the Pr~ject Site in accordance with the requirements provided by the Project Consultant or the City as applicable. 2. CONTRACT TIME 2.1. Contractor shall be instrnctcd to commence the Work by written instructions in the fonn 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 oflhe essence throughout this Contract. The Contractor shall prosecute the Work with faithfulness and diligence and the Work shall be substantially completed within 270 calcndnr dnys from the date specified in the Notice to Proceed ("Contrnct Time"). Substantial Completion shall be defined for this purpose as the date on which City receives beneficial use of the Project. The Wol'k shall be fully completed in accordance with the Contmct Documents within 300 calendar days from the dnte specified in the Notice to P1·occcd ("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 Page 4 of39 T- Contraclol' has delivel'ed 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, Contractol' shall pay to City the sum of $2,650 fol' each calendar day aftel' the expiration of the Contract Time that the Contractol' fails to achieve Substantial Completion up until the date that the Contractol' achieves Substantial Completion. Upon failure of Contractol' to fully complete the Work and achieve Final Completion within the Final Completion Time, Contractor shall pay to City the stun of $2,650 for each calendar day aftel' 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 foll beneficial occupancy and use of the Project as required. Liquidated damages arc hereby fixed and agreed upon between the pm1ics 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 mnount of said excess. 3. CONTRACT PIUCE AND PAYMENT PllOCEDUlmS 3.1. Guarnnteed Maximum Pa·ice. The City shall pay the Contractor an amount not to exceed $2,133,827.76 for the pel'formance 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 sel'vices, 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 pat1ies 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 or schedule of values within ten ( l 0) 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 ftn1her breakdown aller review of the Contractor's submittal. The City reserves the right lo 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 he 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 Page 5 of39 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 afte1· receipt of the Pay Application. Any rejection shall specify the applicable deficiency and necessary corrective action. Any undisputed portion shull 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 I 0111 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 Prqjcct 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 01· 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 conditional releases or waivers of lien by the Contractor, material suppliers, subconlractors, 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 nnd 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. Finni 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 Page 6 of39 Cily'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 1·equired 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 atl1davits 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. Al 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 all or a portion of a portion any payment, including a final payment, for application to such extent as may be reasonably 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 llml the amount withhelu shall be limited lo 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; Page 7 of39 3.6.3. The Contractor fails lo 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 can-y oul 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. Pnymeut to Sub-Contractors; Certification of Payment to Subcontractors. The tenn "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 relainage 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 E11ginee1·ing. 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 difierence 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 he adjusted in accordance with any Cost Savings through a Change and the Schedule of Values shall also he revised lo reflect the new Contract Price. Page 8 of39 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 m1d 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 rm and any Bidding Documents or procurement documents for the Project, the Contractor's Bid for the Project (including the Schedule of Bid ltcms- 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 sul~ject 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 ofa 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: ARPA Addendum; 4.4.3. Third Priority: This Base Agreement; 4.4.4. Fourth Priority: Exhibit "C," the Plans and Technical Specifications; 4.4.5. Fifth Priority: Exhibit "A," the 1TB; 4.4.6. Six.th Priority: Exhibit "B," the Bid; and 4.4.7. Seventh Priority: Contrnct Documents, excluding this Base Agreement and Exhibits listed in this Section. 5. INDEMNIFICATION Page 9 of39 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 hut not limited to legal fees and costs and through appeal, arising out 01: 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 destrnction 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 pmsuant to this Contract, including payment of reasonable attorneys' fees and costs in the defense of any claim made under the rair Labor Standards Act , Title VII of the Civil Rights Act of 1964, the Age Discriminntion in Employment Act, the Americans with Disabilities Act or any other employment relale<l 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 oflnsurance shall be provided to the City, reflecting the City as an t\clditional Insured, no later than ten ( I 0) days atler 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. I. I. 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, Page 10 of39 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: I 11 t ps : //www, tlJ y 11( 1ridnc f< ,. con 1/ I )iv is inn/ wc /l I uh I icut ion~ Fom1 s Mun uul s R eru ,rts/B re 1c hurc s/Ke y-Co vcrugc-1111d -Eligihilit y.p<lf. Exemptions may be applied for onlinc through the Florida Department of Financial Services, Division of Workers' Compensation at: hit 1s://www.m tluri ducfo.com/D ivi s ion/w c/Em 1lu cr/Exc m 1lio ns/dt! illll t.htn . 6.1.1.3. Ausiness Automobile Liability with minimum limits of $1,000,000 per Occmrence, 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 Insmance Services Office, and must include Owned, Hired, and Non-Owned Vehicles. 6.1.1.4. Builder's Risk property insmance upon the entire Work to the full replacement cost value tht!reof. 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 thal 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. <,.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 ce11ificates required by this Section remain in full force nncl effect for the durntion of this Contrnct, including nny extensions or renewals that may be granted by the City. The Certificates oflnsurance 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 ce11ificd copy of such policies, upon written request by the City. !fa policy is clue to expire prior to the completion of the Work, renewal Page 11 of 39 Certificates of Insurance shall be furnished thirty (30) calendar days prior to the elate of their policy expiration. Each policy certificate shall be endorsed with a provision that not Jess than thirty (30) calendar days' written notice shall be provided to the City before any policy or coverage is cancelled or restricted. Ac.ceptance 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 scverability 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 lo City the Bonds required to be provided by Contractor hereunder (the bonds reforenced 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 he 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 smety, all of which must be satisfactory to City. As authorized by Section 255.05(1)(a), Florida Statutes, Ir this Project is exempt from posting of n puyment nnd pcrfomumcc hond, 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: Page 12 of 39 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, perfonnance or fumishing of the Work. 7. I. 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 necessmy 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 al or near the site. Contractor has obtained and carefully studied (or assumes responsibility for having done so) nil such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsmface 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 uny aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contracto1· and safoty 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 he performed by the City and others at the site that relates to the Work as indicated in the Contract Documents. 7. l. 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. l .7. Contractor has given City written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents an<l the written resolution thereof by City is acceptable to Contactor, and the Contract Documents arc generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7. I. 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 Page 13 of39 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 recovcn• for changed ma1·kct conditions. 7.2.1. In entering into the Contract, Contractor represents and warrants that it has accounted for any nnd 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 "Murket 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 sho11ages, associated with the following events: (I) 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 wan-ants that in determining time requirements for procmement, 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 und 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 failme by the Contractor to comply with the requirements of this Section. 7.3. Contractor warrants the following: 7.3.1. Anti-Disc1·imination. 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 docs 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, lo 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. Contrnctor 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 Page 14 of 39 County, City, or other governmental or regulatory entity. Contractor acknowledges that it is the obligation of Contractor to obtain all licenses t'equired 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. Pe1·mits. 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 pem1it 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 detective Work or to make any necessary repairs in accordance with the requirements of the Contract Documents within a reasonable time indicated in writing by the Cit)' or its clesignee, City shall have the authority to cause the detective Work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incmrcd by City in making such removals, corrections 01· repairs, shall be paid for out of any monies due m 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. rt: within three (3) years aner the date of substantial completion, any of the Work is found to be defective or not in accordance with the Contract Docmnents, 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 oflimitation 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 nnd 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 Page 15 of39 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 perfonn 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 can)' on the Work in an acceptable manner, the City shall provide the Contractor a Notice of Intent to Terminate this Agreement and provide the Contractor a ten (10) day opp011m1ity to cure any and all deficiencies. If the Contractor foils to cure the deficiencies within the ten ( 10) day opportunity to cure, the City may tenninate this Agreement immediately for cause, exclude the Contractor from the Project site, provide for alternate prosecution of the Work, appropriate or use any 01· all materials and equipment on the Pr~ject 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 frn1her 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. 8.4. Termination Due to Lack of Funding. This Contract is subject to the conditions precedent that: (i) City fonds are available, appropriated, and budgeted for the Work, the Prqject, and/or Contmct Price; (ii) the City secures und 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, Page 16 of39 costs of acceleration or inefficiency, arising because of delay, dismption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interfet·cnce 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. WaivcrofConscm1cntlal 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 pr~jccts 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 prnceed 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 WOIU( 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 quuntity 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") apprnved 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 Pr~ject Consultant with a detailed Request for Change Order ("RCO") in a fom1 approved by the City, which must include the requested revisions to the Contract, including, but not limited to, adjustments in the Contract Ptice and/or Contrnct Time. The Contracto1· 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 supp011 the RCO. If applicable, the RCO must include any schedule revisions accompanied by an explanation of the cost impact of the prnposed 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. Page 17 of 39 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 necessmy 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.l. 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 clone 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. Wah•er of ,Jury T1·ial. 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.S. 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 Page 18 of39 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 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 me required by applicable law shall be deemed to be incorporated herein. 10.7. Examination and Retention of Contractor's Records. 10.7. t. 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 hooks, 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 Pr~ject. 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 su~ject to the provisions of Chapter 119, Florida Statutes. 10.8. Authol'ized Rcurcscntativc. 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 al 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 arc all subject lo 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 lo any Work under this Contract. The Contract Price and any agreed variations Page 19 of39 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 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 hmm 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 safoty 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 nnd Work in a neat, clean and sanitary condition al all times. Contractor shall assure that subcontractors performing Work comply with the foregoing safoty requirements. 10.12. Cleaning u,,. Contractor shall, at all times, at its expense, keep its Work areas in a neat, clean and safe condition. Upon completion of any po11ion of the Work, Contractor shall promptly remove all of its equipment, construction materials, tempora1y 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 pennit any mechanic's, laborer's or materialmen's lien to be filed against the Project site 01· 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 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. Page 20 of39 10.14. Public Entity Crimes Affidnvit. 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, pmchasing policies and other similar administrative procedures, applicable lo 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 lo 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 <luring 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 Contrnctor's performance under this Contract. The City Manager or her designee shall, dming the term of this Contract und for a period of five (5) years from the date of termination of this Contract, have access to and the right lo 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 .070 I, Florida Statutes. Contractor shall ensure that public records that arc exempt or confidential and exempt from public records disclosure requirements arc not disclosed, except as authorized by law, for the duration of the Contract, and following completion of the Contract until the records arc 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, nny 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. l 0. 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) Page 21 of39 days. All such records stored electronically by Conlrnctor shall be delivered lo the City in a formal lhal 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 nil records are received as provided herein . 10.17.7. Contractor's failure or refusal to comply with the pmvisions of this section shall result in the immediate termination of this Contract by the City. 10.17.8. Notice Pua·suant to Section 119.070H2)(a), Flol'ida 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: Nkenga "Nikki" Payne, CMC, FCRM 6130 Sunset Drive South Miami, FL 33143 305-663-6340 N Pa y nc@southmlamifl.go,, 10.18. E-Vel'ify 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-Vcrify 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-Veri fy 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: hll 1s://www .c-vcri r '. •ov /fa /hm v-do-i-) ovi dc-mx1 r-ur-m ,_ ,m·1il.:i mt iu11c nro llmc nt-i11 -c-vc ·if ·. 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 hut not limited lo 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 Conlruct only lo the extent of any connicl with same. These provisions arc particular to a given trunsnction and arc transaction specific: 11.1. Unsatisfncto1:y Pel'sonncl. Page 22 of39 11.1.1. Contractor must al all times enforce strict discipline and good order among its employees and subcontractors at the Projcct(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. t t.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 Subcontract01· engaged by the Contractor to provide and perfonn services or Work pursuant to the requirements of the Contract Documents. The Contractor must respond lo 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 detennination as to the removal of unsatisfacto1y 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 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 perfonn Work beyond the time and days provided above without the prior written approval of the City. 11.3. Maintenance ofTa·affic. 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 fu11her stated herein. The manual on Uniform Trame Control Devises for Streets and Highways (U.S. Department of Transportation, FHW A), 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 ha7.ards 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 plun for review. The City may require revisions to the propost:d 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 foes, 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 appm1enances, 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 nncl documentation to the Project Consultunt to ullow 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. 1 l.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 Page 23 of39 hurricane watch or warning, the Contractor, al no cost to the City, must lake all precautions necessaiy 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 speci fie severe weather event or alert precautions will not constitute additional work. Suspension of the Work caused by a threatened or acntal 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 Coronavirns 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 fut1her detailed in the ARPA Contract Conditions. If compliance with the ARPA Addendum is required, the City shall select this box: 181. lt.8. Grant Funding. The Contractor ncknowledges 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 If the Work will be funded utilizing Grant funds, the City shall select this box:□. 11.9. DBE Contrnct 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 cany out all applicable requirements of 49 CFE Parl 26 in the award and administration of this Contract. Failure by the Contractor to cany out these requirements is u material breach of this Contract, which may result in the termination of this Contrnct or such othc1· remedy ns the City deems appropriate. I 1.10. Scrutinized Companies. 11.10.1. Contractor certifies that it and its subcontractors are not on the Scrntinized Companies that Boycott Isrnel List. Pursuant to Section 287. 135, F .S., the City may immediately terminate this Agreement at its sole option if the Contractor or its Page 24 of39 -==r✓=-- subcontractors arc 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 aJliliates, 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. Page 25 of39 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year as first stated above. By: Genaro City Manager Attest: e,KJ<,.. By: -1-~ai.-------=...::..:=-..;~~la!,,(![=-:... __ Nke1 , , City Approved as to form and legal sufficiency: City Attorney Addresses for Notice: Genaro "Chip" Iglesias City of South Miami Attn: City Manager 6130 Sunset Drive South Miami, FL 33143 305-668-25 IO (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) By: __ --+-....,....,-7"----------- Name: ~1! . .V\ Y\, \) M VTLt:J:.. Title: ·~GEfA) Entity: Hyc:o..,,-bVJ:}D, Addresses for Notice: ' ENl.l(\>' \) £. 6 rl-l\\\ir, ·1 (l.."D , • .,_, 1. N, ])\::.pT . ns 5 \A J )Tl-) ~;T .sTE I,,~ J I G J ?-r; 15 -3 1 :VI (telephone) Av •~l./' G \·\ '(-AV\D\TL!D,l'4...,(email) With a copy to: 'fi:_7_1, f\ ~ v D M V "il=v ~,h'h ~-l2PE ]A1z.P.'Y\S . )'-]5 5 W 1.T>-/ '5 1 5T£, I -~ I} (,.}"-) -<t 15-3 J 1 11 . (telephone) rJ.. i?i,..( 1v 'v\)G 1-1 y CQ1.tJVI IL>. (email) ~-~ Page 26 of39 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 e·nter into a contract unless each pm1y to the contract registers with and uses the E-Verify system. The contracting entity must pl'ovide of its pl'oof of enrollment in E-V el'if)•. For instructions on how to provide proofofthe contracting entity's participation/enrollment in E-Verity, please visit: htt ,s://w ww.c -verif '.gov/fuq/hmv -do -i-provide -proof-of-my -purticipntloncnrollmcnt-in-c-vcrlfy 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 • • ucling but not limited to obtaining E-V crity affidavits from subcontractors. iiq Check here to confirm proof of enrollment in E-Verify I 11 G.,y httii I \. Title: • _______ _,_ _____ _ Print Name: f\r iccnn<\ Mo n(J c__ Entity Name: ------1J_...[p""-· ....:.....n -'--])"""""'-\)-1,.._\_D_._ ACKNOWLEDGMENT State of Florida County of HIAt:11 1)AOE The foregoing instrnment was acknowledged before me by means of 41ysical presence or D onlinc notariz.ation, this lb{_ day of OC 7of3eR. , 20~, by 'FE/2/Jl\JJDo H v (t.Zt (name of pe rson) as 'j?{lJN C./ PA L (type of authority) for /-/'/ COJJ P.VJLJ) (name of party on behalf of w 10111 instntmcnt is executed). Notary Publlc State of Florida Enrique lgnaolo GIi II My Commlulon HH 527910 Expires 5/16/2028 / Personally known to me; or ___ Produced idcntilicution (Type of Identification: ____________ ) ___ Did take an oath; or ___ Did not take an oath Contract No .: XX-XX E-Verify Affidavit AMERICAN RESCUE PLAN ACT ADDENDUM TO CONTRACT FOR CONSTRUCTION BETWEEN THE CITY OF SOUTH MIAMI AND HYCON INVESTMENTS, LLC THIS ADDEND UM tl the Contract for Construction (the "Addendum") is entered into as oftheO day of ! _2024 (the "Effective Date of this Addendum"), by and between the CITY OF SOUTH MIAMI, a Florida municipal corporation, (the "City") and HYCON INVESTMENTS, LLC, a Florida limited liability company (hereinafter, the "Contractor"). Collectively, the City and the Contractor are referred to as "Parties." WHEREAS, on I I the City entered into a Contract for Construction (the "Contract") with the Contractor for construction of the Restroom-Concession Facility Building at South Miami Park (the "Project"), as further defined in the Contract; and WHEREAS, on March 11, 2021, the federal govenunent adopted the American Rescue Plan Act ("ARPA"), which, among other things, provides local governments with emergency C0VID-19 funding; and WHEREAS, the City desires to utilize ARPA funding to implement the Project; and WHEREAS, in order to utilize ARPA funding for the Project, the City desires lo incorporate federally required contract provisions relating to ARPA into the Contract, as set forth in this ARP A Addendum; and WHEREAS, the City an<l Contractor wish to modify the tenns of the Contract 111 accordance with the terms and conditions set forth in this ARPA Addendum. NOW, THEH.EFORE, for and in consideration of the mutual promises set forth herein, the City and Contractor agree as follows: 1 1. Recitals Incorporated. The above recitals are true and correct and incorporated herein. 2. American Rescue Plan Act Provisions. The Contract is hereby amended by adding the following provisions to the Contract: 2.1.Mandatcd Federal Contract Conditions. 2. 1.1. In connection with the perfom1ance of this Contract, Contractor acknowledges that compensation for the Project services under this Contract shall be fully or pru1ially funded using the Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act. As such, Contractor shall comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by the American Rescue Plan Act, including, 1 Coding: StrlkeH1re11gll WQfQS are deletions to the existing words. Underlined words are additions to the existing words. ('ily ofS1111lh Miami. Ft. l'ag.: 29of39 bul not limited to the following documents and guidelines, which are incorporated herein and made a part of this Contract: AH.PA Exhibit 1.Unifotm Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR Part 200), as applicable and as may be amended from time to time; ARPA Exhibit 2.The U.S. Depai1ment of the Treasury's Final Rule governing ARPA, dated January 27 , 2022; ARPA Exhibit 3.U.S. Depai1ment of the Treasury Coronavirus State and Local Fiscal Recovery Funds Award Te1ms and Conditions (Assistance Listing Number 21.019); ARPA Exhibit 4.The U.S. Deparlment of the Treasury's Coronavirus State and Local Fiscal Recovery Funds Frequently Asked Questions, dated April 27, 2022; ARP A Exhibit 5.American Rescue Plan Act Coronavirus Local Fiscal Recovery Fund Contract between the City and the State ofFlorida, Division of Emergency Management; ARPA Exhibit 6.The U.S. Department of the Treasury's ARPA Compliance and Reporting Guidance, dated June 17, 2022; and ARPA Exhibit 7.Assurances of Compliance with Civil Rights Requirements. A copy of the above-referenced documents are available for inspection by the Contractor at the Office of the City Clerk and at the following City link : h1tps ://§ou1hm iamll1,o\·• 1!.!Y .sh urepoin t.co m/n crsonul /sku lick southmjami n uo y/ layou ts/I 5/oncdriv c.a~px'l ld:a %2Fpcrsonal%2f skulick%S Fs11 1t h n iwn ' 1%5 F11uv%2 :oocumcnts%2FA RP/\%20Ar • eemc nts%20an<l %20Oocs& •a = I 2.1.2. Title VI Requirements. Contractor acknowledges that the City has certified compliance with Title VI of the Civil Rights Act of 1964 to the U.S. Department of the Treasury on the form incorporaled herein as ARPA Exhibit 7. Towards that end, Contractor shall ensure that performance of work in connection with this Contract complies with the ce11ifications and requirements contained in ARPA Exhibit 7 and shall also adhere to the following provisions: ( l) The Contractor and its subcontractors, successors, transferees, and assignees shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding from a program or activity, denying benefits of, or otherwise discriminating against a person on the basis of race, color, or national origin (42 U.S.C . § 2000d ct seq.), as implemented by the Department of the Treasury's Title Vl regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this Contract. Title V[ also includes protection to persons with "Limited English Proficiency" in any program or activity receiving federal financial assistance, 42 U.S.C. § 2000d et seq., as implemented by the Depmtment of the Treasury's Title VI regulations, 31 Cf'R Part 22, and herein incorporated by reference and made a part of this Contract. --Ci ly of 1io111h Miam i. l'I. l'ugc 30 of39 T-- (2) Pursuant to 44 C.F.R. §§ 7 and 16, and 44 C.F .R. § 206.11, and that the Contractor shall undertake an active program of nondiscrimination in its administration of the Work under this Contract. 2.1.3. Americans with Disabilities Act Requirements. The Contractor agrees to comply with the Americans with Disabilities Act (Public Law 101-336, 42 U.S.C. §§ 12101 et seq.), which prohibits discrimination by public and private entities on the basis of disability in employment, public accommodations, transportation, State and Local government services, and telecommunications. Additionally, Contractor agrees to comply with Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. §§ 3601), which prohibits discrimination against individuals on the basis of discrimination under any program or activity under this Contract. 2.1.4. Age Discrimination Act o(/975. Contractor shall comply with the requirements of 42 U.S.C. §§ 6101 et seq., as amended, and the Treasmy's implementing regulations (31 CFR Part 23), which prohibits the discrimination on the basis of age in programs or activities under this Contract. 2. 1.5. Protections for Whistleblowers. (I) In accordance with 41 U.S.C. § 4712, Contractor may not discharge, demote, or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below, information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant, a gross waste of federal funds, an abuse of authority relating to a federal contract or grant, a substantial and specific danger to public health or safety. or a violation of law. rule, or regulation related to a federal contract (including the competition for or negotiation of a contract) or grant. (2) The list of persons and entities referenced in the paragraph above includes the following: i.A Member of Congress or a representative of a committee of Congress. ii.An Inspector General iii.The Government Accountability Office. iv.A Federal employee responsible for contract or grant oversight or management at the relevant agency. v.An authorized official of the Depm1ment of Justice or other law enforcement agency. vi.A court or grand jury. vii.A management official or other employee of the Contractor, subcontractor, the State of Florida, or the City who has the responsibility to investigate, discover, or address misconduct. City of South Minmi, FL PngcJI uf39 (3) The Contractor shall inform its employees in writing of the rights and remedies provided under this section, in the predominant native language of the workforce. 2.1.6. Compliance with Immigration and Nationality Act (INA). Contractor hereby certifies that it does not knowingly employ unauthorized alien workers in violation of the employment provisions contained in 8 USC Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act ("INA")]. 2.1.7. Seat Belts Required. Pursuant to Executive Order 13043, 62 FR 19217, Contractor shall adopt and enforce policies or programs that require employees to use seat belts while operating or traveling on vehicles owned, rented, or personally owned by the Contractor and its employees while performing the Work. 2.1.8. Texting While Driving Ban. Pursuant to Executive Order 13513, 74 FR 51225, Contractor shall adopt and enforce policies that ban text messaging while driving and workplace safety policies designed to decrease accidents caused by distracted drivers. 2.1.9. Publication. Contractor shall obtain approval from the City in writing prior to issuing any publications in connection with this Contract. If approved by the City, the Contractor shall include the following language in any and nll publications issued: 'This Project is [being funded/was supported] in part by federal award number (FAIN) [Inse11 Project FAIN] awarded to City of South Miami by the U.S. Department of the Treasury." 2.1.10. Reporting Conflict of!nterests. Contractor agrees to disclose in writing to the City, U.S. Department of the Treasury, and the State of Florida, as appropriate, any potential conflicts of interest affecting the use of funds awarded under the American Rescue Plan Act in accordance with 2 CFR 200.112. 2.2. Compliance with Uniform Administrative Requirements, Cost Pl'inciplcs, and Audit Re<1uiremcnts for Federal Awards (2 CFR Part 200). In accordance with the Final Rule and other guidelines provided in connection with the American Rescue Plan Act, Contractor shall he subject to the federal Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards under 2 CFR Part 200, including, but not limited to: 2.2.1. Equal Emplo)'lnent Opportunitv Compliance. During the performance of this Contract, the Contractor agrees as follows: (I) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race. color, religion. sex. sexual orientation. gender identity. or national origin. Such action shall include, but not be limited to the following: a. Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; b. layoff or termination; City of South Miami. FL l'agc 32 of 39 ~ .,....__ c. rates of pay or other fonns of compensation; and d. selection for training, includ_ing apprenticeship The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting fo11h the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee 01· applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a pmt of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor wi II comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the U.S. Secretary of Labor. (6) The Contractor will furnish all infommtion and reports required by Executive Order I 1246 of September 24, I 965. and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the U.S. Secretary of Labor for purposes of investigation to ascertain compliance with such mies, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled. terminated, or suspended in whole or in part and the Contractor may be declared ineligible for ftu1her Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the U.S. Secretary of Labor, or as otherwise provided by law. City ofSoulh Miami, Fl. l'a~c 33 of39 (8) The Contractor will include the portion of the sentence immediately preceding paragraph (I) and the provisions of paragraphs (I) through (8) in every subcontract or purchase order wlless exempted by rules, regulations, or orders of the U.S. Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor 01· vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 2.2.2. Contract Work Hours and Sale.Iv Standards Act Compliance. During the performance of this Contract, the Contractor shall comply with the provisions of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701 through 3708), including as follows: (I) Overtime l'equil'ements. No Contractor or subcontractor contracting for any part of the Contract Work which may require or involve the employment oflaborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation al a rate not less than one and one- half times the basic rate of pay for all homs worked in excess of forty hours in such workweek. (2) Violation: liabili01.for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (I) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States, for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (I) of this section, in the sum of$ IO for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (I) of this section. (3) Withholding for unpaid wages and liquidated damages. The City shall upon its own action or upon written request of an authorized representative of the U.S. Depat1ment of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same Contractor. or any other federally-assisted contract su~ject to the Contract Work Hours and Safety Standards Act. which is held by the same Contractor, such sums as mny be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (I) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The l'ily of South Miami, FL l'ngc 34 of39 Contractor shall be responsible for compliance by any subcontractor or lower lier subcontractor with the clauses set forth in paragraphs (I) through ( 4) of this section. 2.2.3. Clean Air Act Compliance. During the performance of this Contract, the Contractor shall comply with the provisions of Clean Air Act (42 U.S.C. § 7401 et seq., as amended) and specifically agrees as follows: (I) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.§ 7401 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the Environmental Protection Agency Region 4 (Southeast) Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $ I 00,000 financed in whole or in part with Federal assistance in connection with this Contract. 2.2.4. Federal Water Pollution Control Act Compliance. During the perfonnance of this Contract, the Contractor shall comply with the provisions of Federal Water Pollution Control Act (33 U.S.C. § 1251 et seq., as amended) and specifically agrees as follows: (I) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 lJ.S.C. 1251 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, reporl each violation as required lo nssure notification to the Environmental Protection Agency Region 4 (Southeast) Office. (3) The Contractor agrees lo include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance in connection with this Contract. 2.2.5. Debarment and Suspension Compliance. During the performance of this Contract, the Contractor warrants that Contractor or its subcontractors are not debarred, suspended, or otherwise ineligible for contract awards under Executive Orders 12549 and 12689. Contractor shall comply with the following provisions: (I) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180, the U.S. Department of the Treasury's implementing regulations at 31 CFR Part 19, and 2 C.r.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined ul 2 C.F.R. § 180 .940) or disqualified (defined nt 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, suhpm1 C and 2 C.F.R. pt. 3000, subparl C and must include a requirement to comply with lhese regulations in any lower tier covered transaction it enters into. Cil)' 111' South Miami, Fl. 1't1l(C 35 uf39 T- (3) This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpa11 C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The Contractor agrees to comply with the requirements of2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C throughout the period of this Contract. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions. (5) Contractor certifies that they: i. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a Federal depa11ment or agency; ii. Have not, within a five (5)-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under 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. iii. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity (Federal, State or Local); and iv. Have not, within a five (5)-year period preceding this Contract, had one or more public transactions (Federal, State or Local) terminated for cause or default. If the Contractor is unable to obtain and provide such certification, then the Contractor shall attach an explanation to this Contract as to why not. 2.2.6. Bw·d Anli-Lobhying Amendment (31 U.S.C. f 1352, as amended). During the performance of this Contract, the Contractor and its subcontractors shall comply with the provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352, as amended). Specifically, Contractor represents and warrants as follows: (I) No Funds received by the Contractor under this Contract have been paid or will be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan. the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any monies, other thnn Funds received by Contrnctor under this Contract, have been paid or will be pnid to nny person for influencing or attempting to influence an omccr or employee of any agency, a l 'ily ofSoulh Miami. Fl . l'ngc 36 of 39 Member of Congress, an officer or employee of Congress, or an employee of n Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. (3) The Contractor shall require that this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all such sub-recipients shall certify and disclose accordingly . (4) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by the Byrd Anti- Lobbying Amendment (31 U.S.C . 1352). Any person who fails to file the required certification shall be subject to a ci vii penalty of not less than $ l 0,000 and not more than$ I 00,000 for each such failure. 2.2.7. Copeland "Anti-Kickback" Act. During the performance of this Contract, the Contractor and its subcontractors shall comply with the provisions of the Copeland "Anti- Kickback" Act as follows: (1) The Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. part 3 as may be applicable, which are incorporated by reference into this Contract. (2) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the federal government may by appropriate instructions require, and also a clause requil'ing the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3) Breach. A breach of the contract chtuses above may be grounds for termination of this Contract, and for debannent as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. 2.2.8. Procurement o(Recovered Materials. Contractor shall comply with the provisions of2 C.F.R.323. including Section 6002 of the Solid Waste Disposal Act. Towards that end, in the performance of this Contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items, unless the product cannot be acquired: (I) competitively within a timeframe providing for compliance with the contract performance schedule; (2) meeting contract performance requirements; or (3) at a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines web site, b1Jp s://www.c 1u. •ov /smm/com rehensi vc rocurcmcnt-•uiddinc-c ,_ ro mm . 2.2.9. Domestic Preferences for Procurements. To the greatest extent practicable, Contractor and its subcontractors shall provide preference for the purchase. acquisition, or use City of South Minmi. Fl. l'ngc 37 ul'J9 of goods, products, or materials produced in the United States, in accordance with 2 CFR 200.322, "Domestic preferences for procurements." 2.2.10. 2 CFR Subpart F -Audit Requirements. Contractor shall assist the City in complying with the audit requirements under 2 CFR Subpai1 F -Audit Requirements ("Federal Audit Provisions") and the reporting requirements of the U.S. Department of the Treasury's Final Rule, as amended, and other guidelines issued in connection with the American Rescue Plan Act. (1) Contractor shall assist the City in complying with the Federal Audit Provisions by providing the City, the State of Florida, the U.S. Department of the Treasury, the Treasury Office of the Inspector General, the Government Accountability Office, or other federal government entities, and any of their duly authorized representatives, access to personnel, accounts, books, records, supporting documentation, and other information relating to the performai1ce of the Contract or the Work ("Documentation") necessary to complete federal audits. Contractor shall promptly assist the City in the event Documentation must be supplemented to address audit findings or other federal inquiries . (2) Contractor shall keep all Documentation up-to-date throughout the performance of this Contract and the Work. Contractor shall provide the City with all Documentation for each fiscal year by October I of each year or within five days of the completion of the Work, whichever occurs first. Contractor shall assist the City in complying with additional guidance and instructions issued by the U.S. Department of the Treasury governing the reporting requirements for the use of American Rescue Plan Act Coronavirus State and Local Fiscal Recovery Funds. 3. Conflict; Addendum Prevails. In the event of any conflict or ambiguity between the terms and provisions of this Addendum and the terms and provisions of the Contract, the terms and provisions of this Addendum shall control. 4. Contract Ratified. Except as otherwise specifically set forth or modified herein, all terms in the Contract are hereby ratified and affirmed and shall remain unmodified and in full force and effect in accordance with its terms. 5. Defined Terms. All initial capitalized terms used in this Addendum but not otherwise defined herein shall have the same meaning ascribed thereto in the Contract. 6. Counterparts. This Addendum may be executed in counterpm1s, each of which shall be deemed an original, but all of which, when taken together , shall constitute one and the same instrument. An executed facsimile or electronic copy of this Addendum shall have the same force and effect as an original hereof. (Remainder of page intentionally left blank. Signature pages follow.) City of~nuth Miami . Fl. l'ngc 38 of 39 IN WITNESS WHEREOF, the parties hereto have caused this Addendum to bee the day and year as first stated above. TH MIAMI By: Genaro "Ch " Iglesias City Manager Attest: S)F)IJ\A'fi C'\'T"( Q..&<..l(.. By: R)vt,. Q\"'f Nke ne, CMC, FCRM City By:.......,,:-:p,J_~~~~e::..L..-____ _ w Cit 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@southmiamitl.gov (email) With n copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: Lillian Arango, Esq. City of South Miami Attomey 2800 Ponce de Leon Boulevord, Suite 1200 Coral Gables, FL 33134 larango@wsh-law.com (email) City of South Miami. Fl. Title: --+-~--=:.......,.;::c.._-a--'--------- Entity: H y u)JA _ t,))Ll P. ..,..G"'-'-1 -'-{ ..... ·Q~f:._-°'_-~3~J~i~l/'""""'.~---<telephone) ___________ (facsimile) ___________ (email) ... b'-'--J1--'---~f~-~-~--f-'-' ___ (telephone) ___________ (facsimile) ___________ (email) l'ngc 39 of 39 EXHIBIT A TIU nr,·tu· l'l.f,\SA,r 11\1'-l, CITY OF SOUTH MIAMI INVITATION TO BID (1TB) No. PR2024-07 RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK City of South Miami Commission Mayor Javier Fernandez 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: May 24, 2024 BID CLOSING DATE: August 2, 2024 BID CLOSING TIME: I 0:00 A.M. BID OPENING TIME: I 0:30 A.M. 39ofl62 1111 ( IIY ()I l'lf,IS,1'-l 11\'l'iC PUBLIC NOTICE INVITATION TO BID (1TB) No. PR2024-07 RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK NOTICE IS HEREBY GIVEN that the City of South Miami ("City") is soliciting bids for the RESTROOM- CONCESSION FACILITY BUILD at South Miami Park, located at 4300 SW 58 th Avenue, South Miami, 33143. Interested companies, firms, and individuals ("Bidders") may obtain a copy of Invitation to Bid No. PR2024-07 (the "ITB") to be issued on May 24, 2024, 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 1TB 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 1TB 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 1TB once posted to the website. The bid submission shall be submitted electronically via DemandStar and marked "Bid to City of South Miami, 1TB No. PR2024-07 for the RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK. Bids must be received by the City by no later than August 2, 2024 at I 0:00 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 I 0:30 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-proposal 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 SA-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 between 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 questions on the Cone of Silence. Date Issued: May 24, 2024 40 of 162 TABLE OF CONTENTS Section Page Section I: Information for Bidders 4 Section 2: Terms and Conditions 12 Section 3. Scope of Work 18 Section 4: Bid Submission Requirements and Evaluation & 20 Forms and Attachments Section 4: Bid Form -Form 7 37 Section 4: References -Form 8 45 41 of 162 SECTION I. INFORMATION FOR BIDDERS 1.1. INTRODUCTION/GENERAL BACKGROUND. The City of South Miami, Florida (the "City") is soliciting bids for the "RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK" (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 1TB shall provide the services, design, labor, materials, equipment, and all incidentals necessary, as further defined in Section 3 of this 1TB (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 1TB for the Work described in this 1TB. 1.2. SCHEDULE OF EVENTS. The following schedule is anticipated for this 1TB process, but is subject to change by the City, in its sole discretion, at any time during the 1TB procurement process. No. Event Date* Time* (EST) I Advertisement/ Distribution of 1TB May 24, 2024 4:00 PM Non-Mandatory / Mandatory Pre-Bid Conference NONE 2 and Site Visit SCHEDULED 3 Deadline to Submit Questions I Requests for July 9, 2024 10:00AM Clarification 4 City Issues Addenda and Responds to Questions July 19, 2024 10 :00 AM Deadline to Submit Sealed Bids -Submission 5 Deadline via DemandStar -On-Line E-Bid at August 2, 2024 10:00AM httos://network.demandstar.com/ E-BID OPENING VIA VIDEO CONFERENCING VIA THE ZOOM PLATFORM at 6 https://zoom.us/j/3056636339 ,or listen to the meeting on August 2, 2024 10:30 AM a dedicated phone line by dialing + 1-786-635-1003 Meeting ID: 3056636339. 7 City Manager issues recommendation to City Commission August 20 , 2024 7:00 PM 8 Award Bid(s) and Agreement(s) at City Commission August 20 , 2024 7:00 PM Meeting 42 of 162 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 I 0:00 a.m. E.S.T. on August 2, 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 1TB 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. I.S. ADDENDA, CHANGES, OR REQUESTS FOR INTERPRETATION DURING BID PROCESS. The City will not respond to oral inquiries or questions concerning this 1TB. All written inquiries, requests for interpretation or clarification shall be sent to: Steven P. Kulick City of South Miami Chief Procurement Officer 61 30 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 July 9, 2024 at I 0:00 a.m. All such interpretations or clarifications will be made in writing in the form of an Addendum to this 1TB 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 1TB 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, 1TB No. PR2024-07, "RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK" and addressed to: 43 of 162 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 1TB 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 I 0:30 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 (I) 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 (I) 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 1TB. The emphasis should be on accuracy, clarity, comprehensiveness and ease of identifying pertinent information and suitability of the Work. Bids MUST include the following: I. 7. I . 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 I. Form 2A. Form 28. Form 3. Form 4. Bid Form Package Acknowledgement. Bidder's Certification (if Company or Corporation) Bidder's Certification (if Partnership) Single Execution Affidavits Dispute Disclosure 44 of 162 Form 5. Form 6. Form 7. Form 8. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions Bidder's Qualifications Survey Bid Form Reference List I. 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. I. 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: I. 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. 6. Statement or notation of whether Bidder's referenced personnel is/was employed 45ofl62 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. I . 7 .6. Bidder may provide any additional information that highlights experience or expertise, which is relevant and directly applicable to this 1TB. 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 1TB. 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 1TB (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 1TB. 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 1TB. If the successful bidder to whom the contract is awarded forfeits the award by failing to meet the conditions of this 1TB, 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 1TB, 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. 46 of 162 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 1TB 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 1TB, 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 1TB. The City's Cone of Silence provisions can be found under Section SA-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. § 286.0 I 13; (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; 47 of 162 (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 (I) 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-S(c)(9), of the City Code of Ordinances and completing Attachment B to this 1TB. 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 SA-5 of the City Code of Ordinances for further information. To register as a lobbyist, please contact the City Clerk at: 48 of 162 Nkenga "Nikki" Payne, CMC, FCRM City Clerk City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov END OF SECTION I 49 of 162 SECTION 2. TERMS AND CONDITIONS 2.1. PURPOSE OF BID. The City requests Bids from qualified firms for the "RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK" Project (the "Project"). The Work to be performed includes, but is not limited to, services related to the Restroom-Concession Build 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 conforms to the requirements of this 1TB 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 1TB 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 1TB 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 1TB 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 1TB, the prices and fees quoted in the Bid shall remain fixed and firm during the term of the Agreement. 2.S. 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 1TB, 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 50 of 162 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. I. 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 AM. 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 1TB 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 1TB. 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. 51 of 162 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 2.9. 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 the 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 I 00 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 I 00 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: D. lfthe requirement for a performance bond is waived, the City shall select this box: □. 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. 52ofl62 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 61 30 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: 181. 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 1TB. 2.11. ASSIGNMENT. The Contractor shall not transfer or assign the performance of the Work required by this 1TB and the Agreement without the City's prior written consent. Any award issued pursuant to this 1TB 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 1TB 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, 53 of 162 error, omission, negligent act, conduct or misconduct of the Contractor, its agents, servants or employees, in the performance of the Work pursuant to this 1TB 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. I 33(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 1TB are public records subject to public disclosure in accordance with Chapter I 19, Florida Statutes. If there is any apparent conflict between Florida's Public Records Law and this 1TB, Florida Law will govern and prevail. All Bids submitted in response to this 1TB 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 119.070 I (l){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: Mailing address: Telephone number: Email: Nkenga "Nikki" Payne, CMC, FCRM 6130 Sunset Drive South Miami, FL 33143 305-663-6340 N Payne@southmiamifl.gov 54 of 162 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. If the Work or the Services will be funded utilizing Grant funds, the City shall select this box:~. END OF SECTION 2 55 of 162 SECTION 3. SCOPE OF WORK. SPECIFICATIONS. AND REQUIREMENTS "RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK" GENERAL REQUIREMENTS. The work specified in this Request for Proposal (RFP) consists of furnishing all goods, materials, supplies, and services necessary to provide a completed project that meets all of the needs described in this Scope of Services and as otherwise described in this RFP (the "Work"). The Work is to be performed per specifications and the contract documents. The Work is to be performed in accordance with the specifications and the contract documents (as defined in the Instructions for Respondents) that are provided to the Contractor by the City as well as in accordance with those plans, drawings and specifications that are required to be produced by the Contractor and that are approved by the City. This includes but is not limited to keeping the project site clean and safe; the furnishing all labor of the Contractor and the labor of all allowable subcontractors; providing dumpster(s); disposing of materials; providing all necessary engineering and architectural plans, drawings and technical specifications; all permits; all necessary equipment, including rental equipment, machinery, tools, transportation and freight; coordination with any other City contractor, subcontractors and utility companies (i.e. power, gas, water); erecting construction safety measures, including fencing, privacy screening and cones, and ensuring that the safety measure are in place at the end of each working day; root pruning and sod restoration at affected areas to the City's satisfaction; cleaning the construction site at the end of each working day; maintenance of traffic and hiring of off duty City police officer if required by the City; and any other goods and services necessary to perform all of the Work. Prior to any digging, Contractor must locate all underground utilities and other facilities as well as contacting Sunshine 81 I 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 of South Miami. Permit fees charged by other government entities, if required, are the responsibility of the Respondent/Contractor; however, in all cases; it is the responsibility of Respondent/Contractor to secure any and all permits that may be required for this project. 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 7-1 5 and 7-16 of the City Code of Ordinances. 3.2. SPECIFIC REQUIREMENTS. The City of South Miami is requesting proposals from qualified bidders for the construction of a public restroom-concession combo facility at South Miami Park, located at 4300 SW 58 Avenue, South Miami, FL 33143. The awarded firm will lead a comprehensive and complete process for construction, including but not limited to furnishing all labor, materials, and equipment to complete the work as specified and in accordance with contract drawings, specifications, and other contract documents. Respondents are required to follow all federal, state and local codes as well as all rule compliance and guidelines with Americans with Disabilities Act (ADA). All work must be completed within three hundred (300) calendar days from the issuance of a purchase order, master building construction permit, and notice to proceed. 56 of 162 3.3. SITE LOCATION. The Project will be held at South Miami Park, 4300 SW 58 th Avenue, South Miami, FL, 33143. 3.4. CONSTRUCTION PLANS & SPECIFICATIONS. "SOUTH MIAMI PARK RESTROOMS" plans for this project are included as separate documents as Attachment C, No. I "Construction Plans" and No. 2, "Technical Specifications." Prepared by EAC Consulting. 3.5. PROIECT DURATION. After permit(s) have been secured/approved, the Bidder is responsible for completing this project within three hundred (300) calendar days from issuance of Notice to Proceed/Purchase Order/Email Notification from the City's Project Manager. 3.6. WARRANTY. Bidder must include a warranty and/or guarantees of all material and labor that includes: 3.6.1. 3.6.2. 3.6.3. 3.6.4. 3.6.S. 3.6.6. any conditions; and guaranteed response time for repair; and guaranteed replacement during the warranty period; and life expectancy under normal use; and Failures during the warranty period must be repaired or replaced to the satisfaction of the City; and the term of the warranty. At a minimum, Bidder/Contractor must warrant their Work to be free of significant defects in workmanship and materials for a period of one (I) 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 57 of 162 SECTION 4. BID FORM PACKAGE As provided in the 1TB, the following items must be attached to this Bid: FORMS STATUS Form I -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 ✓ ATTACHMENTS This compet1t1ve 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: Attachment E: Sample Contract Declaration /Affidavit of Representation Note: Provided as Separate Documents No. I, "Construction Plans" & No. 2 "Technical Specifications," prepared by EAC Consulting American Rescue Plan Act (ARPA) Addendum Performance and Payment Bond Forms 58 of 162 FORM I BID FORM PACKAGE ACKNOWLEDGEMENTS I hereby propose to furnish the goods and services specified in the Invitation to Bid, 1TB No. PR2024- 07, "RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK" 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 the box next to each addendum received). Addendum I --- ___ Addendum 2 ___ Addendum 3 ___ 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 28. Form 3. Form 4. Form 5. Form 6. Form 7. Form 8. 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 Reference List 59ofl62 FORM I 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). ___ ,Personally known to me; or Notary Public (Print, Stamp, or Type as Commissioned) ___ ,Produced identification (Type of Identification: ______________ ,) ___ Did take an oath; or ___ Did not take an oath 60 of 162 (if Company or Corporation) CERTIFICATE STATE OF COUNTY OF ___ _ FORM 2A BIDDER'S CERTIFICATION ) ) ss 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, _____ , 2024 to the City of South Miami for 1TB No. PR2024-07 "RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK" 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 _____ , 2024. Secretary (SEAL) 61 of 162 (if Partnership) CERTIFICATE STATE OF ----- COUNTY OF FORM 2B BIDDER'S CERTIFICATION ) ) ss ) 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 ______ , 2024, to the City of South Miami for 1TB No. PR2024-07 "RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK" 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 ____ ,, 2024. Secretary (SEAL) 62 of 162 FORM3 SINGLE EXECUTION AFFIDAVITS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHO RIZED 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 IO 1-336, I 04 Stat 327, 42 USC 1210112213 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 63 of 162 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( 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( I )(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.) D 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, I 989. 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 64 of 162 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 3 I 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 Ill, 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; 65 of 162 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 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., iffederal 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 66 of 162 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.) D 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. 67of162 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.] 68 of 162 In the presence of: Signed, sealed and delivered by: Witness #I 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_ on line notarization, this __ day of _________ , 20 __ , by ____________ _ (name of person) as ________________ (type of authority) for _____ _ ___ (name of party on behalf of whom instrument is executed). ___ Personally known to me; or Notary Public (Print, Stamp, or Type as Commissioned) ___ Produced identification (Type of Identification:. ______________ _ ___ Did take an oath; or ___ Did not take an oath 69 of 162 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 ____ _ 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). ___ Personally known to me; or Notary Public (Print, Stamp, or Type as Commissioned) ___ Produced identification (Type of Identification: _____________ ) ___ Did take an oath; or ___ Did not take an oath 70 of 162 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 , I 3 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: ___________________________ _ Date: ___________ _ By: __________ _ Signature of Authorized Representative Name and Title of Authorized Representative 71 of 162 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 T elephone Number Facsimile Number Email Address Federal I.D. No. or Social Security Number Municipal Business Tax/Occupat ional 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 Fi rm's primary business: _____________________ _ 72 of 162 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 Name of Entity Issuing License No. License Issuance Date Type 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 Please identify all individuals authorized to sign for the entity, their title, and the threshold/level of their si,gnin_g 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 Trad es 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? o 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 • 73 of 162 Please identify whether any of the owners/partners identified above are owners/partners in another entity: o No o 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: ______ _ 74 of 162 FORM7 BID FORM/SCHEDULE OF VALUES 1TB No. PR2024-07 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. RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK 75 of 162 E ~ ,~ -...... EAC Consulting, Inc. % $/sf 1 Gen Cond + GC OHP 2 Site Civil Work Landscape and Irrigation 3 Concrete 4 Masonry 5 Steel/Metals 6 Wood and Plastics 7 Moisture Protection 8 Doors 9 Windows Finishes 10 Specialties 12 Furnishings 15 Mechanical HVAC Fire Protection Plumbing 16 Electrical 31 Earthworks 32 Exterior Improvements 33 Site Utilities 40 Process Integration Construction Cost $ $ Gross Area (SF) 1,880 $/sf 1 76 of 162 24-May-24 SOUTH MIAMI RESTROOM & CONCESSION City of South Miami Cost Estimate NEW CONSTRUCTION 2 SITE WORK SITE DEMOLITION EARTHWORK Building Pad Fine Grade and Compact Building Area Termite Treatment EARTHWORK SUB-TOTAL PAVING Concrete Paths PAVING SUB-TOTAL SITE UTILITIES Domestic Water Tie in Existing + Valve PVC Laterals Sanitary Sewer Utilities Fence SITE UTILITIES SUB-TOTAL LANDSCAPE -IRRIGATION Irrigation (Repair allowance) Sod (St. Augustine) Trees and Shrubs LANDSCAPE -IRRIGATION SUB-TOTAL SITE WORK TOTAL 3 CONCRETE Vapor retarder (frm Div 7) Foundations -Slab on Grade -4" -CMU Concrete Roof I Joists Total Concrete CONCRETE TOTAL 4 MASONRY Masonry Walls MASONRY TOTAL 5 METAL ::i tructura l ::i tee l c.;0 Iumns METAL TOTAL 6WOOD Koug h c.;arpentry WOOD TOTAL 7 MOISTURE/THERMAL PROTECTION Dam proofin g Vapor retarder Buildin g Insulation Exterior wall -ri g id bd Sound attenuation bait Flat Roofing Flashin q & Sheet Metal (SST ) Quantity Unit 209 CY 2,000 SF 1,880 SF 82 SF 450 LF 1 EA 450 LF 1 84 LF 1 LS 4,000 SF 0 LS 2,229 SF 1,115 SF 2,229 SF 1,115 CY 1,880 SF t>,338 SF 1,500 SF 6 EA 1,88°0 SF in Div . 3 1,500 SF 3,050 SF 1,880 SF 400 L F 77 o-{ 162 Unit Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ ~,~ -., EAC Consulting, Inc. Sub-Total $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 24-May-24 SOUTH MIAMI RESTROOM & CONCESSION City of South Miami Cost Estimate NEW CONSTRUCTION Roof Cants Downspouts Joint Sealers MOISTURE/THERMAL PROTECTION TOTAL 8 DOORS Doors and Frames (HM) -NOA Roll up Doors with NOA Roll Down Grilles t-Inisn Haraware DOORS TOTAL 8 WINDOWS Windows vvall Louver WINDOWS TOTAL 9 FINISHES WALLS Stucco FLOORS Sealed Concrete Special Concrete Floor tile CEILINGS Acoustical Panel Ceilings Hard Ceilings/soffits Exposed WALL COVERINGS Wall Tile and Base Exterior Paint Interior 1-'amtmg FINISHES TOTAL 10 SPECIAL TIES/BUil T-INS Fire Extinguishers Fire Extingusher Cab . Identifying Devices (Signs) Toilet Partitions Regular compartments Urinal screens Toilet Accessories paper towel dryer toilet tissue dispenser 42" grab bars 36" grab bars mirror soap dispensers baby-changing table Built-in Concessions Counter & Shelving SPECIAL TIES/BUILT-INS TOTAL Quantity Unit 100 LF 4 EA 1 LS 5 EA 1 EA 100 SF 5 door 50 SF 2 EA 333 SY 50 SF 900 SF 690 SF 400 SF 400 SF 50 SF 1,296 SF 1,500 SF 2 ,850 SF 2 EA 2 EA 5 door 4 EA 2 EA 8 EA 4 EA 2 EA 2 EA 4 EA 8 EA 2 EA 1 EA 78 o.f 162 Unit Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ A ,,,, .... -.. EAC Consulting, Inc. Sub-Total $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 24-May-24 SOUTH MIAMI RESTROOM & CONCESSION City of South Miami Cost Estimate If NEW CONSTRUCTION 15 MECHANICAL Mobilization/Shops/Bonds Ductwork w . insulation 2.0 Ton Mini Split Exhaust fans A/C grilles misc. supports, accessories Louvers IesuoaI MECHANICAL TOTAL 16 PLUMBING Mobilization/Shops/Bonds Water Closet Urinals Lavs Drinking fountains -hi-lo Janitor Shower Water Htrs Piping Plumbing Grease trap/ separator/ sampling port urywe11 PLUMBING TOTAL 16 ELECTRICAL Mobilization/Shops/Bonds Site Electrical Duct Bank Site Communications Panelboards, feeders, transformers Outlets Lighting Telephone (empty conduit) Intrusion detection Lightning Protection Grounding ELECTRICAL TOTAL 31 EARTHWORKS Clearing and Grubbing Removal of Concrete Type D Curb Subsoil Escavation Embankment Type B Stabilization (12 inches) EARTHWORKS TOTAL 32 EXTERIOR IMPROVEMENTS Optional Base, Base Group Milling Existing Asphalt Pavement , 1" Avg Depth Superpave Asphaltic Concrete, Traffic C, PG76-22 Inlets, DT, BOT, Type C, JBOT, <10 French Drain, 18" Concrete Curb, Type D Quantity 15% 1 1 1 8 1 2 3% 15% 4 2 4 1 1 0 1 2 1 1 15% 200 200 1,880 25 43 1 0 1 1 1 3 3,420 4,105 770 770 1,915 190 3 130 -35 79 of 162 It.' .... -----.. EAC Consultlng, Inc. Unit Unit Cost Sub-Total $ $ EA $ $ EA $ $ EA $ $ EA $ $ EA $ $ EA $ $ % $ $ $ $ EA $ $ EA $ $ EA $ $ EA $ $ EA $ $ EA $ $ EA $ $ EA $ $ EA $ $ EA $ $ $ $ LF $ $ LF $ $ SF $ $ EA $ $ FIX $ $ EA $ $ SF $ $ EA $ $ EA $ $ $ LS $ $ SY $ $ CY $ $ CY $ $ SY $ $ $ SY $ $ SY $ $ --- TN $ $ EA $ $ LF $ $ LF $ $ 24-May-24 SOUTH MIAMI RESTROOM & CONCESSION City of South Miami Cost Estimate I NEW CONSTRUCTION I Concrete Sidewalk, 4" Thick Detectable Warnings Performance Turf, Sod ::signing ano 1-'avement MarKmgs EXTERIOR IMPROVEMENTS TOTAL 33 SITE UTILITIES Utility Pipe, Plug, & Out of Serv, 6" Utility Pipe, Remove & Dispose , 6" Utility Pipe Poly Vinyl Chloride, Furnish and Install, 6" Sanitary Sewer Cleanout, 6" PVC.Furnish and Install Utility Pipe HDPE , Furn ish , and Install 1.5" Utility Pipe HDPE, Furnish, and Install 2" Furnish, and Install 3/4" hosebib Utility Pipe Ductile Iron, Furnish , and Install, 4" Utility Ductile Iron, Furnish , Install, 6" Utility Ductile Iron, Furnish , Install, 8" Utility Fitting, Elbow, Furnish , and Install 4" Utility Fitting , Elbow, Furnish, and Install 6" Utility Fitting , Elbow , Furnish, and Install 8" Util ity Fitting , Tee, Furnish, and Install 8" Utility Fitting , Cap , Furnish , and Install , 6" Utility Fitting, Cap, Furnish, and Install , 8" Utility Fixture , Furnish and Install Line Stop Assmebly, 6" Utility Fixture , Furn ish and Install Dual Meter Box2" Utility Fixture, Furn is h and Install Corp Stop 1.5" Utility Fixture , Furnish and Install Tapping Saddle 4" Ut il ity Fixture, Furnish and Install Tapping Saddle 6" Utility Fixture, Furnish and Install Tapp ing Saddle 8" Utility Fixture, Furnish and Install Valve Assembly 4" Utility Fixture, Furnish and Install Valve Assembly 6" Utility Fixture, Furn ish and Install Valve Assembly 8" Utility Fixture, Furnish and Install Blowoff Assembly 2" Utility Fixture , Furnish and Install Sample Point 8" Lift Station everyth ing inside the fence Including Forcema in, fitting and appurtenance up to the connection point (Includes fence, electrical , structural). Includes all work up to point of connection. Fire Hydrants Quantity 10 20 1,250 1 400 25 45 1 40 20 1 240 50 1,270 9 4 8 8 1 2 2 2 1 1 2 1 2 4 6 2 2 1 2 80 o.f 162 Unit UnHCost SY $ SF $ SY $ LS $ LF $ LF $ LF $ EA $ LF $ LF $ EA $ LF $ LF $ LF $ EA $ EA $ EA $ EA $ EA $ EA $ EA $ EA $ EA $ EA $ EA $ EA $ EA $ EA $ EA $ EA $ EA $ LS $ EA $ ~,,, .... -... EAC Consulting, Inc. Sub-Total $ $ $ $ I $ I $ $ - $ $ -$ -$ $ - $ $ $ $ $ $ $ $ $ $ - $ - $ $ $ $ $ $ $ $ $ $ $ 24-May-24 SOUTH MIAMI RESTROOM & CONCESSION City of South Miami Cost Estimate NEW CONSTRUCTION Fire Hydrant, Remove UtI111y i-Ixture, FurnIsn ana install Air Release Valve SITE UTILITIES TOTAL 40 PROCESS INTEGRATION Utility Fixture, Furnish and Install Backflow Assembly 1.5" ut11Ity rIXlure, t-urnIsn ana Install tsacKTlow Assembly 4" PROCESS INTEGRATION TOTAL II SUB-TOTAL ALL TRADES 11,L. __ A,!.. 1.,uNu1 HONS ( tor reference only) General Conditions and requirements As-builts CM Fee (6%) GLPD Builders Risk P&P Bond 1utner (See Note 2) GENERAL CONDITIONS TOTAL GRAND TOTAL NOTES Quantity Unit Unit Cost 1 EA $ 1 EA $ 1 EA $ 1 EA $ $ A'~ -.. EAC Consulting, Inc. Sub-Total $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 1.BID PRICES STATED IN THE PROPOSAL INCLUDE ALL COSTS AND EXPENSES FOR LABOR, EQUIPMENT, MATERIALS, CONTRACTOR'S OVERHEAD, PROFIT, BOND AND INSURANCE, AND GENERAL CONDITIONS. PAYMENT FOR THIS PROJECT WILL BE BASED UPON COMPLETION OF THE ENTIRE PROJECT AS A UNIT PRICE CONTRACT. CONTRACTOR IS RESPONSIBLE FOR ALL REPAIRS, INCLUDING COMPLETE RESTORATION WORK TO DISTURED ELEMENTS AND SURFACE AREA DUE TO CONSTRUCTION ACTIVITIES AND DISPOSAL OF ALL DEBRIS AND MATERIAL OFF-SITE. 2. THE CONTRACTOR SHALL USE THIS ITEM TO WRITE DOWN THE ALL OF THE COSTS, EXPENSES, LABOR, MATERIAL, EQUIPMENT OR ANY OTHER COSTS NOT ALREADY COVERED BY THE SCHEDULE OF VALUES BUT NEEDED TO COMPLETE THE WORK, AS ENVISIONED AND INTENDED IN THE CONTRACT DOCUMENTS. CONTRACTOR TO PROVIDE A NARRATIVE OF WHAT ITEMS ARE BEING COVERED UNDER THIS ITEM. 3. THIS SCHEDULE OF VALUES IS PART OF A SET OF CONSTRUCTION DOCUMENTS . THE GRAND TOTAL (BID PRICE) SHALL MEAN THE PRICE TO COMPLETE THE WORK AS ENVISIONED BY THE CONTRACT DOCUMENTS IN ITS ENTIRETY. 81 o{ 162 SUBMITTED THIS ------DAY OF --------20 __ • BID SUBMITTED BY : Company Telephone Number Name of Person Authorized to Submit Bid Fax Number Signature Email Address Title 82 of 162 FORMS REFERENCE LIST IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM, BIDDER SHALL PROVIDE A MINIMUM OF THREE REFERENCE LETTERS. REFERENCE #I 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 ___ _ 83 of 162 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 ___ _ 84 of 162 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 ___ _ END OF SECTION 4 85 of 162 ATTACHMENT A SAMPLE OF CONTRACT 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 [INSERT CONTRACTOR'S NAME], a [INSERT TYPE OF ENTITY] (the "Contractor"). WHEREAS, the City issued Invitation to Bid No. PR2024-07 (the "ITB") for construction of "RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK" (the "Project"), which 1TB is incorporated herein by reference and made a part hereof as Exhibit "A"; and WHEREAS, in response to the City's 1TB, 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 1TB 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: I. 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 EAC Consulting (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 "RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK" 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 ( I 0) 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. 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 86 of 162 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.S. 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. I .4.1. 9. Specifications and Addenda: Legibly mark each section to record: 1.4.1. 9. I . 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 I (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. 87 of 162 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, 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 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 IO" 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. 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. 88 of 162 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 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 three hundred (300) 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 three hundred (300) 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 89 of 162 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 ( I 0) 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 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 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 90 of 162 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 3.5.11. Cost Savings, including supporting documentation used to calculate the Cost Savings. 91 of 162 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. 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 92 of 162 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 1TB 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 negot1at1ons, 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, claims, losses, expenses, suits, liabilities, causes of action, judgment or damages, including but not limited to legal fees 93 of 162 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 ( 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 94 of 162 such laws. Information regarding eligibility for an exemption from the State of Florida Workers' Compensation Law is available at: https://www.myfloridacfo.com/Division/wdPublicationsFormsManualsReports/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/wdEmployer/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: 18l. 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. 95 of 162 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 ( 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 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( I )(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 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 96 of 162 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 : (I) 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. 97 of 162 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. 98 of 162 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. 99 of 162 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. 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 requ ired 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, 100 of 162 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. 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 Partyi 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 IOI of 162 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. I 0.7.1. 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 I 19 .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. I 0. 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. I 0.9. 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. 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 102 of 162 shall, at its expense, satisfactorily remove and dispose of all temporary utilities developed to meet the requirements of this Contract. I 0.1 I. 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. 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 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. I 0.13. 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 ( 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 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. I 0.14. 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. 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 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. 103 of 162 I 0.17. Ownership and Access to Records and Audits. I 0.17.1. 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}. 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 119.070 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. 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 .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. 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)(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: Mailing address: Nkenga "Nikki" Payne, CMC, FCRM 6130 Sunset Drive South Miami, FL 33 143 104 of 162 Telephone number: Email: 305-663-6340 NPayne@southmiamifl.gov I 0.18. 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 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 1.1.1. 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 . 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 agrees that the removal of any of such individual(s) does not require the termination or demotion of said individual(s). I 1.2. 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, FHW A}, 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 105 of 162 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. I 1.6. 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:~. 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: □. Grant Title Grant Agreement Exhibit 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. 106 of 162 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. I 1.1 0. Scrutinized Companies. I 1.10.1. 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. I 1.10.2. 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. I 1.10.3. The Contractor agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Agreement. I 1.10.4. 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. 107 of 162 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) 108 of 162 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 #I 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 109 of 162 NOTICE TO PROCEED Dated:--------~ 20 __ To: Project Name: "RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK" You are hereby notified that the Contract Times under the above Contract will commence to run on ______ , 2024. 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 _________ 2024 and _________ , 2024, __ / __ 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: ______________ _ 110 of 162 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, following declaration under penalties of perjury: ________ ,, makes the 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. 111 of 162 ATTACHMENT C NOTE: PROVIDED AS A SEPARATE DOCUMENTS NO. I "CONSTRUCTION PLANS" NO. 2 "TECHNICAL SPECIFICATIONS" Prepared by: EAC Consulting 112 of 162 ATTACHMENT D ADDENDUM: AMEREICAN RESCUE PLAN ACT (ARPA) 113 of 162 ATTACHMENT D AMERICAN RESCUE PLAN ACT ADDENDUM TO RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK BETWEEN THE CITY OF SOUTH MIAMI AND [NAME OF ENTITY] THIS ADDENDUM to the RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK (the "Addendum") is entered into as of the __ day of __ _ --~ 2024 (the "Effective Date of this Addendum"), by and between the CITY OF SOUTH MIAMI, a Florida municipal corporation, (the "City") and NAME OF ENTITY, a [State] [type of entity] [if out of state entity, add and confirm that the entity is: authorized to do business in Florida] (hereinafter, the "Contractor"). Collectively, the City and the Contractor are referred to as "Parties." WHEREAS, on [DATE], the City entered into a Construction Agreement (the "Agreement") with the Contractor for the Construction Services related to the RESTROOM- CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK project(s) for contractor to implement] (the "Project"), as further defined in the Agreement; and WHEREAS, on March 11, 2021, the federal government adopted the American Rescue Plan Act ("ARPA"), which, among other things, provides local governments with emergency COVID-19 funding; and WHEREAS, the City desires to utilize ARP A funding to implement the Project; and WHEREAS, in order to utilize ARP A funding for the Project, the City desires to incorporate federally required contract provisions relating to ARP A into the Agreement, as set fo1th in this ARP A Addendum; and WHEREAS, the City and Contractor wish to modify the te1ms of the Agreement in accordance with the te1ms and conditions set forth in this ARP A Addendum. NOW, THEREFORE, for and in consideration of the mutual promises set forth herein, the City and Contractor agree as follows: 1 1. Recitals Incorporated. The above recitals are true and correct and incorporated herein. 2. American Rescue Plan Act Provisions. The Agreement is hereby amended by adding the following provisions to the Agreement: 1 Coding: StFil1etl'IFe1:1gl'I weFas are deletions to the existing words . Underlined words are additions to the existing words. 114 of 162 2.1.Mandated Federal Agreement Conditions. 2.1.1. In connection with the performance of this Agreement, Contractor acknowledges that compensation for the Project services under this Agreement shall be fully or partially funded using the Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act. As such, Contractor shall comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by the American Rescue Plan Act, including, but not limited to the following documents and guidelines, which are incorporated herein and made a part of this Agreement: ARPA Exhibit I.Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR Part 200), as applicable and as may be amended from time to time; ARPA Exhibit 2.The U.S. Department of the Treasury 's Final Rule governing ARPA, dated January 27, 2022; ARPA Exhibit 3.U .S. Department of the Treasury Coronavirns State and Local Fiscal Recovery Funds Award Terms and Conditions (Assistance Listing Number 21.019); ARPA Exhibit 4.The U.S. Department of the Treasury's Coronavirus State and Local Fiscal Recovery Funds Frequently Asked Questions, dated April 27, 2022; ARP A Exhibit 5.American Rescue Plan Act Corona vims Local Fiscal Recovery Fund Agreement between the City and the State of Florida, Division of Emergency Management; ARPA Exhibit 6.The U.S. Department of the Treasury's ARPA Compliance and Reporting Guidance, dated June 17, 2022; and ARPA Exhibit 7.Assurances of Compliance with Civil Rights Requirements. A copy of the above-referenced documents are available for inspection by the Contractor at the Office of the City Clerk and at the following City link: ARP A EXHIBITS, Exhibit 1 through Exhibit 7 Listed Above in Section 2.11: https://south miamiflgov- my.sharepoint.com/:f:/g/personal/skulick southmiamifl gov/EgZe4BSydzhJ1KcTTEKzlx EBXe 9fwkGvYIOaDEg6grosw?e=5fwsTC 2.1.2. Title VI Requirements. Contractor acknowledges that the City has certified compliance with Title VI of the Civil Rights Act of 1964 to the U.S . Department of the Treasury on the form incorporated herein as ARP A Exhibit 7. Towards that end, Contractor shall ensure that perfo1mance of work in connection with this Agreement complies with the certifications and requirements contained in ARP A Exhibit 7 and shall also adhere to the following provisions: (I) The Contractor and its subcontractors, successors, transferees, and assignees shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of 115 of 162 federal financial assistance from excluding from a program or activity, denying benefits of, or otherwise discriminating against a person on the basis of race, color, or national origin (42 U.S.C. § 2000d et seq.), as implemented by the Department of the Treasury's Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this Agreement. Title VI also includes protection to persons with "Limited English Proficiency" in any program or activity receiving federal financial assistance, 42 U.S.C. § 2000d et seq., as implemented by the Department of the Treasury's Title VI regulations, 31 CFR Part 22, and herein incorporated by reference and made a part of this Agreement. (2) Pursuant to 44 C.F.R. §§ 7 and 16, and 44 C.F.R. § 206.11, and that the Contractor shall undertake an active program of nondiscrimination in its administration of the Work under this Agreement. 2.1.3. Americans with Disabilities Act Requirements. The Contractor agrees to comply with the Americans with Disabilities Act (Public Law 101-336, 42 U.S.C. §§ 12101 et seq.), which prohibits discrimination by public and private entities on the basis of disability in employment, public accommodations, transportation, State and Local government services , and telecommunications. Additionally, Contractor agrees to comply with Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. §§ 3601), which prohibits discrimination against individuals on the basis of discrimination under any program or activity under this Agreement. 2.1.4. Age Discrimination Act 0(1975. Contractor shall comply with the requirements of 42 U .S.C. §§ 610 I et seq., as amended, and the Treasury's implementing regulations (31 CFR Part 23), which prohibits the discrimination on the basis of age in programs or activities under this Agreement. 2.1.5. Protections for Whistleblowers. (l) In accordance with 41 U.S.C. § 4712, Contractor may not discharge, demote, or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below, infmmation that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant, a gross waste of federal funds, an abuse of authority relating to a federal contract or grant, a substantial and specific danger to public health or safety, or a violation of law, mle, or regulation related to a federal contract (including the competition for or negotiation of a contract) or grant. (2) The list of persons and entities referenced in the paragraph above includes the following: i.A Member of Congress or a representative of a committee of Congress. ii.An Inspector General iii.The Government Accountability Office. iv.A Federal employee responsible for contract or grant oversight or management at the relevant agency. 116 of 162 v.An authorized official of the Department of Justice or other law enforcement agency. vi.A court or grand jury. vii.A management official or other employee of the Contractor, subcontractor, the State of Florida, or the City who has the responsibility to investigate, discover, or address misconduct. (3) The Contractor shall inform its employees in writing of the rights and remedies provided under this section, in the predominant native language of the workforce. 2.1.6. Compliance with Immigration and Nationality Act (INA). Contractor hereby certifies that it does not knowingly employ unauthorized alien workers in violation of the employment provisions contained in 8 USC Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act ("INA")]. 2.1.7. Seat Belts Required. Pursuant to Executive Order 13043, 62 FR 19217, Contractor shall adopt and enforce policies or programs that require employees to use seat belts while operating or traveling on vehicles owned, rented, or personally owned by the Contractor and its employees while performing the Work. 2.1.8. Texting While Driving Ban. Pursuant to Executive Order 13513, 74 FR 51225, Contractor shall adopt and enforce policies that ban text messaging while driving and workplace safety policies designed to decrease accidents caused by distracted drivers. 2.1.9. Publication. Contractor shall obtain approval from the City in writing prior to issuing any publications in connection with this Agreement. If approved by the City, the Contractor shall include the following language in any and all publications issued: "This Project is [being funded/was supported] in part by federal award number (FAIN) [Insert Project FAIN] awarded to City of South Miami by the U.S. Department of the Treasury." 2.1.10. Reporting Conflict oflnterests. Contractor agrees to disclose in writing to the City, U.S. Department of the Treasury, and the State of Florida, as appropriate, any potential conflicts of interest affecting the use of funds awarded under the American Rescue Plan Act in accordance with 2 CFR 200.112. 2.2. Compliance with Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR Part 200). In accordance with the Final Rule and other guidelines provided in connection with the American Rescue Plan Act, Contractor shall be subject to the federal Unifmm Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards under 2 CFR Part 200, including, but not limited to: 2.2.1. Equal Employment Opportunity Compliance. During the performance of this Agreement, the Contractor agrees as follows: ( 1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national 117 of 162 ongm. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: a. Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; b. layoff or termination; c. rates of pay or other forms of compensation; and d. selection for training, including apprenticeship The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting fotth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the U.S. Secretary of Labor. (6) The Contractor will furnish all inf01mation and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts 118 of 162 by the administering agency and the U.S. Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the U.S. Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the portion of the sentence immediately preceding paragraph ( l) and the provisions of paragraphs ( 1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the U.S. Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965 , so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 2.2.2. Contract Work Hours and Safety Standards Act Compliance . During the performance of this Agreement, the Contractor shall comply with the provisions of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701 through 3708), including as follows: (1) Overtime requirements. No Contractor or subcontractor contracting for any part of the Agreement Work which may require or involve the employment of laborers or mechanics shall require or pe1mit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation ; liability for unpaid wages; liquidated damages . In the event of any violation of the clause set forth in paragraph (I) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States, for liquidated damages . Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph ( l) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (I) of this section. 119 of 162 (3) Withholding for unpaid wages and liquidated damages. The City shall upon its own action or upon written request of an authorized representative of the U.S. Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph ( l) through ( 4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs ( 1) through ( 4) of this section. 2.2.3. Clean Air Act Compliance. During the performance of this Agreement, the Contractor shall comply with the provisions of Clean Air Act (42 U.S.C. § 7401 et seq., as amended) and specifically agrees as follows: (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.§ 7401 et seq. (2) The Contractor agrees to rep01t each violation to the City and understands and agrees that the City will, in tum, report each violation as required to assure notification to the Environmental Protection Agency Region 4 (Southeast) Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in patt with Federal assistance in connection with this Agreement. 2.2.4. Federal Water Pollution Control Act Compliance. During the performance of this Agreement, the Contractor shall comply with the provisions of Federal Water Pollution Control Act (33 U.S.C. § 1251 et seq., as amended) and specifically agrees as follows: ( l) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in tum, report each violation as required to assure notification to the Environmental Protection Agency Region 4 (Southeast) Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance in connection with this Agreement. 2.2.5. Debarment and Suspension Compliance. During the performance of this Agreement, the Contractor warrants that Contractor or its subcontractors are not debarred, 120 of 162 suspended, or otherwise ineligible for contract awards under Executive Orders 12549 and 12689. Contractor shall comply with the following provisions: (1) This Agreement is a covered transaction for purposes of 2 C.F.R. pt. 180, the U.S. Department of the Treasury's implementing regulations at 31 CFR Part 19, and 2 C .F.R . pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals ( defined at 2 C.F.R. § 180.995), or its affiliates ( defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This ce1tification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpa1t C and 2 C.F.R. pt. 3000, subpa1t C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and /or deba1ment. ( 4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C throughout the period of this· Agree.ment. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions. (5) Contractor certifies that they: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a Federal depa1tment or agency; 11. Have not, within a five (5)-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for fraud or a criminal offense in connection with obtaining, attempting to obtain, or perfo1ming a public (Federal, State or Local) transaction or contract under 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. iii. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity (Federal, State or Local); and 1v. Have not, within a five (5)-year period preceding this Agreement, had one or more public transactions (Federal, State or Local) terminated for cause or default. If the Contractor is unable to obtain and provide such ce1tification, then the Contractor shall attach an explanation to this Agreement as to why not. 2.2.6. Byrd Anti-Lobbying Amendment (31 USC. § 1352, as amended). During the performance of this Agreement, the Contractor and its subcontractors shall comply with the 121 of 162 prov1s1ons of the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352, as amended). Specifically, Contractor represents and warrants as follows: ( 1) No Funds received by the Contractor under this Agreement have been paid or will be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any monies, other than Funds received by Contractor under this Agreement, have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. (3) The Contractor shall require that this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all such sub-recipients shall certify and disclose accordingly. ( 4) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by the Byrd Anti- Lobbying Amendment (31 U.S.C. 1352). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 2.2.7. Copeland "Anti-Kickback" Act. During the perfo1mance of this Agreement, the Contractor and its subcontractors shall comply with the provisions of the Copeland "Anti- Kickback" Act as follows: (1) The Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. part 3 as may be applicable, which are incorporated by reference into this Agreement. (2) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the federal government may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts . The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. 122 of 162 (3) Breach. A breach of the contract clauses above may be grounds for termination of this Agreement, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. 2.2.8. Procurement o(Recovered Materials. Contractor shall comply with the provisions of 2 C.F.R.323, including Section 6002 of the Solid Waste Disposal Act. Towards that end, in the performance of this Agreement, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items, unless the product cannot be acquired: ( 1) competitively within a timeframe providing for compliance with the contract performance schedule; (2) meeting contract performance requirements; or (3) at a reasonable pnce. Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensiveprocurem ent-guideline-cpg-program. 2.2.9. Domestic Preferences for Procurements. To the greatest extent practicable, Contractor and its subcontractors shall provide preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States, in accordance with 2 CFR 200.322, "Domestic preferences for procurements." 2.2.10. 2 CFR Subpart F -Audit Requirements. Contractor shall assist the City in complying with the audit requirements under 2 CFR Subpart F -Audit Requirements ("Federal Audit Provisions") and the reporting requirements of the U.S. Department of the Treasury's Final Rule, as amended, and other guidelines issued in connection with the American Rescue Plan Act. ( 1) Contractor shall assist the City in complying with the Federal Audit Provisions by providing the City, the State of Florida, the U.S. Department of the Treasury, the Treasury Office of the Inspector General, the Government Accountability Office, or other federal government entities, and any of their duly authorized representatives, access to personnel, accounts, books, records, supp011ing documentation, and other infmmation relating to the performance of the Agreement or the Work ("Documentation") necessary to complete federal audits. Contractor shall promptly assist the City in the event Documentation must be supplemented to address audit findings or other federal inquiries. (2) Contractor shall keep all Documentation up-to-date throughout the performance of this Agreement and the Work. Contractor shall provide the City with all Documentation for each fiscal year by October l of each year or within five days of the completion of the Work, whichever occurs first. Contractor shall assist the City in complying with additional guidance and instructions issued by the U.S. Department of the Treasury governing the rep011ing requirements for the use of American Rescue Plan Act Coronavirus State and Local Fiscal Recovery Funds. 3. Conflict; Addendum Prevails. In the event of any conflict or ambiguity between the terms 123 of 162 and provisions of this Addendum and the terms and provisions of the Agreement, the terms and provisions of this Addendum shall control. 4. Agreement Ratified . Except as otherwise specifically set forth or modified herein, all terms in the Agreement are hereby ratified and affirmed and shall remain unmodified and in full force and effect in accordance with its terms . 5. Defined Terms . All initial capitalized te1ms used in this Addendum but not otherwise defined herein shall have the same meaning ascribed thereto in the Agreement. 6. Counterparts. This Addendum may be executed in counterparts , each of which shall be deemed an original, but all of which, when taken together, shall constitute one and the same instrument. An executed facsimile or electronic copy of this Addendum shall have the same force and effect as an original hereof. (Remainder of page intentionally left blank. Signature pages follow.] 124 of 162 IN WITNESS WHEREOF, the parties hereto have caused this Addendum 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) ____________ (facsimile) ____________ (email) With a copy to: ____________ (telephone) ____________ (facsimile) ____________ (email) 125 of 162 ATTACHMENT E 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 1TB No. PR2024-07, which was awarded on---------~ 2024, 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: I. 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( I) 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 (I) 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. 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. 126 of 162 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 _________ 2024, AD., 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 (Affix Corporate Seal) FOR THE SURETY: WITNESS: Name of Corporation By: ____________ _ Print Name: ____________ _ Title: ______________ _ Agent and Attorney-in-Fact Print Name: ____________ _ Title: ______________ _ Address: _____________ _ Telephone: ______ _ 127 of 162 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 #I 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 __ . ___ Personally known to me; or Notary Public (Print, Stamp, or Type as Commissioned) ___ Produced identification (Type of Identification: ______________ _ ___ Did take an oath; or ___ Did not take an oath (Attach Power of Attorney) 128 of 162 END OF DOCUMENT ll9ofl62 EXHIBIT B RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK 1TB PR2024-07 HYCON INVESTMENTS, LLC 130 of 162 ---------------- Wallace, Elisha From: Sent: To: Cc: Subject: Thank you. Kulick, Steven P. Friday, August 23, 2024 2:22 PM Fernando Murzi Pough, Quentin; Webster, John; Payne, Nkenga; Marco Ramos; Gerardo Murzi; Antonietta Gaeta; Daniela Rodriguez RE : Restroom-Concession Facility Build at South Miami Park From: Fernando Murzi <fernando@hyconbuild.com> Sent: Friday, August 23, 2024 2:19 PM To: Kulick, Steven P.<SKulick@southmiamifl.gov> Cc: Pough, Quentin <QPough@southmiamifl.gov>; Webster, John <JWebster@southmiamifl.gov>; Payne, Nkenga <NPayne@southmiamifl.gov>; Marco Ramos <mramos@hyconbuild.com>; Gerardo Murzi <gmurzi@hyconbuild.com>; Antonietta Gaeta <agaeta@hyconbuild.com>; Daniela Rodriguez <drodriguez@hyconbuild.com> Subject: RE: Restroom-Concession Facility Build at South Miami Park EMAIL RECEIVED FROM EXTERNAL SOURCE • My pleasure Mr. Kulic, Please let me know if you have further questions Best regards, FERNANDO MURZI PRINCIPAL t.+16174153174 e. ternan..d_Q@by..Q.Qllb.Yild...&.QID 175...S...VY. 7"' Street_Su it~ 1717 Miami FL.-3.3.1.3_0 I x 1 -----------------1 I X CONFIDENTIALITY NOTICE: This email and the information contained herein and attachments hereto are legally privileged and confidential information intended only for the use of the individual or entity named above. If the reader of this email is not the intended recipient, you are hereby notified that any forwarding, dissemination, use, distribution or copying of this email, its contents, and/or its attachments, or the taking of any action in reliance on the contents thereof is strictly prohibited. If you have received this email in error, please immediately notify the sender and delete the email and any attachments and destroy any tangible manifestation thereof. Thank you. 1 131 of 162 From: Kulick, Steven P.<SKulick@southmiamifl.gov> Sent: Friday, August 23, 2024 2:09 PM To: Fernando Murzi <fernando@hyconbuild .com> Cc: Pough, Quentin <QPough@southmiamifl.gov>; Webster, John <JWebster@southmiamifl .gov>; Payne, Nkenga <NPayne@southmiamifl.gov>; Marco Ramos <mramos@hyconbui ld .com>; Gerardo Murzi <gmurzi@hycon build.com>; Antonietta Gaeta <agaeta@hyconbuild .com>; Daniela Rodriguez <drodri guez @h ycon b uil d .com > Subject: RE: Restroom-Concession Facility Build at South Miami Park Thank you. From: Fernando Murzi <fernando@hyconbuild.com> Sent: Friday, August 23, 2024 1:54 PM To: Kulick, Steven P.<SKulick@southmiamifl .gov> Cc: Pough, Quentin <QPough@southmiamifl.gov>; Webster, John <JWebster @so uthmi amifl.gov >; Payne, Nkenga <NPayne@southmiamifl.gov>; Marco Ramos <mramos@hyconbuil d.com>; Gerardo Murzi <gm urzi@hyconbu ild.com>; Antonietta Gaeta <agaeta@hyconbuild.com>; Daniela Rodriguez <drodriguez@hyconb ui ld .c o m> Subject: RE: Restroom-Concession Facility Build at South Miami Park EMAIL RECEIVED FROM EXTERNAL SOURCE • • Mr Kulic, After contacting the drafter/surveyor I regularly use, please see the response below the responses Thank you, FERNANDO MURZI PRINCIPAL t. +J 6174153174 e. teillillli,lQ.@.mt.._c o [lbJJlli:Lc Q.!Il 17.5 sw 7th Strnfil..fu!.i.NW..Z Mia_mi_FL,-3.31..3_0 ! 1 XI ---··------··· I X CONFIDENTIALITY NOTICE: This email and the information contained herein and attachments hereto are legally privileged and confidential information intended only for the use of the individual or entity named above. If the reader of this email is not the intended recipient, you are hereby notified that any forwarding, dissemination, use, distribution or copying of this email, its contents, and/or its attachments, or the taking of any action in reliance on the contents thereof is strictly prohibited. If you have received this email in error, please immediately notify the sender and delete the email and any attachments and destroy any tangible manifestation thereof. Thank you. 2 132 of 162 From: Kulick, Steven P.<SKulick@southmiamifl .gov> Sent: Thursday, August 22, 2024 2:43 PM To: Fernando Murzi <fernando@hyconbuild .com> Cc: Pough, Quentin <QPough@southmiamifl .gov>; Webster, John <JWebster@southmiamifl.gov>; Payne, Nkenga <NPayne@southmiamifl .gov> Subject: RE: Restroom-Concession Facility Build at South Miami Park Fernando, Regarding permit fees, this was further clarified in Addendum No. 3, copy attached, the Response to Question #5 and in Addendum No. 2 where a Revised Schedule of Values was provided and, an allowance for Permit Fees of $10,000 was included. The line for As-builts, is for the ENTIRE project not just for the water extension. Therefore, please include the allowance for Permit Fees, ($10,000} and the fee for As-builts: $ 15,000 and re-confirm your: Total Base Bid Amount:$ _2,133,827.76_ Total Alternate Bid Amount: $_2,155,599.66_ Please advise by 2:00 PM Friday, August 23, 2024 Thank you, Steven Kulick, CPM Chief Procurement Officer Direct: 305-663-6339 City of South Miami 6130 Sunset Drive, South Miami, FL 33143 Follow us on : lnsta g ram I Facebook I Twitter I TikTok I Linked In I YouTube Download the SoMi Connect App: ~ I Google Play Under Florida law, e-mails are public records. If you do not want your e-mail address released in response lo a public records request, do not send electronic mail to this entity. Instead, contact City Hall by phone or in writing . 3 133 of 162 From: Fernando Murzi <fe rnando @hyconbuild.com> Sent: Wednesday, August 14, 2024 6:06 PM To: Kulick, Steven P.<SKuli ck @southmiamifl .g ov> Cc: Pough, Quentin <QPoug h@southmiamifl .g ov>; Webster, John <JWebster@southmiamifl.gov >; Payne, Nkenga <NPayne@southm iamifl.gov> Subject: RE: Restroom-Concession Facility Build at South Miami Park EMAIL RECEIVED FROM EXTERNAL SOURCE Good afternoon Mr. Kulic, Please see responses below in Blue letter. Thank you, FERNANDO MURZI PRINCIPAL t. +1 61 7 415 31.lA e. temaodo@hyconbuild.com 125 SW 7th Street Suite 1717. .Mla mLEU3J..3.Q , v I ----------·-··- !.::J I xJ --------------1 X CONFIDENTIALITY NOTICE: This email and the information contained herein and attachments hereto are legally privileged and confidential information intended only for the use of the individual or entity named above. If the reader of this email is not the intended recipient, you are hereby notified that any forwarding, dissemination, use, distribution or copying of this email, its contents, and/or its attachments, or the taking of any action in reliance on the contents thereof is strictly prohibited. If you have received this email in error, please immediately notify the sender and delete the email and any attachments and destroy any tangible manifestation thereof. Thank you. From: Kulick, Steven P.<Sl<u lick @so uthmi amifl .g ov> Sent: Tuesday, August 13, 2024 4:22 PM To: Fernando Murzi <fernand o @hyconbui ld.com> Cc: Pough, Quentin <QPough@ southmiamifl .g ov>; Webster, John <JWebster@southmiami fl.gov>; Payne, Nkenga <NPayne@southmi am ifl.gov> Subject: Restroom -Con cess ion Facility Build at South Miami Park Re: 1TB #PR2024-07 Good afternoon, 4 134 of 162 The City has received your proposal for 1TB #PR2024-07 and during our review of your proposal we have the following questions: • Could you please clarify why the permit and fees allowance was removed from the bid price? According to the 1TB document page 18 last paragraph of point 3.1 "Permit fees are waived for permits required to be issued directly by the City of South Miami. Permit fees charged by other government entities, if required, are the responsibility of the Respondent/Contractor". We didn't add the cost because of this comment. We are aware of the other Miami Dade permits expenses due to the water extension we have do> however, for us is very hard to predict this number. • Could you explain why there is no price included for as-builts? The City expects as-builts to be provided with each pay application and upon project completion. We included the water extension as-built upon project completion. Not for each payment application. • Please confirm that the bid price for Division 9 Finishes -Walls: Stucco is $44,062.60 and that the bid price for Division 9 Finishes -Walls: Fiber Cement is $54,834.50. Therefore, the alternate bid price is $10,771.90 higher than the base bid, bringing the total to $2,119,599.66. Confirmed The above questions are to assist the City to better understand your proposal and are not meant as an opportunity to revise or change the submitted bid price. The Cone of Silence is in effect. All communication relating to this solicitation must be writing. Please respond by 10 AM, Thursday, August 15, 2024. Thank you, Steven Kulick, CPM Chief Procurement Officer Direct: 305-663-6339 City of South Miami 6130 Sunset Drive, South Miami, FL 33143 5 135 of 162 TI ii C IIY (JI l'I ,.,,.,,r 11v1,t Follow us on: lnstagram I Facebook I Twitter I TikTok I Linkedln I YouTube Download the SoMi Connect App: ~ I Google Play Under Florida law, e-mails are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact City Hall by phone or in writing . 6 136 of 162 ~- HYCON INVESTMENTS LLC I I '/ C 0 175SW 17THSTREETSUJTE 1717 I MIAMI. FL 3130 DATE 8/212024 Estimator. A.Gaeta CGC1526822 Estimate# 24-37 I SOUTH MIAMI RESTROOM & CONCESSION CITY OF SOUTH MIAMI 4300 SW 58TH AVE, SOUTH MIAMI, FL 33143 ~ (Ai:~.:: ..... .. ,..... .,,_:-f:.>~~-, ,, .. _.,_~-;-:-,-,':'~,-· ·; ---. . --~. ~t!J."· 1 General Conditions S 659,475.20 31 .2 7% 2 SlloClvllWor1t 0.00% Earthwork $ 14,712.50 0.10•1. PavlnA $ 2,375.40 0.11'Y, Sito UtlUUes s 1n,020.oo 8.39'/4 Lendsceoa and lrr laation $ 21,649.31 1.03% 3 Concrote $ 142,128.00 6.74'.4 4 Manaorv Included 5 Stcol / Metals lnctuded 6 Wood and Plastics Included 7 Molsturo Protection $ 39,911 .00 1.89o/, 8 Doors s 15,651.33 0.1•~~ 8 Windows $ 1,418.72 o.o,,,. 9 Flnlshos $ 144181,56 6.84·/4 10 Speclaltios $ 33,920.78 1,61% 11 Equipment $ 15,729.00 0.75% 12 Fumlohlngs Included (O lher 4) 15 Mochanlcal 0,00% HVAC $ 22,769.60 1.08% Fin> Protoctlon Included (O lher 1) Plumblna $ 192,703.79 9.14'.4 16 Ektctrlca l $ 163,333.33 7.75'Y, 31 Earthwork $ 1,605.00 0,08% 32 Extorior lmorovomonts $ 151,913.25 7.20o/, 33 Sho Utlihloo $ 304,050.00 14.42 % 40 Process lntogration $ 4,280.00 0.20% Grand Total (Baso Bid Pt1col $ 2 ,108,827.76 100.00'Y. Gross An>a (SF} $/SF Grand TotoJ (Baoo Bid Prlco) S 2, 119.599 .6 8 Gross Aroa SF $/SF 137 of 162 -·--..... ,•1;_-._~,1 ;:;_ j • ' ' . ;~:~ :·lt!l"~ .. 2 SITE WORK SITE DEMOLITION EARTHWORK Building Pad INCLUDED Fine Grade and Compact Building Area s 13 ,910.00 Tennito Treatment s 802.50 EARTHWORK sue TOTAL s 14,712.50 PAVING Concrete Paths s 2,375.40 PAVING SUB TOTAL s 2,375.40 SITE UTILITIES Domeslic Waler INCLUDED (Site Utiities) Tie in Existing • Valve s 21,400.00 PVC Laterals INCLUDED (Sile Utiities) Sanitary Sower UlifaOes s 153,010.00 Fence 97.57 LF $ 2,610.00 SITE UTILITIES SUB TOTAL s 177,020,00 LANDSCAPE -IRRIGATION Irrigation (Repair allowance) s 5.885.00 Sod (St. Augusl ino) $ 15,764.Jt Trees and Shrubs INCLUDED (Sod) LANDSCAPE •IRRIGATION SUB TOTAL s 21,649.31 •_:_~~;~:-·, '·.~. ~£·,;:,¥'}''. .. . ' lJ•.,;, .. ; m'lfl:ltil •. .., ... -"- 3 CONCRETE Vapor retarder ((rm Div 7) INCLUDED (Total Conetete) Foundations INCLUDED (Total Cooetete) Slab on Gmdo -4 • INCLUDED (Total Conetete) CMU INCLUDED (Tota l Concrete) Conctele Roof I Joists INC LUDED (Total Conc,ete) Total Concrete s 142,128.00 ~~-:v:;,.:,).;. •' . . f",,,-;: '_.::. ' ::,;; 1~· ..... "· :~,: ... .:.. :~_.,_, ";;,· .. -,_.;;r: .. r:;.:: ..-;-._!· :.nit;ji. ... , :■I I 4MASONRY 1a::...~.~•A•~ INCLUDED [fotal Conetete) . . ~,h~'!J ..;.i,.--n-~-\' .• ·"'';~~ i.:~..lf' ... -~ •'•!"'I~. -n, ~,._~•l t'. 5 METAL Structural Stool Columns INCLUDED [fatal Conc,ete) .-:, :'111' ~·~·;.,[_ ;!~~ = . 1,,,. '· ,. ,~•,.JrJ rr_r; J 1:.1,~ ::;:i; _::··. ',_. (I;~.,~-'_.:,..."' , .>;:~·r-E :.!'.~,,: il';''.lf;:,J'O'. 6WOOD Rough Carpenlry INCLUDED [fotal Conc,ete) ~ . T~! -r;J<• " .... , ...... ::i , • . ... , 1:.1' ,·.-r·.·.n-~ ,1 ·:, ~•\;-<i 1.,-.·:/ ,,....,, ·:>.i:11·;,c· .•. R ~-::,._,~,!,:_-,:~. D 7 MOISTURE/ THERMAL PROTECTION Oamproofing INCLUDED (Bu ikling Insulation) Vapo, retarder INCLUDED {Building Insulation) Bui lding Insulation s 4,387.00 Exterior wall• rigid bcf INCLUDED (Building lnsuLalion) Sound attenuation batl INCLUDED (Building Insulation ) Fial Roofing s 32 ,100.00 Fl85hing & Sheel Metal (SST) l'ICLUDED (Roof) Roof Cents INCLUDED (Roof) Downspouts s 3.424 .00 Joint Sealers INCLUDED (Roof) li':''.9:r~·:·,~ ,MOISTVRE/11tERMAL'PROTE CTioN TOT AL f c....,'1.-~"''-'.'. f.::7. ~:: '~ ~: ;"(7"'.ftS:~ rs~11,oo i 8 DOORS Doors and Frames (HM)• NOA 9,413.33 Roll up Coors with NOA 6,238.00 138 of 162 9 FINISHES WALLS Stucco 44,062.60 FLOORS Sealed Concrete NOT INCLUOEO Special Conc,ete NOT INCLUDED Floor Tile 837.00 SF s 17,597.19 CER.INGS Acoustical Panol Ceilings 400,00 SF s 34,539.60 Hard Ceilings I Soffits 400.00 SF INCLUDED Exposed 50.00 SF INCLUDED {Concrclo} WALL COVERINGS Wall Tile and Base 1506,00 SF s 38,245.17 Extarior Paint 1965.00 SF $ 5,457.00 SF $ 4,280.00 Fire Exlinguishers EA s 734.99 Fire Extinguisher Gab. EA INCLUDED Identifying Devices (Signs) EA 5,341.8\ T oilel Par1ilions 9.947,79 Regular Compartmenls 4 EA INCLUDED (Toilal Partitions) Urinal Screens EA INCLUDED (Toilet Partitions) Toilet Accesofios 11,529.68 Paper Towel Dryer 14 EA INCLUDED (Toilet AtC0$0ries) (D•F•K•L) Toilet Tissuo Dispenser 4 EA INCLUDED (Toilet Accesories) C 42• grab bars 2 EA INCLUDED (To ilet Accesories) A 36" grab bars 2 EA INCLUDED (Toilet Accesori es) B MirTO r 4 EA INCLUDED (Toifet Accesories} E Soap Dispensers 3 EA INCLUDED (Tollel Accesories) J Baby-Changing Tabla 2 EA INCLUDED (Toilet Accesorios) H Built-in Concessions Counler & Shelving 6 EA s 6,366.50 SPECIAL TIES I BUILT-INS TO~ FOOD PREPARATION s 15,729.00 INCLUDED (Total Equipment) Microwave Oven (Model N": WWl31017AS) INCLUDED (Total Equipment) Holdog RoUer (Model N": RDB24SS) INCLUDED (Tolal Equipmonl) Food Wanner (Model N": GRFFB) INCLUDED (Total Equiprnenl) Refrigimtor (Model N•. VSR-2) INCLUDED (Total Equipmenl) Ice Maker (Model N": MIM 100) INCLUDED (Total Equipment) Colton Candy (FTI OOOCC-P) INCLUDED (Tolal Equipmonl) Ice Croom Freezer (TFM-51 FL BK) INCLUDED (Tolal Equipment) EQUIPMEl'll' SUB TOTAL s 15,729.00 15 MECHANICAL Mobtllzation I Shops / Bonds INCLUDED (Total Mechanical) Ductwork w. Insulation INCLUDED (Tolal Mechanical) 2.0 Ton Mini Sp~I INCLUDED (Total Mochanical) EJ1hauSI fans INCLUDED (Tolal Mechanical) AJC gril/os INCLUDED (Tolal Mechanlcel) Misc. Suppor1s, accesories INCLUDED (Total Mechanical) Louvers INCLUDED (Total Mechanical) Test I Bal INCLUDED (Total Mechanical) MECHANICAL SUB TOTAL s 22,769.60 frf-7"~~~?~,:_,~-"MECHANICAL TOTAL [_~ ~~~~1 [$~ 38 :4~8 ~ 1& PLUMBING Mobilization I Shops / Bonds INCLUDED (Total Plumbing) Water Closet 4 EA INCLUDED (Total Plumbing) Urinals 2 EA INCLUDED (Total Plumbing) Lavs 4 EA $ 20,251.89 drinking Founta ins • hi-lo 1 EA s 3,964.35 Janitor 1 EA INCLUDED (Total Plumbing) Shower INCLUDED (Total Plumbing) WaterHlrs 1 EA s 6511,05 Piping Plumbing s 167.829.50 Grease Imp/ Separator/ SampUng port INCLUDED (Total Plumbing) Dryweli INCLUDED (Total Plumbing) ......... ........ • . ~ ' . ;--~·,; ·.,.·. .... :·· -,,,. •. · :•;• ,-.~r .. a \ ·::a ' 139 of 162 16 ELECTRICAL Mobilization I Shops / Bonds Site Electfical Duci Bank Site Communications Panelboards, feeders, transformers Oullets Lighting Telephone (empty conduit) Intrusion detection Lightn ing Prolection Grounding 31 EARTHWORKS Clearing and Grubbing Removal of Concrete Type O Curb Subsoil Escavallon Optional Base, Base group Milling Exisling Asphan Pavemenl , 1'" Avg Deplh Superpavo Asphalllc Concrete, Traffic C, PG76•22 Inlets. OT , BOT , Typa C, JBOT , <10 French Dra in. 18'" Concrete Curb, Type D Concrole Sidewalk, 4'" Thick Detectable Warnings Performance Turf. Sod Signing and Pavement Markings 33 SITE UTILITIES Utility Pipe, Plug , & Out of Se,v, s· Utiity Pipe , Remove & Dispose, 6'" Utility Pipe Poly Vinyl Chk>ride. Furnish and lnslall, s· Sanilary Sewer Cleanoul, s· PVC,Furnish and _,slall Ulitity Pipo HOPE . Fumish, and Install 1.5• UIHity Pipe HOPE, Fumlsh, and lnslall 2" Furnish, and lnslall 3/4'" hosoblb Uli~ty Pipe Ouclile Iron, Furnish, and tnslall. 4'" Utility Oodi\o Iron. Furnish. lnslaU, &• Ulllity Ouclile ton. Fumish , Install. e• Utility filling. Elbow. Furnish. and Install 4. Ulility filling. Elbow, Furnish. and Installs· Utility f illing. Elbow. Fumlsh. and lnslall 8'" Utility fitting. Tee . Fum ish, end Install e· Ulility FIiiing, Cap . Furnish , and lnsta U. 6'" Ulility Fitting, Cap, furnish, and Install. e• Utility Fixture, Furnish and lnslall Line Slop Assmebty, 6"' Ulilily fixture, Fum lsh and Install Oual Meter Box 2· Utility Flxlure . Furnish and Install Corp Stop 1.s• Ulility Fixture. Furn ish and Install Tapping Saddlo 4• Utility Fixture , Fumish and Install Tapping Saddles• Uutity Fixture. Fum lsh and Install Tapping Saddles· UIOily Fixlure, Furnish and Install Votve Assembly 4• Utility Fixture, Furnish and Install Valve Assembly s· Util ity Fixture , Furnish and Install Valve Assembly s· Uti5 ty fixluro, Fumlsh end Install Blowoff Assembly 2· Utili ty Fixture, Furnish and lnslall Sample Poi nte· Ult Stalion everything inside tho fence lncllding Fo,cemain. fitting a.,d appurtenance up to the co...nection point (Includes fence . electrical, structural). Includes all work up lo point of connection . Fire Hydranls Fire Hydranl , Remove Utility FUdure , Furnish and lnslall AJr Release Valve 40 PROCESS INTEGRATION INCLUDED (Total Electrical) INCLUDED (Tolal Electrical) INCLUDED (Total Electrical) INCLUDED (Total Electrical) INC LUDED (Total Elecirical) INCLUDED (Tolal Elecirical) INCLUD ED (Total Electrical) INCLUDED (Total Electrical) INCLUDED (Asphalt) 66,340.00 INCLUDED (French Drain) 71,155.00 1,578.25 EXCLUDED EXCLUDED INCLUDED (Landscape) INCLUDED (Sile Uliilies) INCLUDED (Sile Utilities) INCLUDED (Sile Utilities) INC LUDED (Sile Ut ilities) INCLUDED (Sile Utilities) INC LUDED (Sile Uli6ties) INCLUDED (Site Utiities) INCLUDED (Silo u,rnties) INCLUDED (Sile Utilties) INCLUDED (Site UliUies) INCLUDED (Site Utilities) INCLUDED (S ile Uti lities) INCLUDED (Sile Uhl~ies) INCLUDED (Site Utililics} INCLUDED (Site Ultlilles) INCLUDED (Sile Utllilies) INCLUDED (Sile Ut ilities) INCLUDED (S ile Utilities) INCLUDE D (Sile Ulililies) INCLUDED (Site Utilities) INC LUDED (Sile Ulilitles) INCLUDED (Sile Ulilities) INCLUDED (Site Utilities) INCLUDED (Sile Ulitilies) INCLUDED (Site Utlltles) INCLUDED (Sile Uti fr lies) INCLUDED (Site Utilities) lNCLUOEO (Sito UliMios) 140 of 162 GENERAL CONDITIONS Genera l Conditions and requireme nts s 309 ,764 .0 0 Ma lnatenace of Traffic s 29.960.00 Mob iUzation {Max 3%) / Demoblllzal!on (Min 2%) s 72 ,467 .63 Permits and Fees NOT INCLUDED As-buills CM Fee(7 %) s 101 ,454 .68 OLPD s 29.700 .00 BuHders Risk s 24 .300 .00 P&P Bond s 52 .650.00 Olhor 1 • Fi'e alann s 27.405.00 Oltier 2 -Waterproofing s 9,523.69 Other 3 • Handrail s 1,500 .00 Other 4 -Window Shades s 750.00 ~::-J:, .:::~A~~!Ol_A_i] -'"'-~--~--'--~ }'~~:m~ f·. :,. :~ :. =-=.,_,_ ., .;,, . • ,GR~~roiilL'"isii~E s10 PR1ci1 il~-i-i.~ •.. -,;.,.-• i,,!;,~ -~---:_: ~..ie: .. ~ -.:.!!-__:_-.:, .. ~ ~-i!l~-'!,,:~..:}.;l;~~:il NOTES 1.BID PRICES STATED IN THE PROPOSAL INCLUDE ALL COSTS AND EXPENSES FOR LABOR, EQUIPMENT, MATERIALS. CONTRACTOR'S OVERHEAD . PROFIT . BONO AND INSURANCE, AND GENERAL CONDITIONS . PAYMENT FOR THIS PROJECT WILL BE BASED UPON COMPLETION OF THE ENTIRE PROJECT AS A UNIT PRICE CONTRACT. CONTRACTOR IS RESPONSIBLE FOR ALL REPAIRS, INCLUDING COMPLETE RESTORATION WORK TO DISTUREO ELEMENTS AND SURFACE AREA DUE TO CONSTRUCTION ACTIVITIES AND DISPOSAL OF All DEBRIS AND MATERIAL OFF-SITE . 2. THE CONTRACTOR SHALL use THESE ITEMS TO WRITE DOWN THE ALL OF THE COSTS, EXPENSES, LABOR , MATERIAL, EQUIPMENT OR ANY OTHER COSTS NOi ALREADY COVERED BY THE SCHEDULE OF VALUES BUT NEEDED TO COMPLE IE THE WORK . AS ENVISIONED AND INTENDED IN THE CONTRACT DOCUMENTS CONTRACTOR SHALL PROVIDE A NARRATIVE OF WHAT ITEMS ARE BEING COVERED UNDER THIS ITEM . 3. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PERFORMING ITS OWN QUAN I TY TAKE OFF . IN THE EVENT THAT THE CONTRACTOR DETERMINES ADDITIONA L QUANTITIES ARE NEEDED. THE CONTRACTOR SHALL AOJUSTTHE UNIT PRICE OF CLOSEST BID ITEMS SUCH THAT THE BIO PRICE REPRESENTS THE ACTUAL COST OF CONSTRUCTION. 4. THIS SCHEDULE OF VALUES IS PART OF A SET OF CONSTRUCTION DOCUMENTS. THE GRAND TOTAL (BASE BID PRICE) SHALL MEAN THE PRICE TO COMPLETE THE WORK AS ENVISIONED BY THE CONTRACT DOCUMENTS IN THEIR ENTIRETY . 5. THE GRAND TOTAL (ALTERNATE BID PRICE) SHALL MEAN THE AGGREGATE SUM OF All BID ITEMS INCLUDED IN THE BASE BID (EXCEPT FOR THE STUCCO WALL FINISH) PLUS ALL BID ITEMS INCLUDED IN THE ALTERNATE BID. 141 of 162 SUBMITTED THIS BID SUBMITTED BY: 02 Hycon Investments LLC ./ Company I Fernando Murzi .·,. ! Name of Person Aut~~_!.Q$ubjit Bid •·L,...-, _-::,. Signature Principal Title DAY OF August 20 24. --------- 44 of 91 142 of 162 61 7 -415-317 4 Telephone Number 617-415-3174 Fax Number fernando@hyconbuild.com Email Address FORM I BID FORM PACKAGE ~CKNOWLEDGEMENTS (CONTUNUEID) HYCON INVESTMENTS, LLC 1 1' NAME OF BIDDER FIRM ::::::::::::::: ~--_. 7 SIGNATURE OF BIDDER Fernando Murzi -Principal / License qualifier NAME & TITLE, TYPED OR PRINTED MAILING ADDRESS 175 Sw 7th Street Suite 1717, Miami, FL 33130 ~ 415-3174 TELEPHONE NUMBER State of Florida County of Miami -Dade The f?re~oing i~strument was ackn~wl.e~:ed before me by means of __ e,hy~ical presence ~r online notarization, this _Q!_ day of ~qty_· ·l \. . .-1-,·~ \ , 20 24, by •i l ~ k. A\\,\). \ h,17;? I (name of person) as -,,f1 Is{ 1\'/\/ • (type of authority) for l·\Y( '-·w ___ (name of party on behalf of whom instrument is executed). I N otary Public (Print,IStamf,, or Type as / Commissioned) ., Personally known to me; or ___ Produced identification (Type of Identification: _______________ ) ___ Did take an oath; or ___ Did not take an oath ◄ A Notary Publlc State or Florida , ' _A_ Enrique Ignacio GIi ' IUiMIIIIIJ.l!m My Commission HH 527910 ◄ Expires 5/15/2028 22 of 91 143 of 162 FORM 2B BIDDER'S CERTIFICATION (if Partnership) CERTIFICATE ST A TE OF Florida } COUNTY OF \l11/1 I ,1 l '\ '1A Ot~· } ss ) I HEREBY CERTIFY that a meeting of the Partners of --l-/J._'.;._/ _(_: __ I'_,., ___ _ ________________________________ ,a partnership existing under the laws of the State of ·1 I(.... ,l! I\)/.\ , held on Jc l.. J l, ';, / • 202~. the following resolution was duly passed and adopted: I l(j(.,.-f "RESOLVED. that [I-Ll\,/i Iv .J~ /-t1.., ,N. I as : 'l '; A, t 1 / /4 i. of the Partnership, be and is hereby authorized to execute the Bid dated L., -11 l U 1, '> / , 2024. to the City of South Miami for 1TB No. PR2024-07 "RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK" from this partnership and that his execution of thereof, attested by the shall be the official act and deed of this Partnership." (SEAL} 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 / / />t. I / I '/// '1/'. , . / .·, / ,( ' , •• J/ ( [' i' ...... , / J I Secretary ,/ / A Nolary Public Stato of Florlda .R!l'll,. Enrique lgnaclo GIi llml'miWffl My Commission HH 527910 Expires 5/16/2028 24 of 91 144 of 162 FORMJ SINGLE EXECUTION AFFIDAVITS THIS FORM M~s-r; BE s•~NEQ. ~~D ~wo~N~:T.Q •~.TtfJ; P.BE~~~~~ ol ~•~QT..~~t F.',Y,~qc , OR OTHER OFFICIAL AUTHORIZED ·To AD MINISTER O.A Tl-IS, THIS FORM COMBINES SEVERAL AFFIDAV8T 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 AffDDAVBT STATEMENTS, THE BIDDER OR BIDDER IS DEEMED TO BE NON-RESPONSIBLE AND BS NOT ELIGIBLE TO SUBMIT A 810/81D. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE CITY OF SOUTH MIAMI AND ARE STATEMENTS MADE: By: Fernando Murzi For (Name of Proposing or Bidding Entity): Hycon Investments, LLC Whose business address is: 175 SW 7th Street Suite 1717, Miami FL 33130 And (if applicabl~),.it;s Fec!era(,ErQplc;,y~r.ldentifkation .f>lumbe r,,(FEI~), is: _N_/_A __ _ (if the entity does not have ai:i FEIN, include the Social Security Number of the individual signing this sworn 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. o The American with Disabilities Act of 1990 (ADA), Pub. L IO 1-336, I 04 Stat 327, 42 USC 1210112213 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. o The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501-5S3.513, Florida Statutes: o The Rehabilitation Act of I 973, 229 USC Section 794; o The Federal Transit Act, as amended 49 USC Section 1612; o The Fair Housing Act as amended 42 USC Section 3601-3631. -.--f-,, -- Bidder Initials 25 of91 145 of 162 Public Entity Crimes Affidavit I understand that a "public entity crime" as defined in Paragraph 287. I 33(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( 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( I )(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 fade 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.) 00 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. 0 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. 0 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 26 of91 146 of 162 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. 9--·- 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. Tr----- 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 Ill, 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. :::r I·- 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; 27 of 91 147 of 162 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 co 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 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 28 of91 148 of 162 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 1TB 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 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.) 00 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. f . 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 blacl<list, 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. .. --· .. --.. ----~-- 29 of91 149 of 162 2. Contractor warrants that it has read, understands, and is willing to comply with all requirements of 1TB No. PR2023-I 7 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.] 30 of91 150 of 162 I In the pr~sence ~f: / / Slgnefii_'._Jef !d ~.nd--delivered by: /,1//((_ Ct l ' / rint Name: ( /._.'f.:/l. -.{. Print N;t"!e:. r · i.::..I~' 11 J , (" Title: 1 I,· 1 -1 ACKNOWLEDGMENT Stace of Florida County of h I II l-) I {1/-11 t The foregoing inscrl!'~~nt was ackrwwledged before me by means of~ p~ sic~I presence or_ online notarization, this ~ day of /-IL·<-·,..,,·,+ . 20 ...,l/. by { ... ';,' /1., h ~ II.., /2. t I (name of person) as ,'"'3/:/A1U('!JL • (type ofauthority) for I Jy(, •A. ___ (name of party on behalf of whom instrument is executed). / {_r-, I {(<.(,u,. . I N otary Public (Pjint, S~fup, or Type as Commissioned) ___ Personally known to me; or ___ Produced identification (Type of Identification: ________________ } ___ Did take an oath; or ___ Did not take an oath , Iii.It-. Norary Public State of Florida ~-Enrique Ignacio GIi 1 ◄ IWIIIIIIYWJ My Commission HH 527910 Expires s11,1202s , 31 of 91 151 of 162 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 __ X __ 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 __ X __ 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 Miami -Dade The f~re?oing i~str~~ent was acknpwle~ged before me by m~ans of ~~17sical pres,ence or p ,~n~ine notarization, this ..LL day of .· lLt,,V-'· ! , 20~. by -~ :; (1k ,.-1,v '\. hv Lr/ (name of person) as ,'/:./AH .. ; 11/-ll: (type of authority) for/-/ )-1l _,l] ___ (name of party on behalf of whom instrument is executed). Notary Public (Print. St,amp, or T ~e as Commissioned) ___ Personally known to me; or ___ Produced identification (Type of Identification: ____________ _ ___ Did take an oath; or ___ Did not take an oath • Notary Public Stoto of Florida c ~ Enrique lgnaclo GIi liWYllllllml My Commloslon HH 527910 ' Expires 5/16/2028 ~ 32 of91 152 of 162 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 19160-192 I 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: Hycon Investments, LLC Date: 08/01/2024 33of91 By: Fernando Murzi Signature of Authorized Representative i r ,v,t, ',•✓ ,.,,1 1·,f . ,: r::_ ( I ' \ .:.1 V l I p·\ Name aricfTitle,..~f ~'17~d Representative ' ) I I ,, ; I I i f I J I I . ----7+/+-/) .. / l· . I i 153 of 162 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 "NIA". Hycon Investments, LLC Firm Name 175 Sw 7th Street Suite 1717, Miami FL 33130 Principal Business Address (617) 415-3174 Telephone Number fernando@hyconbuild.com Email Address 81-1722479 Federal I.D. No. or Social Security Number License Number: CGC1526822 / Certificate Number: Fl239983 Municipal Business Tax/Occupational License No. FIRM HISTORY AND INFORMATION NIA Facsimile Number How many years has the firm has been in business under its current name and ownershipl 8 years Please identify the Finn's document number with the Florida Division of Corporations and date the Firm registered/filed to conduct business in the State of Florida: L16000021851 02/01/2016 Document Number Date Filed Please • identify the Ar"''s. ~~9ry.,with . the Florid?, r;>epaftqten~:,of Busloe~ ._Pr~fessiooal , l~egl~latjon (DBPR)/DBP.R:111:=ense: nul!ib'i!)v , "!'~ 'dat•(l!i::ense~ bY.~P.BPR: Construction Industry CGC1526822 August 31, 2024 Category license No. Date Licensed Please indicate the type of entity form of the Finn (if other, please describe): o Individual o Partnership o Corporation oo LLC o LLP o Other __________ _ '\ Please identify the Firm's primary business: ( -~ •r . \ r. ,\ Cv V' P.Jr,.J I) \1-.' 34 of91 154 of 162 Please identify the number of continuous years your Firm has performed its primary business: _§_years 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 entitv that issued the license or certification: License/Certification Name of Entity Issuing License No. License. l_ssuance. D~te Type License or Certification License State of Florida CGC1526822 Certification State of Florida FL239983 01/12/2024 Please identify the name, license number, and issuance date of any prior companies that pertain to your Firm: NIA License/Certification Name of Entity Issuing License No. License Issuance Date Type License or Certification Please identify all individuals authorized to sign for the entity, their title, and the threshold/level of their siE:ninE: authority: Authorized Signor's Name Title Signing A~thority_;Thre_s.hold (At1,·cost up·to $X-Amount. No Cost, Other) Fernando Murzi Principal Gerardo Murzi Principal Please identify the total number of Firm employees, managerial/administrative employees, and identify the total number of trades employees by trade (e .E:., 20 electricians, 5 laborers, etc.): Total No. of Employees 11 Total No. of Managerial/ Administrative Employees Total No. ofTrades ·Emolovees bvTrade INSURANCE INFORMATION Please provide the following information about the Firm's insurance company: James River Insurance Company Certificate Department Insurance Carrier Name 225 E Dania Beach Blvd Ste 120 954-363-2082 Insurance Carrier Contact Person certs@beiagency.com Insurance Carrier Address Telephone No. Email H~ th~_f;imj 'fll~cf •aoy.\inst.iranc~ .·clairns JJ);~e: las~:.frv~ (Sr yearsl □ No o 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 • Fernando Murzi Princi al 35 of91 155 of 162 -•-.. ---··------------- Gerardo Murzi Principal 50% Please identify whether any of the owners/partners Identified above are owners/partners in another entity: o No o 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. I I • ' • -') firm: __ ·_7 ___ 0_·_v_-__ l._v_'l...,1-~':J..,_(/\_,_.,.._,_L_''-~_,_, _L.;_L ___________________ _ //,) Authorized Signature: ___ b_·.r.-','--------- Print or Type Name: __ t _i·_'--'"--"-''·_,l_1 __ l·_"_,_11 _._~' __ _ 36 of 91 156 of 162 Date: -~-• ~ ... -... /_°/_' :_,_.,_' _·, _\_'_/_. __ ) I I Title: _l'_L_.~_-· i_<_::.-1-,L_:,_./_ FORMS REFERENCE LIST IN ADDIT I ON TO THE INFORMATION REQUIRED ON THIS FORM, BIDDER SH ALL P ROVIDE A MINIMUM OF THREE REFERENCE LETTERS. REFERENCE #I Public Entity Name: Newmark (Private Company) Reference Contact Person/Title/Department: ___;;C'--"a'""rl.,_y....;:S--u--'-'tt"'--o~n,._D_i __ re'--'c'-'-to"-'r ___________ _ Contact Number & Email (0): 312.224.3125 I (M): 402.305.4573 carly.sutton@nmrk.com Public Entity Size/Number of Residents/Square Mileage:_N_/_A ______________ _ Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) _P_ro_je_c_t:_K_n_o_te_l _________________ _ Event Start: October 2023 I Event Completion: June 2024 Interior office space entire buildout 20,000 SF Project Value:$ 3,015,000.00 Is the Contract still Active? Yes ___ No X 45 of91 157 of 162 REFERENCE #2 Public Entity Name: Swire Properties (Private Company) Reference Contact Person/Title/Department: Cesar Richards, Senior Tenant Coordinator Contact Number & Email T: (305) 371-3877 / crichards@swireprops.com Public Entity Size/Number of Residents/Square Mileage:_N_/A ______________ _ Event{s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) __ P_ro_1_e_ct_: _T_h_e_S_c_a_p_e_G_a_m_e ______________ _ Event Start: October 2023 / Event Completion: February 2024 Interior Retail space entire buildout 8500 SF Project Value: $ 650,000.00 ls the Contract still Active? Yes ___ No __ X __ 46 of91 158 of 162 REFERENCE #3 Public Entity Name: __ s_o_c_ta_in_e_r_(_P_ri_va_t_e_C_o_m_p_a_n_y_) _____________ _ Pedro Arias Reference Contact Personfritle/Department: ___________________ _ Contact Number & Email p.arias@soctainer.com Public Entity Size/Number of Residents/Square Mileage: __ N_/A ______________ _ Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) _P_r_oJ_·e_c_t:_S_o_ct_a_in_e_r ________________ _ Event Start: June 2022 / Event Completion: April 2023 2 soccer fields and 2000SF new construction space Project Cost: $565,000.00 Is the Contract still Activel Yes ___ No X END OF SECTION 4 47of91 159 of 162 Letter of Recommendation Dear City of South Miami, I am writing to highly recommend Hycon Build for any construction or renovation project. I had the pleasure of working with they, and I am extremely satisfied with the results. Throughout the entire project, Hycon demonstrated exceptional professionalism, attention to detail, and effective communication. They consistently met deadlines, provided regular updates, and ensured that the work was completed to the highest standards. Hycon has a deep understanding of construction techniques, materials, and safety protocols. They effectively coordinated subcontractors, managed the project timeline, and addressed any issues promptly. I appreciate Hycon's collaborative approach and willingness to listen to our needs. In summary, I recommend Hycon Build, for any construction or remodeling work. They is reliable, skilled, and dedicated to delivering outstanding results. Please feel free to contact me if you have any further questions or need additional information. Sincerely, AlexAvayu DAC, Senior Project manager Phone: (305) 785 -4066 160 of 162 Letter of Recommendation Dear City of South Miami, I am writing to highly recommend Hycon Build for any construction or renovation project . I had the pleasure of working with they, and I am extremely satisfied with the results. Throughout the entire project, Hycon demonstrated exceptional professionalism, attention to detail, and effective communication. They consistently met deadlines, provided regular updates, and ensured that the work was completed to the highest standards . Hycon has a deep understanding of construction techniques, materials, and safety protocols. They effectively coordinated subcontractors, managed the project timeline, and addressed any issues promptly. I appreciate Hycon's collaborative approach and willingness to listen to our needs. In summary, I recommend Hycon Build, for any construction or remodeling work. They is reliable, skilled, and dedicated to delivering outstanding results. Please feel free to contact me if you have any further questions or need additional information. Sincerely, Eric Holland OTJ -Senior Principal Phone: (305) 333-7594 161 of 162 Letter of Recommendation Dear City of South Miami, I am writing to highly recommend Hycon Build for any construction or renovation project . I had the pleasure of working with they, and I am extremely satisfied with the results . Throughout the entire project, Hycon demonstrated exceptional professionalism, attention to detail, and effective communication. They consistently met deadlines, provided regular updates, and ensured that the work was completed to the highest standards. Hycon has a deep understanding of construction techniques, materials, and safety protocols. They effectively coordinated subcontractors, managed the project timeline, and addressed any issues promptly. I appreciate Hycon's collaborative approach and willingness to listen to our needs . In summary, I recommend Hycon Build, for any construction or remodeling work. They is reliable, skilled, and dedicated to delivering outstanding results. Please feel free to contact me if you have any further questions or need additional information. Sincerely, Carly Sutton Newmark, Director Phone: (402) 305-4573 162 of I 62 Agenda Item No:2. City Commission Agenda Item Report Meeting Date: September 3, 2024 Submitted by: Quentin Pough Submitting Department: Parks & Recreation Item Type: Resolution Agenda Section: Subject: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING AND AWARDING A CONTRACT FOR CONSTRUCTION TO HYCON INVESTMENTS, LLC FOR CONSTRUCTION OF THE RESTROOM-CONCESSION BUILDING AT SOUTH MIAMI PARK PROJECT PURSUANT TO INVITATION TO BID (ITB) NO. PR2024-07 IN AN AMOUNT NOT TO EXCEED $2,560,594.31; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND TO ENTER INTO A CONTRACT FOR THE PROJECT; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PARKS, RECREATION & CULTURAL DEPT.) Suggested Action: Attachments: Memo-SMP_Restroom-Concession_Building_Construction (2).docx 49H945502-Resolution - Restroom-Concession Building at SMP - Hycon Investments LLC.DOCX Exhibit A-Construction Contract.Restroom-Concession at SMP.docx Exhibit B to Contract - Hycon Investments LLC.PDF FINAL ITB SM Restroom_Concession Facility 5.24.24.pdf v2REvised Bid Tabulation ITB PR2024-07 8.23.24.pdf Proposal Summary ITB PR2024-7 8.23.24.pdf Demand Star ITB PR2024-07 8.2.24.pdf Sunbiz.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:September 3, 2024 SUBJECT:Construct a new restroom-concession building and other related project contract improvements at South Miami Park ($2,560,594.31). RECOMMENDATION:Approve an agreement with Hycon Investments, LLC for the construction of a restroom-concession building and related project contract improvements at South Miami Park, for an amount not to exceed $2,560,594.31, including contingency funds. BACKGROUND:On Tuesday, June 4, 2019, the Mayor and City Commission passed Resolution No. 71-19-15343, authorizing the City Manager to execute a professional service work order with EAC Consulting, Inc. for the completion of construction documents for a proposed restroom-concession facility at South Miami Park. Over the past five years, two separate proposals for additional architectural and engineering services have been approved, with the most recent approval occurring on Tuesday, February 20, 2024. The contract plans include the construction of a new one-story, roughly 1,880-square-foot building featuring a concession room, covered terrace, administrative office, men's and women's restrooms, a drinking fountain with a bottle filler, a Thor Guard lightning protection and warning system, a new lift pump station, and landscaping with palm trees and shrubs/ground cover. Additional project elements include upgrading to an 8-inch water main extension on SW 58th and 59th Avenue, roadway improvements, and fire hydrants. 2 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM CURRENT PERMIT STATUS:The contract plans are currently being reviewed by agencies within the Miami-Dade Department of Regulatory and Economic Resources. Several modifications to the contract plans have been submitted to permitting agencies. Key changes include but not limited to the upsizing of the wet well and valve vault, adjustments to the water main connections to ensure a 4-foot cover, and the extension of these connections towards specific intersections. A new sheet was added to display the proposed ingress/egress easement to the pump station, and various details related to the fence layout and pump station were revised. Additionally, changes were made to the force main layout, pavement, and sod restoration, along with the inclusion of new notations and details on various sheets. We’re currently waiting on comments, if any further. LIFT STATION LEAD TIME:Staff has contacted the pump station manufacturer. The current lead time for all pump station-related equipment is approximately 6-8 weeks after the awarded contractor places the order and makes the payment. PROCUREMENT PROCESS:Through the Procurement Division, the City’s Parks, Recreation, and Culture Department issued Invitation to Bid (ITB) #PR2024-07 on Friday, May 24, 2024, for the 'Restroom-Concession Facility Build' at South Miami Park. The City received bid proposals from seven (7) firms, as outlined below. Stonehenge Construction, LLC, and All Construction &Plumbing Inc. did not submit the revised schedule of values provided in Addendum No. 2 (copy attached). City staff has identified Hycon Investments, LLC (“Hycon”)as the lowest, most responsive, and responsible bidder. Hycon Investments, LLC has been in business for eight (8) years and has completed projects for multiple private companies. Staff has contacted Hycon’s references and received positive feedback. 3 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM BID COMPARISON SUMMARY:Staff has conducted a bid comparison summary focusing on the two lowest and most responsive bidders: Hycon Investments, LLC, and X10 Construction, Inc. The purpose of this analysis is to determine the construction cost per square foot for the building alone. Table Analysis #1 separates general conditions as a distinct line item, while Table Analysis #2 distributes general conditions across bid items proportionately based on their corresponding amounts. It’s important to note that allocating general conditions proportionately, as done in Analysis #2, is technically inaccurate since different aspects of the project involve varying levels of risk. However, this approach allows for a more direct comparison between Hycon Investments, LLC, and X10 Construction, Inc. Base Bid (General Conditions Separated) Hycon Investments, LLC: $771,747.10 / 1,880 sf = $410.50 Base Bid (General Conditions Distributed Proportionally) Hycon Investments, LLC: $1,136,214.49 / 1,880 sf = $604.37 Table Analysis #1 (General Conditions Separated) 4 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Table Analysis #2 (General Conditions Distributed Proportionally) VENDOR Hycon Investments, LLC EXPENSE:Proposal/contract amount shall not to exceed $2,133,827.76 A $426,766.55 (20%)contingency will be added to the contract amount for any unforeseen construction-related activity. FUND ACCOUNT:Contract Amount (total $2,133,827.76) $1,436,721: American Rescue Plan Act (ARPA) –account number 121-2000-572-6550,with a current balance of $2,633,309,or other funding source as determined by the City Manager to be in the best interest of the City. $697,106.76: Capital Improvement Program, Parks & Recreation – account number 301-2000-572-6450, with a current balance of $2,774,142,or other funding source as determined by the City Manager to be in the best interest of the City. Contingency amount (total $426,766.55) $426,766.55 (20%): Capital Improvement Program, Parks & Recreation –account number 301-2000-572-6450, with a current balance of $2,774,142, or other funding source as determined by the City Manager to be in the best interest of the City. 5 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM ATTACHMENTS:Resolution Final ITB Restroom-Concession Building Exhibit A: Hycon Investments, LLC Reference Check-Hycon Investments, LLC Revised Bid Tabulation ITB PR2024-07 Proposal Summary ITB ITB PR2024-07 Demand Star ITB ITB PR2024-07 Sun Biz: Hycon Investments, LLC 6 Page 1 of 39 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 HYCON INVESTMENTS, LLC, a Florida limited liability company(the “Contractor”). WHEREAS, the City issued Invitation to Bid No. PR2024-07 (the “ITB”) for construction of the Restroom-Concession Facility Building at South Miami Park (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 $2,133,827.76 in response to the ITB and was selected and awarded this Contract pursuant to Resolution No. XX 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 ITB, the Contractor’s Bid attached hereto as Exhibit “B” approved construction Plans and Technical Specifications prepared by EAC Consulting (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: RESTROOM-CONCESSION FACILITY BUILDING AT SOUTH MIAMI PARK 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 10 Page 2 of 39 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: 1.4.1.9.1. Manufacturer, trade name, catalog number and Supplier of each product and item of equipment actually installed. 11 Page 3 of 39 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 andutility 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 12 Page 4 of 39 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. 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 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 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 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 300 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 13 Page 5 of 39 Contractor has delivered to Cityall 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 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 $2,133,827.76 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 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 14 Page 6 of 39 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. 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 15 Page 7 of 39 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; 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 16 Page 8 of 39 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. 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 17 Page 9 of 39 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 forthe 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: ARPA Addendum; 4.4.3.Third Priority: This Base Agreement; 4.4.4.Fourth Priority: Exhibit “C,” the Plans and Technical Specifications; 4.4.5.Fifth Priority: Exhibit “A,” the ITB; 4.4.6.Sixth Priority: Exhibit “B,” the Bid; and 4.4.7.Seventh 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, claims, losses, expenses, suits, liabilities, causes of action, judgment or 18 Page 10 of 39 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. 19 Page 11 of 39 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/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 20 Page 12 of 39 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 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: 21 Page 13 of 39 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 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 22 Page 14 of 39 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. 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 23 Page 15 of 39 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 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 24 Page 16 of 39 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 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 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 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 25 Page 17 of 39 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 costsnot 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. 26 Page 18 of 39 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 Citydirects 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 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). 27 Page 19 of 39 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 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. 28 Page 20 of 39 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 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 29 Page 21 of 39 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. 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. 30 Page 22 of 39 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 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 Citywithin five 31 Page 23 of 39 (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 CityCode 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 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. 32 Page 24 of 39 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 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 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. 33 Page 25 of 39 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. 34 Page 26 of 39 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) 35 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 36 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 ___________, 2024. 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 , 2024 and __________________, 2024, ____/____ 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: 37 City of South Miami, FL Page 29 of 39 AMERICAN RESCUE PLAN ACT ADDENDUM TO CONTRACT FOR CONSTRUCTION BETWEEN THE CITY OF SOUTH MIAMI AND HYCON INVESTMENTS, LLC THIS ADDENDUM to the Contract for Construction (the “Addendum”) is entered into as of the day of , 2024 (the “Effective Date of this Addendum”), by and between the CITY OF SOUTH MIAMI, a Florida municipal corporation, (the “City”) and HYCON INVESTMENTS, LLC, a Florida limited liability company (hereinafter, the “Contractor”). Collectively, the City and the Contractor are referred to as “Parties.” WHEREAS, on [DATE], the City entered into a Contract for Construction (the “Contract”) with the Contractor for construction of the Restroom-Concession Facility Building at South Miami Park (the “Project”), as further defined in the Contract; and WHEREAS, on March 11, 2021, the federal government adopted the American Rescue Plan Act (“ARPA”), which, among other things, provides local governments with emergency COVID-19 funding; and WHEREAS,the City desires to utilize ARPA funding to implement the Project; and WHEREAS,in order to utilize ARPA funding for the Project, the City desires to incorporate federally required contract provisions relating to ARPA into the Contract, as set forth in this ARPA Addendum; and WHEREAS,the City and Contractor wish to modify the terms of the Contract in accordance with the terms and conditions set forth in this ARPA Addendum. NOW, THEREFORE,for and in consideration of the mutual promises set forth herein, the City and Contractor agree as follows: 1 1. Recitals Incorporated. The above recitals are true and correct and incorporated herein. 2. American Rescue Plan Act Provisions.The Contract is hereby amended by adding the following provisions to the Contract: 2.1.Mandated Federal Contract Conditions. 2.1.1.In connection with the performance of this Contract, Contractor acknowledges that compensation for the Project services under this Contract shall be fully or partially funded using the Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act. As such, Contractor shall comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by the American Rescue Plan Act, including, 1 Coding: Strikethrough words are deletions to the existing words. Underlined words are additions to the existing words. 38 City of South Miami, FL Page 30 of 39 but not limited to the following documents and guidelines, which are incorporated herein and made a part of this Contract: ARPA Exhibit 1.Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR Part 200), as applicable and as may be amended from time to time; ARPA Exhibit 2.The U.S. Department of the Treasury’s Final Rule governing ARPA, dated January 27, 2022; ARPA Exhibit 3.U.S. Department of the Treasury Coronavirus State and Local Fiscal Recovery Funds Award Terms and Conditions (Assistance Listing Number 21.019); ARPA Exhibit 4.The U.S. Department of the Treasury’s Coronavirus State and Local Fiscal Recovery Funds Frequently Asked Questions, dated April 27, 2022; ARPA Exhibit 5.American Rescue Plan Act Coronavirus Local Fiscal Recovery Fund Contract between the City and the State of Florida, Division of Emergency Management; ARPA Exhibit 6.The U.S. Department of the Treasury’s ARPA Compliance and Reporting Guidance, dated June 17, 2022; and ARPA Exhibit 7.Assurances of Compliance with Civil Rights Requirements. A copy of the above-referenced documents are available for inspection by the Contractor at the Office of the City Clerk and at the following City link: https://southmiamiflgov- my.sharepoint.com/personal/skulick_southmiamifl_gov/_layouts/15/onedrive.aspx?id=%2Fpersonal%2Fskulick%5 Fsouthmiamifl%5Fgov%2FDocuments%2FARPA%20Argreements%20and%20Docs&ga=1 2.1.2.Title VI Requirements. Contractor acknowledges that the City has certified compliance with Title VI of the Civil Rights Act of 1964 to the U.S. Department of the Treasury on the form incorporated herein as ARPA Exhibit 7. Towards that end, Contractor shall ensure that performance of work in connection with this Contract complies with the certifications and requirements contained in ARPA Exhibit 7 and shall also adhere to the following provisions: (1) The Contractor and its subcontractors, successors, transferees, and assignees shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding from a program or activity, denying benefits of, or otherwise discriminating against a person on the basis of race, color, or national origin (42 U.S.C. § 2000d et seq.), as implemented by the Department of the Treasury’s Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this Contract. Title VI also includes protection to persons with “Limited English Proficiency” in any program or activity receiving federal financial assistance, 42 U.S.C. § 2000d et seq., as implemented by the Department of the Treasury’s Title VI regulations, 31 CFR Part 22, and herein incorporated by reference and made a part of this Contract. 39 City of South Miami, FL Page 31 of 39 (2) Pursuant to 44 C.F.R. §§ 7 and 16, and 44 C.F.R. § 206.11, and that the Contractor shall undertake an active program of nondiscrimination in its administration of the Work under this Contract. 2.1.3.Americans with Disabilities Act Requirements. The Contractor agrees to comply with the Americans with Disabilities Act (Public Law 101-336, 42 U.S.C. §§ 12101 et seq.), which prohibits discrimination by public and private entities on the basis of disability in employment, public accommodations, transportation, State and Local government services, and telecommunications. Additionally, Contractor agrees to comply with Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. §§ 3601), which prohibits discrimination against individuals on the basis of discrimination under any program or activity under this Contract. 2.1.4.Age Discrimination Act of 1975. Contractor shall comply with the requirements of 42 U.S.C. §§ 6101 et seq., as amended, and the Treasury’s implementing regulations (31 CFR Part 23), which prohibits the discrimination on the basis of age in programs or activities under this Contract. 2.1.5.Protections for Whistleblowers. (1) In accordance with 41 U.S.C. § 4712, Contractor may not discharge, demote, or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below, information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant, a gross waste of federal funds, an abuse of authority relating to a federal contract or grant, a substantial and specific danger to public health or safety, or a violation of law, rule, or regulation related to a federal contract (including the competition for or negotiation of a contract) or grant. (2) The list of persons and entities referenced in the paragraph above includes the following: i.A Member of Congress or a representative of a committee of Congress. ii.An Inspector General iii.The Government Accountability Office. iv.A Federal employee responsible for contract or grant oversight or management at the relevant agency. v.An authorized official of the Department of Justice or other law enforcement agency. vi.A court or grand jury. vii.A management official or other employee of the Contractor, subcontractor, the State of Florida, or the City who has the responsibility to investigate, discover, or address misconduct. 40 City of South Miami, FL Page 32 of 39 (3) The Contractor shall inform its employees in writing of the rights and remedies provided under this section, in the predominant native language of the workforce. 2.1.6.Compliance with Immigration and Nationality Act (INA).Contractor hereby certifies that it does not knowingly employ unauthorized alien workers in violation of the employment provisions contained in 8 USC Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act (“INA”)]. 2.1.7.Seat Belts Required. Pursuant to Executive Order 13043, 62 FR 19217, Contractor shall adopt and enforce policies or programs that require employees to use seat belts while operating or traveling on vehicles owned, rented, or personally owned by the Contractor and its employees while performing the Work. 2.1.8.Texting While Driving Ban. Pursuant to Executive Order 13513, 74 FR 51225, Contractor shall adopt and enforce policies that ban text messaging while driving and workplace safety policies designed to decrease accidents caused by distracted drivers. 2.1.9.Publication. Contractor shall obtain approval from the City in writing prior to issuing any publications in connection with this Contract. If approved by the City, the Contractor shall include the following language in any and all publications issued: “This Project is [being funded/was supported] in part by federal award number (FAIN) [Insert Project FAIN] awarded to City of South Miami by the U.S. Department of the Treasury.” 2.1.10.Reporting Conflict of Interests.Contractor agrees to disclose in writing to the City, U.S. Department of the Treasury, and the State of Florida, as appropriate, any potential conflicts of interest affecting the use of funds awarded under the American Rescue Plan Act in accordance with 2 CFR 200.112. 2.2.Compliance with Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR Part 200). In accordance with the Final Rule and other guidelines provided in connection with the American Rescue Plan Act, Contractor shall be subject to the federal Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards under 2 CFR Part 200, including, but not limited to: 2.2.1.Equal Employment Opportunity Compliance. During the performance of this Contract, the Contractor agrees as follows: (1)The Contractor will not discriminateagainst any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: a. Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; b. layoff or termination; 41 City of South Miami, FL Page 33 of 39 c.rates of pay or other forms of compensation; and d. selection for training, including apprenticeship The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2)The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3)The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. (4)The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5)The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the U.S. Secretary of Labor. (6)The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the U.S. Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7)In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the U.S. Secretary of Labor, or as otherwise provided by law. 42 City of South Miami, FL Page 34 of 39 (8)The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the U.S. Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 2.2.2.Contract Work Hours and Safety Standards Act Compliance. During the performance of this Contract, the Contractor shall comply with the provisions of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701 through 3708), including as follows: (1)Overtime requirements. No Contractor or subcontractor contracting for any part of the Contract Work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one- half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2)Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States, for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3)Withholding for unpaid wages and liquidated damages. The City shall upon its own action or upon written request of an authorized representative of the U.S. Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4)Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The 43 City of South Miami, FL Page 35 of 39 Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. 2.2.3.Clean Air Act Compliance. During the performance of this Contract, the Contractor shall comply with the provisions of Clean Air Act (42 U.S.C. § 7401 et seq., as amended) and specifically agrees as follows: (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.§ 7401 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the Environmental Protection Agency Region 4 (Southeast) Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance in connection with this Contract. 2.2.4.Federal Water Pollution Control Act Compliance. During the performance of this Contract, the Contractor shall comply with the provisions of Federal Water Pollution Control Act (33 U.S.C. § 1251 et seq., as amended) and specifically agrees as follows: (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the Environmental Protection Agency Region 4 (Southeast) Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance in connection with this Contract. 2.2.5.Debarment and Suspension Compliance. During the performance of this Contract, the Contractor warrants that Contractor or its subcontractors are not debarred, suspended, or otherwise ineligible for contract awards under Executive Orders 12549 and 12689. Contractor shall comply with the following provisions: (1) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180, the U.S. Department of the Treasury’s implementing regulations at 31 CFR Part 19, and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 44 City of South Miami, FL Page 36 of 39 (3) This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C throughout the period of this Contract. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions. (5) Contractor certifies that they: i. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a Federal department or agency; ii. Have not, within a five (5)-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under 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. iii. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity (Federal, State or Local); and iv. Have not, within a five (5)-year period preceding this Contract, had one or more public transactions (Federal, State or Local) terminated for cause or default. If the Contractor is unable to obtain and provide such certification, then the Contractor shall attach an explanation to this Contract as to why not. 2.2.6.Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352, as amended). During the performance of this Contract, the Contractor and its subcontractors shall comply with the provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352, as amended). Specifically, Contractor represents and warrants as follows: (1) No Funds received by the Contractor under this Contract have been paid or will be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any monies, other than Funds received by Contractor under this Contract, have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a 45 City of South Miami, FL Page 37 of 39 Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. (3) The Contractor shall require that this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all such sub-recipients shall certify and disclose accordingly. (4) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by the Byrd Anti- Lobbying Amendment (31 U.S.C. 1352). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 2.2.7.Copeland “Anti-Kickback” Act. During the performance of this Contract, the Contractor and its subcontractors shall comply with the provisions of the Copeland “Anti- Kickback” Act as follows: (1) The Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. part 3 as may be applicable, which are incorporated by reference into this Contract. (2) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the federal government may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of this Contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. 2.2.8.Procurement of Recovered Materials. Contractor shall comply with the provisions of 2 C.F.R.323, including Section 6002 of the Solid Waste Disposal Act. Towards that end, in the performance of this Contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items, unless the product cannot be acquired: (1) competitively within a timeframe providing for compliance with the contract performance schedule; (2) meeting contract performance requirements; or (3) at a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program. 2.2.9.Domestic Preferences for Procurements. To the greatest extent practicable, Contractor and its subcontractors shall provide preference for the purchase, acquisition, or use 46 City of South Miami, FL Page 38 of 39 of goods, products, or materials produced in the United States, in accordance with 2 CFR 200.322, “Domestic preferences for procurements.” 2.2.10.2 CFR Subpart F – Audit Requirements.Contractor shall assist the City in complying with the audit requirements under 2 CFR Subpart F –Audit Requirements (“Federal Audit Provisions”) and the reporting requirements of the U.S. Department of the Treasury’s Final Rule, as amended, and other guidelines issued in connection with the American Rescue Plan Act. (1) Contractor shall assist the City in complying with the Federal Audit Provisions by providing the City, the State of Florida, the U.S. Department of the Treasury, the Treasury Office of the Inspector General, the Government Accountability Office, or other federal government entities, and any of their duly authorized representatives, access to personnel, accounts, books, records, supporting documentation, and other information relating to the performance of the Contract or the Work (“Documentation”) necessary to complete federal audits. Contractor shall promptly assist the City in the event Documentation must be supplemented to address audit findings or other federal inquiries. (2) Contractor shall keep all Documentation up-to-date throughout the performance of this Contract and the Work. Contractor shall provide the City with all Documentation for each fiscal year by October 1 of each year or within five days of the completion of the Work, whichever occurs first. Contractor shall assist the City in complying with additional guidance and instructions issued by the U.S. Department of the Treasury governing the reporting requirements for the use of American Rescue Plan Act Coronavirus State and Local Fiscal Recovery Funds. 3. Conflict; Addendum Prevails. In the event of any conflict or ambiguity between the terms and provisions of this Addendum and the terms and provisions of the Contract, the terms and provisions of this Addendum shall control. 4. Contract Ratified. Except as otherwise specifically set forth or modified herein, all terms in the Contract are hereby ratified and affirmed and shall remain unmodified and in full force and effect in accordance with its terms. 5. Defined Terms. All initial capitalized terms used in this Addendum but not otherwise defined herein shall have the same meaning ascribed thereto in the Contract. 6. Counterparts. This Addendum may be executed in counterparts, each of which shall be deemed an original, but all of which, when taken together, shall constitute one and the same instrument. An executed facsimile or electronic copy of this Addendum shall have the same force and effect as an original hereof. [Remainder of page intentionally left blank. Signature pages follow.] 47 City of South Miami, FL Page 39 of 39 IN WITNESS WHEREOF, the parties hereto have caused this Addendum 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) HYCON INVESTMENTS, LLC By: Name: Title: Entity: Addresses for Notice: (telephone) (facsimile) (email) With a copy to: (telephone) (facsimile) (email) 48 49 Exhibit A RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK 1TB PR2024-07 HYCON INVESTMENTS, LLC 50 Wallace, Elisha From: Sent: To: Cc: Subject: Thank you. Kulick, Steven P. Friday, August 23, 2024 2:22 PM Fernando Murzi Pough, Quentin; Webster, John; Payne, Nkenga; Marco Ramos; Gerardo Murzi; Antonietta Gaeta; Daniela Rodriguez RE: Restroom-Concession Facility Build at South Miami Park From: Fernando Murzi <fernando@hyconbuild.com> Sent: Friday, August 23, 2024 2:19 PM To: Kulick, Steven P.<SKulick@southmiamifl.gov> Cc: Pough, Quentin <QPough@southmiamifl.gov>; Webster, John <JWebster@southmiamifl.gov>; Payne, Nkenga <NPayne@southmiamifl .gov>; Marco Ramos <mramos@hyconbuild.com>; Gerardo Murzi <gmurzi@hyconbuild.com>; Antonietta Gaeta <agaeta@hyconbuild.com>; Daniela Rodriguez <drodriguez@hyconbuild.com> Subject: RE: Restroom-Concession Facility Build at South Miami Park EMAIL RECEIVED FROM EXTERNAL SOURCE My pleasure Mr. Kulic, Please let me know if you have further questions Best regards, FERNANDO MURZI PRINCIPAL t.+1 6174153174 e.f ernando@hyconbu il d.com 175 SW 7u, Street Suite 1717 Miami FL, 33130 X X CONFIDENTIALITY NOTICE: This email and the information contained herein and attachments hereto are legally privileged and confidential information intended only for the use of the individual or entity named above. If the reader of this email is not the intended recipient, you are hereby notified that any forwarding, dissemination, use, distribution or copying of this email, its contents, and/or its attachments, or the taking of any action in reliance on the contents thereof is strictly prohibited. If you have received this email in error, please immediately notify the sender and delete the email and any attachments and destroy any tangible manifestation thereof. Thank you. 1 51 From: Kulick, Steven P.<SKulick@southmiamifl.gov > Sent: Friday, August 23, 2024 2:09 PM To: Fernando Murzi <fernando@hyconbuild .com > Cc: Pough, Quentin <QPough@southmiamifl .gov >; Webster, John <JWebster@southmiamifl.gov >; Payne, Nkenga <NPayne@southmiamifl.gov>; Marco Ramos <mramos@hyconbuild .com >; Gerardo Murzi <gmurzi@hyconbuild .com >; Antonietta Gaeta <agaeta@hyconbuild.com >; Daniela Rodriguez <drodriguez@hyconbuild.com > Subject: RE: Restroom-Concession Facility Build at South Miami Park Thank you. From: Fernando Murzi <fernando@hyconbuild .com > Sent: Friday, August 23, 2024 1:54 PM To: Kulick, Steven P.<SKulick@southmiamifl.gov > Cc: Pough, Quentin <QPough@southmiamifl .gov >; Webster, John <JWebster@southmiamifl .gov >; Payne, Nkenga <NPayne@southmiamifl.gov>; Marco Ramos <mramos@hyconbuild.com >; Gerardo Murzi <gmurzi@hyconbuild.com >; Antonietta Gaeta <agaeta@hyconbuild.com >; Daniela Rodriguez <drodriguez@hyconbuild .com > Subject: RE: Restroom-Concession Facility Build at South Miami Park EMAIL RECEIVED FROM EXTERNAL SOURCE Mr Kulic, After contacting the drafter/surveyor I regularly use, please see the response below the responses Thank you, FERNANDO MURZI PRINCIPAL t.+1 6174153174 e.fernando@hyconbuild.com 175 sw 7th Street Suite 1717 Miami FL. 33130 X X CONFIDENTIALITY NOTICE: Th is email and the information contained herein and attachments hereto are legally privileged and confidential information intended only for the use of the individual or entity named above. If the reader of this email is not the intended recipient, you are hereby notified that any forwarding, dissemination, use, distribution or copying of this email, its contents, and/or its attachments, or the taking of any action in reliance on the contents thereof is strictly prohibited. If you have received this email in error, please immediately notify the sender and delete the email and any attachments and destroy any tangible manifestation thereof. Thank you . 2 52 From: Kulick, Steven P.<SKulick@southmiamifl .gov> Sent: Thursday, August 22, 2024 2:43 PM To: Fernando Murzi <fernando@hyconbuild.com > Cc: Pough, Quentin <QPough@southmiamifl.gov>; Webster, John <JWebster@southmiamifl .gov >; Payne, Nkenga <NPayne@southmiamifl.gov> Subject: RE: Restroom-Concession Facility Build at South Miami Park Fernando, Regarding permit fees, this was further clarified in Addendum No. 3, copy attached, the Response to Question #5 and in Addendum No. 2 where a Revised Schedule of Values was provided and, an allowance for Permit Fees of $10,000 was included . The line for As-builts, is for the ENTIRE project not just for the water extension. Therefore, please include the allowance for Permit Fees, ($10,000) and the fee for As-builts: $ 15,000 and re-confirm your: Total Base Bid Amount:$ _2,133,827.76_ Total Alternate Bid Amount: $_2,155,599.66_ Please advise by 2:00 PM Friday, August 23, 2024 Thank you, Steven Kulick, CPM Chief Procurement Officer Direct: 305-663-6339 City of South Miami 6130 Sunset Drive, South Miami, FL 33143 Tl ff CITY 0 1 IJl f A5A.N l LIVI NC Follow us on: lnstagram I Facebook I Twitte r I TikTok I Linkedln I YouTube Download the SoMi Connect App: ~ I Google Play Under Florida law, e-mails are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Inste ad, contact City Hall by phone or in writing. 3 53 From: Fernando Murzi <fernando@hyconbu i ld.com > Sent: Wednesday, August 14, 2024 6:06 PM To: Kulick, Steven P.<SKulick@southmiamifl.gov> Cc: Pough, Quentin <QPough@southmiamifl.gov>; Webster, John <JWebster@southmiamifl .gov >; Payne, Nkenga <NPayne@southm iamifl.gov> Subject: RE: Restroom-Concession Facility Build at South Miami Park EMAIL RECEIVED FROM EXTERNAL SOURCE Good afternoon Mr. Kulic, Please see responses below in Blue letter. Thank you, FERNANDO MURZI PRINCIPAL t. + 1 617 415 317 4 e.f ernando@hyconbuild.com 175 SW 7th Street Suite 1717 Miami FL. 33130 I rx:i ------X CONFIDENTIALITY NOTICE: This email and the information contained herein and attachments hereto are legally privileged and confidential info rmation intended only for the use of the individual or entity named above. If the reader of this email is not the intended recipient, you are hereby notified that any forwarding, dissemination, use, distribution or copying of this email, its contents, and/or its attachments, or the taking of any action in reliance on the contents thereof is strictly prohibited. If you have received this email in error, please immediately notify the sender and delete the email and any attachments and destroy any tangible manifestation thereof. Thank you. From: Kulick, Steven P.<SKulick@southmiamifl.gov > Sent : Tuesday, August 13, 2024 4:22 PM To: Fernando Murzi <fernando@hyconbuild.com > Cc: Pough, Quentin <QPough@southmiamifl.gov >; Webster, John <JWebster@southmiamifl .gov >; Payne, Nkenga <NP ayne@southmiamifl.gov > Subject: Restroom-Concession Facility Build at South Miami Park Re: 1TB #PR2024-07 Good afternoon, 4 54 The City has received your proposal for 1TB #PR2024 -07 and during our review of your proposal we have the following questions: • Could you please clarify why the permit and fees allowance was removed from the bid price? According to the 1TB document page 18 last paragraph of point 3.1 "Permit fees are waived for permits required to be issued directly by the City of South Miami. Permit fees charged by other government entities, if required, are the responsibility of the Respondent/Contractor". We didn't add the cost because of this comment. We are aware of the other Miami Dade permits expenses due to the water extension we have do> however, for us is very hard to predict this number. • Could you explain why there is no price included for as-builts? The City expects as-builts to be provided with each pay application and upon project completion. We included the water extension as-built upon project completion. Not for each payment application. • Please confirm that the bid price for Division 9 Finishes -Walls: Stucco is $44,062.60 and that the bid price for Division 9 Finishes -Walls: Fiber Cement is $54,834.50. Therefore, the alternate bid price is $10,771.90 higher than the base bid, bringing the total to $2,119,599.66. Confirmed The above questions are to assist the City to better understand your proposal and are not meant as an opportunity to revise or change the submitted bid price. The Cone of Silence is in effect. All communication relating to this solicitation must be writing. Please respond by 10 AM, Thursday, August 15, 2024. Thank you, Steven Kulick, CPM Ch ief Procurement Officer Direct: 305-663-6339 City of South Miami 6130 Sunset Drive, South Miami, FL 33143 5 55 TH I ( IT Y O F 1,1 r AS,\NT IIVIN(, Follow us on: lnstagram I Facebook I Twitter I TikTok I Linkedln I YouTube Download the SoMi Connect App: ~ I Google Play Under Florida law, e-mails are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact City Hall by phone or in writing . 6 56 ~- HYCON IN VESTMENTSLLC I I '-/ C 0 175 SW 17TH STREET SU ITE 171 7 I MIAMI. FL 3130 DATE 8/2/2024 Estimator: A. Gaeta CGC1526822 Estim ate# 24 -37 I SOUTH MIAMI RESTROOM & CONCESSION CITY OF SOUTH MIAMI 4300 SW 58TH AVE, SOUTH MIAMI, FL 33 143 BASE BID Des cription Amount -% S/SF -- 1 General Conditions $ 659,475.20 31 .27% 2 Site Civil Work 0,00% Earthwork $ 14,712.50 0.70% Pavina $ 2 ,375.40 0.11% Site Utilities $ 177,020.00 8.39% LendscaDQ and lrriQation $ 21,649.31 1.03% 3 Concrete $ 142,128.00 6.74% 4 Ma nso rv Included 5 Steel I Metals Included 6 Wood and Plastic s In cluded 7 Moisture Protection $ 39,911 .00 1.89% 8 Doors $ 15,651.33 0.74% 8 Windows $ 1,418.72 0.07% 9 Finishes $ 144,181.56 6.84% 10 Soociatties $ 33,920.78 1,61% 11 Equipment $ 15,729.00 0.75% 12 Furnishings Included (O ther 4) 15 Mech anical 0.00% HVAC $ 22,769.60 1,08°/o ~ Fire Protection Included (Ot her 1) Plumblna $ 192,703.79 9.14% 16 Electrical $ 163,333 .33 7.75 % 31 Earthwork $ 1,605,0 0 0 ,0 8"/o 32 Exterior Improvements $ 151,91 3,25 7.20% 33 Sito Utilitie s $ 304,050.00 14.42% 40 Process Integration $ 4,280.00 0.20% Grand Total (Base Bid Price) $ 2,108,827 ,76 100.00% Gross Arca (SF) $/SF ALTERNATE BID ~- General Conditions 659,475.20 31.11 % Finishe s 54,834.50 2.59% Grand Total (Baso Bid Pr1co) S 2,119,599.66 Gross Area fSFl $/SF 57 BASE BID ------- NEW CONSTRUCTION __ Quantity_ Unit Unit Cost Sub.Total ------.. -------------------- 2 SITE WORK SITE DEMOLITION EARTHWORK Building Pad INCLUDED Fine Grade and Compact Building Area s 13 ,910.00 Termi te Treatment s 802.50 EARTHWORK SUBTOTAL s 14 ,712.50 PAVING Concrete Paths s 2,375.40 PAVING SUB TOTAL s 2,375.40 SITE UTILITIES Domestic Water INCLUDED (Site Utilities) Tie in Existing + Valve s 21 ,400.00 PVC Latera ls IN CLUDED (Site Ulilities) Sanitary Sewer Utilities s 153,010.00 Fence 97.57 LF s 2,610.00 SITE UTILITIES SUB TOTAL s 177,020.00 LANDSCAPE· IRRIGATION Irrigation (Repair allowance) s 5.885.00 Sod (St. Augustine) s 15 ,764.31 Trees and Shrubs INC LUDED (Sod) LANDSCAPE• IRRIGATION SUB TOTAL s 21,649.31 SITE WORK TOT AL s 215,757.21 3CONCRETE Vapor retarder {frm Div 7) INCLUDED (Total Concrete) Foundations IN CLUDED (Total Concrete) Slab on Grade. 4· IN CLUDED (Total Concrete) CMU IN CLUDED (Total Concrete) Concret e Roof I Joists INCLUDED (Total Concrete) Total Concrete s 142,128.00 CONCRETE TOTAL s 142,128.00 ---------------. --------------- Dam proofing IN CLUDED (Building lnsulalion) Vapor retarder IN CLUDED (Building In sulation) Building Insulation s 4 ,387.00 Exterior wall -rigid bd INCLUDED (Building Insulation) Sound attenuation bait INCLUDED (Building Insulation) Flat Roofing s 32,100.00 Flashing & Sheet Metal (SST) INCLUDED (Roof) Roof Cants IN CLUDED (Roof) Downspouts s 3,424 .00 Joint Sealers IN CLUDED (Roof) MOISTURE /THERMAL PROTECTION TOTAL s 39,911.00 ------------------------------------------------------------ BDOORS Doors and Frames (HM) -NOA s 9,413.33 Roll up Doors with NOA $ 6,238.00 Roll Down Grilles INCLUDED Finish Hardware INCLUDED DOORS TOTAL s 15,651.33 --------------------------------------------------------. 58 9FINISHES WALLS Stucco s 44,062,60 FLOORS Sealed Concrete NOT INCLUDED Special Concrete NOT INCLUDED Floor Tile 837,00 SF s 17,597, 19 CEILINGS Acoustical Panel Ceilings 400,00 SF s 34 ,539 ,60 Hard Cei lin gs I Soffits 400.00 SF INCLUDED Exposed 50.00 SF INCLUDED (Concrete) WALL COVER INGS Wall Tile and Base 1506.00 SF s 38,245, 17 Exterior Paint 1965.00 SF s 5 ,457.00 Interior Painting 1735.00 SF S 4,280.00 10 SPEC IALTIES/ BUil T-INS Fire Extinguishers 1 EA s 734,99 Fire Extinguisher Gab. 1 EA IN CLUDED Identifying Devices {Sig ns} 7 EA s 5,341 .8 1 Toilet Parti tions s 9 ,947.79 Regular Compartments 4 EA INCLUDED (Toilet Partitions) Uri nal Screens 1 EA INCLUDED (Toilet Partitions) Toilet Accesories s 11,529.68 Paper T owe l Dryer 14 EA INCLUDED (Toilet Accesories) (D + F + K + L) Toilet Tissue Dispenser 4 EA INCLUDED (Toilet Accesories) C 42" grab bars 2 EA INCLUDED (Toilet Accesories) A 36" grab bars 2 EA INCLUDED (Toilet Accesories) B Mirror 4 EA INCLUDED (Toilet Accesories) E Soap Dispensers 3 EA INCLUDED {Toilet Accesories) J Baby-Changing Table 2 EA INCLUDED (Toilet Accesories) H Built-in Concessions Coun ter & She lving 6 EA s 6 ,366.50 SPECIAL TIES / BUil T-INS TOTAL $ 33,920,78 -------------------------------------------------------------- 11 EQUIPMENT FOOD PR EPARATION s 15,729.00 Popcorn Machine (Mode l N": FT824PP-SK) INCLUDED (Total Equipment) Microwave Oven (Model ND: WMH31017AS) IN C LUDED (Total Equipment) Hotdog Roller (Model N": RDB24SS) INCLUDED (Tota l Equipmen t) Food Wanmer (Model N": GRFFB) IN CLUDED (Tota l Equipment) Refrigirator (MoceJ N"c VSR-2) INCLUDED {Total Equipment) Ice Make r (Model N": MIM 100) INCLUDED (To tal Equipment) Cotton Candy (FT 1 000CC-P) IN CLUDED (Total Equipment) Ice C ream Freezar {TFM-51 FL BK) INCLUDED (Total Equipmen t) EQUIPMENT SUB TOTAL s 15,729.00 15 MEC HANICAL Mobilization I Shops I Bonds INCLUDED (Total Mechanical) Ductwork w. Insulatio n INCLUDED (Total Mechanical) 2.0 Ton Mi ni Split INCLUDED (Total Mechanical) Ex ha ust fans INCLUDED (Total Mechanical) AJC grilles INCLUDED (Total Mechanical) Misc, Supports, a ccesories INCLUDED (Total Mechanical) Louvers INCLUDED (Tota l Mechanical) Test/ Bal INC LUDED {Tola l Mechanical) MECHANICAL SUB TOTAL s 22.769,60 MECHANICAL TOT AL s 38,498,60 ----------------------------------------~------------------ 16PLUMBING Mob ili zation/ Shops I Bonds INCLUDED (Total Plumbing) Water Close t 4 EA INC LUDED (Total Plumbing) Urinals 2 EA INCLUDED (Tota l Plumbing) Lavs 4 EA s 20 ,251.89 drinking Fountains -hi-lo 1 EA s 3,964,35 Janitor 1 EA INCLUDED (Total Plumbing) Showe r INCLUDED (Tota l Plumbing) Water Htrs 1 EA s 658,05 Pip ing Plumbi ng s 167,829.50 Grease trap I Separator I SampHng port INCLUDED (Tota l Plumbing) Drywell IN CLUDE D {Total Plumbing) PLUMBING TO TAL s 192,703,79 59 16 ELECTRICAL Mobilization / Shops I Bonds INCLUDED (Total E-,ctrica l) Si te Electrical D uct Bank INCLUDED (Total Electrical) Site Communications IN CLUDED (Tota l Electrical) Pan elboards, feeders , transfomiers INCLUDED (Total E-,ctrica l) Oullels IN CLUDED (Tota l Electrical) lighting IN CLUDED (Total E lectri cal) Telephone (empty cond ui t) INCLU DED (Total Electrical) Intrusio n detectio n -INCLUDED (Total Electrical) Lig htning Pro tec tion IN CLUDED (Total Electrical) Grounding INCLUDED (Total Electrical) ELECTRICAL TOTAL s 163,333.33 ------------------------------------- 31 EARTHWORKS Clearing and Grubbing INCLUDED (Site Work) Removal of Con crete Type D Curb s 1,605.00 Subsoil Es cavatio n INCLUDED (Site Work) Embankment IN CLUDED (Site Work) Ty pe B Stabilizalion (12 Inch es) INCLUDED (Site Work) EARTHWORKS TOTAL s 1,605,00 --------------------------------------------- 32 EXTERIOR IMPROVEMENTS Optional Ba se, Bas e group EXCLUDED Milling Existing Asphalt Pav ement, 1 ~ Avg Depth INCLUDED (Asphalt) Superpave Asphallic Co ncrete, Traffi c C, PG 76 -22 s 66 ,340.00 In lets. OT, BOT, Type C, JBOT, <10 IN CLUDED (Fren ch Drain) Fren ch Dra in. 18" s 71,155.00 Concrete Cu rb, Type D $ 1,578.25 Concrete Sidewa lk , 4" Thick EXCLUDED Detectable Warnings EXCLUDED Performance Turf, Sod INCLUDED (Landscape) Sig ning and Pavement Markings s 12,840.00 EXTERIOR IMPROVEMENTS TOTAL $ 151,913.25 33 SITE UTILITIES Utility Pipe, Plug, & Out of Serv , 6" INCLUDED (Site Utilities) Utili ty Pipe, Remove & Dispose , 6" INCLUDED (Sile Utilities) Utility Pipe Poly Viny l Chlorid e, Furnis h and In sta ll , 6" INCLUDED (Site Utilities) Sanitary Sewer Cleanout, 5· PVC.Furnish and Install INCLU DED (Site Utilities) Util ity Pipe HOPE , Furn is h, and Install 1.5 " IN CLUDED (Site Utilities) Utility Pipe HDPE , Furnish , and Install 2" IN CL UDED (Site Utilities) Furnish . and Insta ll 3/4" hoseblb IN CLUDED (Sile Utilities) Utility Pipe Ductile Iron, Furni sh, and Install , 4" IN CLUDED (Site Utilities) Utility Ducti le Iron , Furnis h. Install, e• IN CLUDED (Site Utilities) Utility Ducti le Iron , Furnish, Install, s· IN CLUDED (Site Utilities) Utility Fitting, Elbow, Furn is h, and Install 4. IN CLUDED (Site Utilities) Utility Fitti ng , Elbow. Furni sh , and Install 6" INCLUDED (Site Ut ilities) Utility Fitti ng, Elbow. Furnis h. an d In sta ll 8" INCLUDED (Site Utilitie s) Utility Fitti ng , Tee, Furn is h, and /n stall 8" IN CLUDED (Site Utilities) Utility Fitt ing, Cap , Furnish, and Insta ll , 6" INCLUDED (Site Utilities) Utility Fitti ng, Cap , Furni sh, and In stall. 6" IN CL UDED (Site Utilities) Utility Fixture, Furnish and Install Line Stop Assmebty , 6" INCLUDED (Sile Utilities) Util ity Fixture, Fum tsh and Install Dual Meter Box 2" IN CLUDED (Site Utilities) Utility FiJ1:ture , Furn ish and Install Corp Stop 1.5" INCLUDED (Site Utilities) Utility Fixture, Furnish and In stall Tapping Saddle 4" INCLUDED (Site Utilities) Utilit y Fixture. Furn ish and Insta ll Tapping Sad dl e 6" INCLUDED (Site Utilitie s) Utility Fixture, Furnish and Inst all Tapping Saddle 8" INCLUDED (Site Utilities) Utility Fixlure, Furnish and Insta ll Va lve Assemb ly 4~ INCLUDED (Site Utilities) Utility Fixture , Furnish and In sta ll Valve Assembly 6~ IN CL UD ED (S ite Utilities) Utility Fixture, Furnish and Install Valve Asse mbly a~ INCLUDED (Site Utilities) Utility Fixture , Furnish and In sta ll Blov'loff Assembly 2" IN CLUDED (S ite Utilities) Utility Fixture, Furn is h and Instal l Sa mpl e Point 8" INCLUDED (Site Utilities) Uft Station everything inside the fen ce Including Forcemai n, fitti ng and appurtenance up to the connection point (Includes fence , INC LU DED (Site Utilities) electrical, structural ). Includes all won<. up to point of co nn ection . Fire Hyd rants INCLUDED (S it e Utilities) Fire Hydrant, Remove IN CLUDE D (Site Utilities) Utility Fixture. Furnish and Install Air Release Valve INCLUDED (Site Utilities) . I •■li.--,1 ■1 I 40 PROCESS INTEGRATION Utility Fixture, Furnish and In stall Backflow Assembly 1,5" s 2,140.00 PROCESS INTEGRATION TOTAL S 4,280.00 -------------------------------------------------------- SUB -TOTAL ALL TRADES s 1,449,3 52,56 ------------------------------------------------------- 60 GENERAL CONDITIONS General Cond itions and requirements s 309,764.00 Mainatenace of Tratric s 29,960.00 Mobilization (Max 3%) / Demobilization (Min 2%) $ 72,467.63 Pemiils and Fees NOT IN CLUDED As-bui lts CM Fee(7%) s 101 ,454 .68 GLPD s 29,700.00 Builders Risk s 24,300.00 P&P Bond s 52,650.00 Other 1 -Fire alarm s 27,405 .00 Other 2 -Waterproofing s 9,523.89 Other 3 -Handrail s 1,500.00 Other 4 -Window Shades s 750.00 GENERAL CONDITIONS TOTAL s 659,475.20 ------- ------- GRAND T OTAL (BASE BID PRICE) 2,108 ,82 7.7 6 -~ ALTERNATE BID NEW CONSTRUCTION Quantity Unit Unit Cost Sub,Tolal WALLS FIBER CEMENT (in lieu of Stucco) 54,834.50 GENERAL CONDITIONS GENERAL CONDITIONS TOTAL S 659.475.20 GRAND TOTAL (ALTERNATE BID PRICE, See Nol e #5) S 2,119 ,599 .66 ~ ------ NOTES 1.BID PRICES STATED IN THE PROPOSAL INCLUDE ALL COSTS AND EXPENSES FOR LABOR, EQU IPMENT , MATERIA LS, CONTRACTOR'S OVERHEAD, PROFI T, BOND AND INSURANCE , AND GENERAL COND ITI ONS. PAYMENT FOR THIS PROJECT WILL BE BASED UPON COMPLETION OF THE ENTIRE PROJECT AS A UNIT PR ICE CONTRACT . CO NTRACTOR IS RESPONSIBLE FOR ALL REPAIRS , INCLUDING COMPLETE RESTORATION WORK TO DISTURED ELEMENTS AND SURFACE AREA DUE TO CONSTRUCT ION ACTIVITIES AND DISPOSAL OF ALL DEBRIS AND MATER IAL OFF-SITE. 2. THE CONTRACTOR SHALL USE THESE ITEMS TO WR IT E DOWN THE ALL OF THE COSTS, EXPENSES, LAB OR, MATERIAL, EQ UIPMENT OR ANY OTHER COSTS NOT ALREADY COVERED BY THE SCHEDULE OF VALUE S BUT NEEDED TO COMPLETE THE WORK, AS ENV ISIONED AND INTENDED IN THE CON TRAC T DOCUMENTS. CONTRACTOR SHAL L PROVIDE A NARRATIVE OF WHAT ITEMS ARE BEING COVERED UNDER THIS ITEM. 3. THE CO NTRACTOR SHALL BE RESPONS IBLE FOR PERFORM ING ITS OWN QUANITY TAKE OFF. IN THE EVENTTHATTHE CONTRACTOR DETERMINES ADD ITIONAL QUANTITIES ARE NEEDED, THE CON TR ACTOR SHAL LADJUSTTHE UNIT PR ICE OF CLOSEST BID ITEMS SUCH THATTHE BID PRICE REPRES ENTS THE ACTUAL COST OF CONSTRUCTION. 4. TH IS SCHEDU LE OF VALUES IS PART OF ASET OF CONSTRUC TION DOCUMENTS. TH E GRAND TOTAL (BASE BID PRICE) SHALL MEAN THE PRICE TO COMPLETE THE WORK AS ENVISIONED BY THE CONTRACT DO CUMENTS IN THEIR ENTIRETY. 5. TH E GRAND TOTAL (ALTERNATE BID PR ICE) SHA LL MEAN THE AGGREGATE SUM OF ALL BID ITE MS INCLUDED IN THE BASE BID (EXCEPT FOR THE STUCCO WALL FINISH) PLUS ALL BID ITEMS INCLUDED IN THE ALT ERNATE BID . 61 SUBMITTED THIS 02 ------ BID SUBMITTED BY: Company Fernando Murzi Name of Person Authdrize I Signature Principal Title DAY OF 44 of91 _A_u_g_u_s_t ______ 20 24 . 617-415-3174 Telephone Number 617-415-3174 Fax Number fernando@hyconbuild.com Email Address 62 FORM I BID FORM PACKAGE 7NOWLEDGEMENTS (CONTINUED) HYCON INVESTMENTS, LL¢'\ NAME OF BIDDER FIRM SlGNATURE OF BIDDER Fernando Murzi -Principal / Li ense qualifier NAME & TITLE, TYPED OR PRINTED MAILING ADDRESS 175 Sw 7th Street Suite 1717, Miami, FL 33130 ~ 415-31 7 4 TELEPHONE NUMBER State of Florida County of Miami -Dade The foregoing instrument was ac ~e~ed before me by mean.s of -_ __E!'~ical presence or_ online notarization, this _Q:!_ day of ~ r:h--<J v'.:> \ , 20 24, by ;,-ff II, A \\I\X, tl,\,)\~l \ (name of person) as v~\ \\(\\-='Al (type ofauthority) for l~\Y CUW ___ (name of party on behalf of whom instrument is executed). £.(.(( --------~-~~;-.~~,__ ______ _ Notary Public (Prin /C, !Qommissfoned) ____._ __ Personally known to me; or ___ Produced identification (Type of Identification: _____________ _, ___ Did take an oath; or ___ Did not take an oath A Notary Publlc State of Florida .-. Enrique Ignacio GIi IWlmmm:u My Commission HH 527910 ' Expires 5/15/2028 22 of91 63 FORM2B BIDDER'S CERTIFICATION (if P-artnership) CERTIFICATE ST A TE OF Florida couNTY oF \H 1A \l\ t 1JA oe ) ) ss ) I HEREBY CERTIFY that a meetin g o f the Partners of --H~'l~(_'O_-_l\\ ___ _ --------------------------------· a pa rtnership existing un der t he laws of the State of :fl DC I \}A , held on (Ju(:-] vS I .•. the following resolution was duly passed and adopted: , Joat "RESOLVED, that ff:£Njj A11?u HUill/ , as / L';M. / l'/1 l of the Partnership, be and is h~reby authorized to execute the Bid dated C1 r • 11 U(J tJ I:, i , 2024, to the City of South Miami for 1TB No. PR1024-07 "RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK" from this partnersh ip and that his execution of thereof, attested by the shall be the o fficial act and deed of this Partners hip ." (SEAL) I further certify that said resolution is now in full force and effect. IN WITN S WHEREOF, I have hereunto set my hand this 2_ A Notary Public Stat e of Fl orid a "'1!llll,. Enrique lgnaclo GIi L'!Zmimm My Commlulon HH 527 9 10 Expires 5/15/2 028 14 of91 64 FORMJ SINGLE EXECUTION AFFIDAVITS THISif0RM',M0ST,i~EJstc;NSP:;'.AN.DiSW0'.RR~'ito\t'Nk\'f1'A~1P.~ESE'N¢'Efg'e)AW§t~;f'Aff:o/tlP({JiiliI¢; dfiiP:tHr:R.ip~_~1¢f,~J.)tll$fflp~µt~r:(,\'t9}A.Q~JN'JJS:r,:i:,~!_«:i!'.\".tH$~ 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 STATEMENTSt 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: Fernando Murzi For (Name of Proposing or Bidding Entity): Hycon Investments, LLC Whose business address is: 175 SW 7th Street Suite 1717, Miami FL 33130 ) 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 USe 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title m, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. • The Florida Americans with Disabilities Accessibility f mplementation 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 use Section 3601-3631. --.--~,..-_ 8idde1floitials 25 of91 65 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 af1:er 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( I )(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 poollng of equipment or income among persons when not for fair market value under an arm's length agreement. shall be a prima fade case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been 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. IZI 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 26 of 91 66 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 Continaent 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. T, . ......., Bidder Initials Busin~ss 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-I 1.1, as applicable to City, or the provisions of Chapter I 12, part Ill, 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. BidderJnitials 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; 27 of91 67 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 Scrutinb:ed 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., iffederal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. Bidder. Initials Dryg-!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 muse: 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 28 of91 68 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 aner such conviction. 3) Impose a sanction on, or require the satisfactory participation in a drug abuse assista.nce 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 APIPLOIES.) 00 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. f Bidder J nitials City Non-Piscriminatioo 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. T , . - Bidder Initials Acknowledgment. Warranty. and Acs;eptance I. Contractor warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations. 29 of'91 69 2. Contractor warrants that it has read, understands, and is willing to comply with all requirements of ITS 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. BiddeiJ11itia,I~ [REMAINDER OF PAGE LEfT INTENTIONAll Y BLANK. SIGNATURE PAGE fOllOWS.] 30 of 91 70 cklelivered by: ~/2s , I IL Wi~es, #2 Print Name:T d.,,.,,,,.. .d '---:L,,1,1:_,) , ACKNOWLEDGMENT State of Florida County of ht II f-1 I Dl-)lc The foregoing instrument was ackrwwledged before me by means of ~ ph _ sical presence or _ online notarization, this CZ day of [-! {;C/J'>±: • 204 , by t c.../V A, C' vf.tl (name of person) as PIZJAI C!fJ{tL (type of authority) for /IY 0 ___ (name of party on behalf of whom instrument is executed). ~Lt (!J Notary Pu"blic (P nt, S p, or Type as _./ __ Personally known to me; or Commissloned) ___ Produced identification (Type of ldentification: ______________ -1 ___ Did take an oath; or ___ Did not take an oath .. Notary Public State or Florida ' ,_,.flllllll!._ Enrique Ignacio GIi 1 ◄ """11111Wl!l My Commlaslon HH 52791 o ' Expires 5/15/2028 1 31 of91 71 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 (S) 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 (S) years? YES ____ NO __ X __ 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 X ---------- 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 Miami -Dade The foregoing i~strument was ack , wledge before me by means of ~sical prese~ce or D online notarization, this il_ day o_f ·• l,,~ 20.l.,L, by -Fe f/ljA;Jl)r,.1 H~1R 1! (name of person) as ?/Z!NC( f.lAL (type of authority) for /-/-Yl 3N ___ (name of party on behalf of whom instrument is executed). /Personally known to me; or Notary Public (Print, Commissionia) ___ Produced identification (Type of Identification: _____________ ) ___ Did take an oath; or ___ Did not take an oath Notary Public State of Florlda Enrique lgnaclo GIi I My Commlulon HH 527910 Expires 5/15/2028 32 of 91 72 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 19160-19211 ). 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: Hycon Investments, LLC Date: 08/01/2024 By: Fernando Murzi Signature of Authorized Representative Name Representative 33 of91 73 FORM6 BIDDER'S QUAUflCATHONS SURVEY COMPANY QUAUFUCATBONS 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". Hycon Investments, LLC Firm Name 175 Sw 7th Street Suite 1717, Miami FL 33130 Principal Business Address (617) 415-3174 Telephone Number fernando@hyconbuild.com Email Address 81-1722479 Federal I.D. No. or Social Security Number License Number: CGC1526822 I Certificate Number: FL239983 Municipal Business Tax/Occupational License No. FIRM HISTORY AND INFORMATION N/A Facsimile Number How many years has the firm has been in business under its current name and ownership? 8 years 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: L16000021851 02/01/2016 Document Number Date Filed Please:Jdentify·•.thE?firm'!.: tjt~9r;y:<WJ,=h:1:r1e:•;J=lc:wid,~;Qep~i;~rn®TT~/;gf.<,u~l.!1e~)fr?f~1ci11a.k;~,m,1Jl}.tj911, (D13P:R);··oa~~:lf~ensi;)\rjurpp~t/~r~Y!f.t~meeh~~4\l?ii'R~:f~~~: Construction Industry CGC 1526822 August 31, 2024 Category License No. Date Licensed Please indicate the type of entity form of the Firm (if other, please describe): □ Individual □ Partnership □ Corporation oo LLC □ LLP □ Other __________ _ Please identify the Firm's primary business: (.:\ •r. I L ,,\ Cv vi flr(,) V \1... 34 of91 74 Please identify the number of continuous years your Firm has performed its primary business: _§_years 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 Name of Entity Issuing License No. UcE!iis~'l~suan~e'Pa~e Type License or Certification License State of Florida CGC1526822 Certification State of Florida FL239983 01/12/2024 Please identify the name, license number, and issuance date of any prior companies that pertain to your Firm: N/A License/Certification Name of Entity Issuing License No. License Issuance Date Type License or Certification Please identify all individuals authorized to sign for the entity, their title, and the threshold/level of their si_gnin_g authority: Authorized Signor's Name Title Sii:rrifr1g····:Auth6n.;..;;::n1reshofd G!\II'°C6iiJr/id .. ;x1~dGnt/ No••Cose,•:Otfiiir) Fernando Murzi Principal Gerardo Murzi Principal Please identify the total number of Firm employees, managerial/administrative employees, and identify the total number of trades employees by trade {e.i .. 20 electricians, 5 laborers, etc.): Total No. of Employees 11 Totalt-Jci, of t:1ari~enalf Ad111ioistrativ<i •. Employees INSURANCE DNFORMATION Please provide the following information about the Firm's insurance company: James River Insurance Company Certificate Department Insurance Carrier Name 225 E Dania Beach Blvd Ste i 20 954-363-2082 Insurance Carrier Contact Person certs@beiagency.com Insurance Carrier Address Telephone No. Email H~ th!iiJ:irriJJjlE!c{,aj:ly[itisl;i~t~~ajmstitj:c#)e:l.iis;frv@i(Sfy,~r,sJ o No o 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 • ernando Murzi Princi al 35 of'91 75 Gerardo Murzi Principal 50% Please i<fentify wtiether any Qf the owners/partners r entified above are owners/partners in another enti~ o 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 Entit:Y 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. f ( \ 1 ',..Q, -(l -Firm: __ H_...,.·_,_v_•, __ L_V\_. 1_r._.l7....,._1/""_,,,_, _E _,~_✓_J s __ Ll_c __________________ _ Authorized Signature: __ ifl!)....,--...., 1 ,......._, _______ _ I Print or Type Name: __ (·_1.-__ Ti._,_M_1,v_-;}_,1 __ t"'_v_,L_-_ ....... _1 __ _ Title: 36 of9 1 76 FORMS REFERENCE LIST IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM, BIDDER SHALL PROVIDE A MINIMUM OF THREE REFERENCE LETTERS. REFERENCE# I Public Entity Name: Newmark (Private Company) Reference Contact Person/Title/Department: ----=C=-=a::..:..r:...1..ly--=S=-=u::..:.tt::.::o..:...:n.,_, D=.:..:...ire:::.:c::..:to.::.:r'------------ Contact Number & Email (0): 312.224.31251 (M): 402.305.4573 carly.sutton@nmrk.com Public Entity Size/Number of Residents/Square Mileage:. __ N_/A ______________ _ Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) _P_r_o-'-je_c_t:_K_n_o_te_l _________________ _ Event Start: October 2023 / Event Completion: June 2024 Interior office space entire buildout 20,000 SF Project Value: $ 3,015,000.00 Is the Contract still Active? Yes ___ No X 45 of 91 77 REFERENCE #2 Public Entity Name: Swire Properties (Private Company) Reference Contact PersonfTitle/Department: Cesar Richards, Senior Tenant Coordinator Contact Number & Email T: (305) 371 w3877 / crichards@swireprops.com Public Entity Size/Number of Residents/Square Mileage:. __ N_IA ______________ _ Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) __ P_ro_1_e_ct_: _T_h_e_S_c_a_p_e_G_a_m_e _____________ _ Event Start: October 2023 / Event Completion: February 2024 Interior Retail space entire buildout 8500 SF Project Value:$ 650,000.00 Is the Contract still Active? Yes ___ No __ X __ 46 of91 78 REFERENCE #3 Public Entity Name: __ s_o_c_ta_i_n_e_r _(P_r_iv_a_te_C_o_m_p_a_n_y) ______________ _ Pedro Arias Reference Contact Person/Title/Department: ___________________ _ Contact Number & Email p.arias@soctainer.com Public Entity Size/Number of Residents/Square Mi!eage: __ N_/A ______________ _ Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) _P_r_o_je_c_t:_S_o_c_ta_i_n_e_r ________________ _ Event Start: June 2022 I Event Completion: April 2023 2 soccer fields and 2000SF new construction space Project Cost: $565,000.00 Is the Contract still Active? Yes ___ No X END OF SECTION 4 47 of91 79 Letter of Recommendation Dear City of South Miami, I am writing to highly recommend Hycon Build for any construction or renovation project. I had the pleasure of working with they, and I am extremely satisfied with the results. Throughout the entire project, Hycon demonstrated exceptional professionalism, attention to detail, and effective communication. They consistently met deadlines, provided regular updates, and ensured that the work was completed to the highest standards. Hycon has a deep understanding of construction techniques, materials, and safety protocols. They effectively coordinated subcontractors, managed the project timeline, and addressed any issues promptly. I appreciate Hycon's collaborative approach and willingness to listen to our needs. In summary, I recommend Hycon Build, for any construction or remodeling work. They is reliable, skilled, and dedicated to delivering outstanding results. Please feel free to contact me if you have any further questions or need additional information. Sincerely, AlexAvayu DAC, Senior Project manager Phone: (305) 785-4066 80 Letter of Recommendation Dear City of South Miami, I am writing to highly recommend Hycon Build for any construction or renovation project. I had the pleasure of working with they, and I am extremely satisfied with the results. Throughout the entire project, Hycon demonstrated exceptional professionalism, attention to detail, and effective communication. They consistently met deadlines, provided regular updates, and ensured that the work was completed to the highest standards. Hycon has a deep understanding of construction techniques, materials, and safety protocols. They effectively coordinated subcontractors, managed the project timeline, and addressed any issues promptly. I appreciate Hycon's collaborative approach and willingness to listen to our needs. In summary, I recommend Hycon Build, for any construction or remodeling work. They is reliable, skilled, and dedicated to delivering outstanding results. Please feel free to contact me if you have any further questions or need additional information. Sincerely, Eric Holland OTJ -Senior Principal Phone: {305) 333~7594 81 Letter of Recommendation Dear City of South Miami, I am writing to highly recommend Hycon Build for any construction or renovation project. I had the pleasure of working with they, and I am extremely satisfied with the results. Throughout the entire project, Hycon demonstrated exceptional professionalism, attention to detail, and effective communication. They consistently met deadlines, provided regular updates, and ensured that the work was completed to the highest standards. Hycon has a deep understanding of construction techniques, materials, and safety protocols. They effectively coordinated subcontractors, managed the project timeline, and addressed any issues promptly. J appreciate Hycon's collaborative approach and willingness to listen to our needs. In summary, I recommend Hycon Build, for any construction or remodeling work. They is reliable, skilled, and dedicated to delivering outstanding results. Please feel free to contact me if you have any further questions or need additional information. Sincerely, Carly Sutton Newmark, Director Phone: (402) 305-4573 CITY OF SOUTH MIAMI INVITATION TO BID (ITB) No. PR2024-07 RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK 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: May 24, 2024 BID CLOSING DATE: August 2, 2024 BID CLOSING TIME: 10:00 A.M. BID OPENING TIME: 10:30 A.M. 1 of 91 82 PUBLIC NOTICE INVITATION TO BID (ITB) No. PR2024-07 RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK NOTICE IS HEREBY GIVEN that the City of South Miami (“City”) is soliciting bids for the RESTROOM- CONCESSION FACILITY BUILD at South Miami Park, located at 4300 SW 58th Avenue, South Miami, 33143. Interested companies, firms, and individuals (“Bidders”) may obtain a copy of Invitation to Bid No. PR2024-07 (the “ITB”) to be issued on May 24, 2024, 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. PR2024-07 for the RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK. Bids must be received by the City by no later than August 2, 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-proposal 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: May 24, 2024 2 of 91 83 TABLE OF CONTENTS Section Page Section 1: Information for Bidders 4 Section 2: Terms and Conditions 12 Section 3. Scope of Work 18 Section 4: Bid Submission Requirements and Evaluation & Forms and Attachments 20 Section 4: Bid Form – Form 7 37 Section 4: References – Form 8 45 3 of 91 84 SECTION 1. INFORMATION FOR BIDDERS 1.1. INTRODUCTION/GENERAL BACKGROUND. The City of South Miami, Florida (the “City”) is soliciting bids for the “RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK” (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 May 24, 2024 4:00 PM 2 Non-Mandatory / Mandatory Pre-Bid Conference and Site Visit NONE SCHEDULED 3 Deadline to Submit Questions / Requests for Clarification July 9, 2024 10:00 AM 4 City Issues Addenda and Responds to Questions July 19, 2024 10:00 AM 5 Deadline to Submit Sealed Bids – Submission Deadline via DemandStar - On-Line E-Bid at https://network.demandstar.com/ August 2, 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. August 2, 2024 10:30 AM 7 City Manager issues recommendation to City Commission August 20, 2024 7:00 PM 8 Award Bid(s) and Agreement(s) at City Commission Meeting August 20, 2024 7:00 PM 4 of 91 85 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 August 2, 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 July 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. PR2024-07, “RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK” and addressed to: 5 of 91 86 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 91 87 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 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. 6. Statement or notation of whether Bidder’s referenced personnel is/was employed 7 of 91 88 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 91 89 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 91 90 (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 91 91 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 91 92 SECTION 2. TERMS AND CONDITIONS 2.1. PURPOSE OF BID. The City requests Bids from qualified firms for the “RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK” Project (the “Project”). The Work to be performed includes, but is not limited to, services related to the Restroom-Concession Build 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 conforms 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 91 93 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 91 94 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 91 95 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 91 96 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 91 97 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. If the Work or the Services will be funded utilizing Grant funds, the City shall select this box:. END OF SECTION 2 17 of 91 98 SECTION 3. SCOPE OF WORK, SPECIFICATIONS, AND REQUIREMENTS “RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK” 3.1. GENERAL REQUIREMENTS. The work specified in this Request for Proposal (RFP) consists of furnishing all goods, materials, supplies, and services necessary to provide a completed project that meets all of the needs described in this Scope of Services and as otherwise described in this RFP (the “Work”). The Work is to be performed per specifications and the contract documents. The Work is to be performed in accordance with the specifications and the contract documents (as defined in the Instructions for Respondents) that are provided to the Contractor by the City as well as in accordance with those plans, drawings and specifications that are required to be produced by the Contractor and that are approved by the City. This includes but is not limited to keeping the project site clean and safe; the furnishing all labor of the Contractor and the labor of all allowable subcontractors; providing dumpster(s); disposing of materials; providing all necessary engineering and architectural plans, drawings and technical specifications; all permits; all necessary equipment, including rental equipment, machinery, tools, transportation and freight; coordination with any other City contractor, subcontractors and utility companies (i.e. power, gas, water); erecting construction safety measures, including fencing, privacy screening and cones, and ensuring that the safety measure are in place at the end of each working day; root pruning and sod restoration at affected areas to the City’s satisfaction; cleaning the construction site at the end of each working day; maintenance of traffic and hiring of off duty City police officer if required by the City; and any other goods and services necessary to perform all of the Work. 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 of South Miami. Permit fees charged by other government entities, if required, are the responsibility of the Respondent/Contractor; however, in all cases; it is the responsibility of Respondent/Contractor to secure any and all permits that may be required for this project. 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 of South Miami is requesting proposals from qualified bidders for the construction of a public restroom-concession combo facility at South Miami Park, located at 4300 SW 58 Avenue, South Miami, FL 33143. The awarded firm will lead a comprehensive and complete process for construction, including but not limited to furnishing all labor, materials, and equipment to complete the work as specified and in accordance with contract drawings, specifications, and other contract documents. Respondents are required to follow all federal, state and local codes as well as all rule compliance and guidelines with Americans with Disabilities Act (ADA). All work must be completed within three hundred (300) calendar days from the issuance of a purchase order, master building construction permit, and notice to proceed. 18 of 91 99 3.3. SITE LOCATION. The Project will be held at South Miami Park, 4300 SW 58th Avenue, South Miami, FL, 33143. 3.4. CONSTRUCTION PLANS & SPECIFICATIONS. “SOUTH MIAMI PARK RESTROOMS” plans for this project are included as separate documents as Attachment C, No. 1 “Construction Plans” and No. 2, “Technical Specifications.” Prepared by EAC Consulting. 3.5. PROJECT DURATION. After permit(s) have been secured/approved, the Bidder is responsible for completing this project within three hundred (300) calendar days from issuance of Notice to Proceed/Purchase Order/Email Notification from the City’s Project Manager. 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 19 of 91 100 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 √ 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: Note: Provided as Separate Documents No. 1, “Construction Plans” & No. 2 “Technical Specifications,” prepared by EAC Consulting Attachment D: American Rescue Plan Act (ARPA) Addendum Attachment E: Performance and Payment Bond Forms 20 of 91 101 FORM 1 BID FORM PACKAGE ACKNOWLEDGEMENTS I hereby propose to furnish the goods and services specified in the Invitation to Bid, ITB No. PR2024- 07, “RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK” 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 21 of 91 102 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 22 of 91 103 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, __________, 2024 to the City of South Miami for ITB No. PR2024-07 “RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK” 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 ___________, 2024. _______________________ Secretary (SEAL) 23 of 91 104 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 ______________, 2024, to the City of South Miami for ITB No. PR2024-07 “RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK” 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 ________, 2024. _______________________ Secretary (SEAL) 24 of 91 105 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 25 of 91 106 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 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. 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 26 of 91 107 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; 27 of 91 108 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 28 of 91 109 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. 29 of 91 110 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.] 30 of 91 111 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 31 of 91 112 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 32 of 91 113 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 33 of 91 114 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: 34 of 91 115 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 (%) 35 of 91 116 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: 36 of 91 117 FORM 7 BID FORM/SCHEDULE OF VALUES ITB No. PR2024-07 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. RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK 37 of 91 118 %$/sf 1 Gen Cond + GC OHP 2 Site Civil Work Landscape and Irrigation 3 Concrete 4 Masonry 5 Steel/Metals 6 Wood and Plastics 7 Moisture Protection 8 Doors 9 Windows Finishes 10 Specialties 12 Furnishings 15 Mechanical HVAC Fire Protection Plumbing 16 Electrical 31 Earthworks 32 Exterior Improvements 33 Site Utilities 40 Process Integration Construction Cost $$ Gross Area (SF)1,880 $/sf May 24, 2023 South Miami Restrooms & Concessions City of South Miami EAC Consulting 1 38 of 91 119 SOUTH MIAMI RESTROOM & CONCESSION Cost Estimate NEW CONSTRUCTION Quantity Unit Unit Cost Sub-Total 2 SITE WORK SITE DEMOLITION EARTHWORK Building Pad 209 CY $$ Fine Grade and Compact Building Area 2,000 SF $$ Termite Treatment 1,880 SF $$ EARTHWORK SUB-TOTAL $ PAVING Concrete Paths 82 SF $$ PAVING SUB-TOTAL $ SITE UTILITIES Domestic Water 450 LF $$ Tie in Existing + Valve 1 EA $$ PVC Laterals 450 LF $$ Sanitary Sewer Utilities 1 $$ Fence 84 LF $$ SITE UTILITIES SUB-TOTAL $ LANDSCAPE - IRRIGATION Irrigation (Repair allowance)1 LS $$ Sod (St. Augustine)4,000 SF $$ Trees and Shrubs 0 LS $$ $ SITE WORK TOTAL $ 3 CONCRETE Vapor retarder (frm Div 7)2,229 SF $$ Foundations 1,115 SF $$ Slab on Grade - 4"2,229 SF $$ CMU 1,115 CY $$ Concrete Roof / Joists 1,880 SF $$ Total Concrete 6,338 SF $$ CONCRETE TOTAL $ 4 MASONRY Masonry Walls 1,500 SF $$ MASONRY TOTAL $ 5 METAL Structural Steel Columns 6 EA $$ METAL TOTAL $ 6 WOOD Rough Carpentry 1,880 SF $$ WOOD TOTAL $ 7 MOISTURE/THERMAL PROTECTION Damproofing Vapor retarder in Div. 3 Building Insulation Exterior wall - rigid bd 1,500 SF $$ Sound attenuation batt 3,050 SF $$ Flat Roofing 1,880 SF $$ Flashing & Sheet Metal (SST)400 LF $$ LANDSCAPE - IRRIGATION SUB-TOTAL 24-May-24 City of South Miami 139 of 91 120 SOUTH MIAMI RESTROOM & CONCESSION Cost Estimate NEW CONSTRUCTION Quantity Unit Unit Cost Sub-Total 24-May-24 City of South Miami Roof Cants 100 LF $$ Downspouts 4 EA $$ Joint Sealers 1 LS $$ $ 8 DOORS Doors and Frames (HM) - NOA 5 EA $$ Roll up Doors with NOA 1 EA $$ Roll Down Grilles 100 SF $$ Finish Hardware 5 door $$ DOORS TOTAL $ 8 WINDOWS Windows 50 SF $$ Wall Louver 2 EA $$ WINDOWS TOTAL $ 9 FINISHES WALLS Stucco 333 SY $$ FLOORS Sealed Concrete 50 SF $$ Special Concrete 900 SF $$ Floor tile 690 SF $$ CEILINGS Acoustical Panel Ceilings 400 SF $$ Hard Ceilings/soffits 400 SF $$ Exposed 50 SF $$ WALL COVERINGS Wall Tile and Base 1,296 SF $$ Exterior Paint 1,500 SF $$ Interior Painting 2,850 SF $$ FINISHES TOTAL $ 10 SPECIALTIES/BUILT-INS Fire Extinguishers 2 EA $$ Fire Extingusher Cab.2 EA $$ Identifying Devices (Signs)5 door $$ Toilet Partitions Regular compartments 4 EA $$ Urinal screens 2 EA $$ Toilet Accessories paper towel dryer 8 EA $$ toilet tissue dispenser 4 EA $$ 42" grab bars 2 EA $$ 36" grab bars 2 EA $$ mirror 4 EA $$ soap dispensers 8 EA $$ baby-changing table 2 EA $$ Built-in Concessions Counter & Shelving 1 EA $$ SPECIAL TIES/BUILT-INS TOTAL $ MOISTURE/THERMAL PROTECTION TOTAL 140 of 91 121 SOUTH MIAMI RESTROOM & CONCESSION Cost Estimate NEW CONSTRUCTION Quantity Unit Unit Cost Sub-Total 24-May-24 City of South Miami 15 MECHANICAL Mobilization/Shops/Bonds 15%$$ Ductwork w. insulation 1 EA $$ 2.0 Ton Mini Split 1 EA $$ Exhaust fans 1 EA $$ A/C grilles 8 EA $$ misc. supports, accessories 1 EA $$ Louvers 2 EA $$ Test/Bal 3%%$$ MECHANICAL TOTAL $ 16 PLUMBING Mobilization/Shops/Bonds 15%$ Water Closet 4 EA $$ Urinals 2 EA $$ Lavs 4 EA $$ Drinking fountains - hi-lo 1 EA $$ Janitor 1 EA $$ Shower 0 EA $$ Water Htrs 1 EA $$ Piping Plumbing 2 EA $$ Grease trap/ separator/ sampling port 1 EA $$ Drywell 1 EA $$ PLUMBING TOTAL $ 16 ELECTRICAL Mobilization/Shops/Bonds 15%$ Site Electrical Duct Bank 200 LF $$ Site Communications 200 LF $$ Panelboards, feeders, transformers 1,880 SF $$ Outlets 25 EA $$ Lighting 43 FIX $$ Telephone (empty conduit)1 EA $$ Intrusion detection 0 SF $$ Lightning Protection 1 EA $$ Grounding 1 EA $$ ELECTRICAL TOTAL $ 31 EARTHWORKS Clearing and Grubbing 1 LS $$ Removal of Concrete Type D Curb 3 SY $$ Subsoil Escavation 3,420 CY $$ Embankment 4,105 CY $$ Type B Stabilization (12 inches)770 SY $$ EARTHWORKS TOTAL $ 32 EXTERIOR IMPROVEMENTS Optional Base, Base Group 770 SY $$ Milling Existing Asphalt Pavement, 1" Avg Depth 1,915 SY $$ Superpave Asphaltic Concrete, Traffic C, PG76-22 190 TN $$ Inlets, DT, BOT, Type C, JBOT, <10 3 EA $$ French Drain, 18"130 LF $$ Concrete Curb, Type D 35 LF $$ 141 of 91 122 SOUTH MIAMI RESTROOM & CONCESSION Cost Estimate NEW CONSTRUCTION Quantity Unit Unit Cost Sub-Total 24-May-24 City of South Miami Concrete Sidewalk, 4" Thick 10 SY $$ Detectable Warnings 20 SF $$ Performance Turf, Sod 1,250 SY $$ Signing and Pavement Markings 1 LS $$ EXTERIOR IMPROVEMENTS TOTAL $ 33 SITE UTILITIES Utility Pipe, Plug, & Out of Serv, 6"400 LF $$ Utility Pipe, Remove & Dispose, 6"25 LF $$ Utility Pipe Poly Vinyl Chloride, Furnish and Install, 6"45 LF $$ Sanitary Sewer Cleanout, 6" PVC,Furnish and Install 1 EA $$ Utility Pipe HDPE, Furnish, and Install 1.5"40 LF $$ Utility Pipe HDPE, Furnish, and Install 2"20 LF $$ Furnish, and Install 3/4" hosebib 1 EA $$ Utility Pipe Ductile Iron, Furnish, and Install, 4"240 LF $$ Utility Ductile Iron, Furnish, Install, 6"50 LF $$ Utility Ductile Iron, Furnish, Install, 8"1,270 LF $$ Utility Fitting, Elbow, Furnish, and Install 4"9 EA $$ Utility Fitting, Elbow, Furnish, and Install 6"4 EA $$ Utility Fitting, Elbow, Furnish, and Install 8"8 EA $$ Utility Fitting, Tee, Furnish, and Install 8"8 EA $$ Utility Fitting, Cap, Furnish, and Install, 6"1 EA $$ Utility Fitting, Cap, Furnish, and Install, 8"2 EA $$ Utility Fixture, Furnish and Install Line Stop Assmebly, 6"2 EA $$ Utility Fixture, Furnish and Install Dual Meter Box 2"2 EA $$ Utility Fixture, Furnish and Install Corp Stop 1.5"1 EA $$ Utility Fixture, Furnish and Install Tapping Saddle 4"1 EA $$ Utility Fixture, Furnish and Install Tapping Saddle 6"2 EA $$ Utility Fixture, Furnish and Install Tapping Saddle 8"1 EA $$ Utility Fixture, Furnish and Install Valve Assembly 4"2 EA $$ Utility Fixture, Furnish and Install Valve Assembly 6"4 EA $$ Utility Fixture, Furnish and Install Valve Assembly 8"6 EA $$ Utility Fixture, Furnish and Install Blowoff Assembly 2"2 EA $$ Utility Fixture, Furnish and Install Sample Point 8"2 EA $$ Lift Station everything inside the fence Including Forcemain, fitting and appurtenance up to the connection point (Includes fence, electrical, structural). Includes all work up to point of connection. 1 LS $$ Fire Hydrants 2 EA $$ 142 of 91 123 SOUTH MIAMI RESTROOM & CONCESSION Cost Estimate NEW CONSTRUCTION Quantity Unit Unit Cost Sub-Total 24-May-24 City of South Miami Fire Hydrant, Remove 1 EA $$ Utility Fixture, Furnish and Install Air Release Valve 1 EA $$ SITE UTILITIES TOTAL $ 40 PROCESS INTEGRATION Utility Fixture, Furnish and Install Backflow Assembly 1.5"1 EA $$ Utility Fixture, Furnish and Install Backflow Assembly 4"1 EA $$ PROCESS INTEGRATION TOTAL $ SUB-TOTAL ALL TRADES $ GENERAL CONDITIONS ( for reference only) General Conditions and requirements $ As-builts $ CM Fee (6%)$ GLPD $ Builders Risk $ P&P Bond $ Other (See Note 2)$ GENERAL CONDITIONS TOTAL $ GRAND TOTAL $ NOTES 1.BID PRICES STATED IN THE PROPOSAL INCLUDE ALL COSTS AND EXPENSES FOR LABOR, EQUIPMENT, MATERIALS, CONTRACTOR'S OVERHEAD, PROFIT, BOND AND INSURANCE, AND GENERAL CONDITIONS. PAYMENT FOR THIS PROJECT WILL BE BASED UPON COMPLETION OF THE ENTIRE PROJECT AS A UNIT PRICE CONTRACT. CONTRACTOR IS RESPONSIBLE FOR ALL REPAIRS, INCLUDING COMPLETE RESTORATION WORK TO DISTURED ELEMENTS AND SURFACE AREA DUE TO CONSTRUCTION ACTIVITIES AND DISPOSAL OF ALL DEBRIS AND MATERIAL OFF-SITE. 2. THE CONTRACTOR SHALL USE THIS ITEM TO WRITE DOWN THE ALL OF THE COSTS, EXPENSES, LABOR, MATERIAL, EQUIPMENT OR ANY OTHER COSTS NOT ALREADY COVERED BY THE SCHEDULE OF VALUES BUT NEEDED TO COMPLETE THE WORK, AS ENVISIONED AND INTENDED IN THE CONTRACT DOCUMENTS. CONTRACTOR TO PROVIDE A NARRATIVE OF WHAT ITEMS ARE BEING COVERED UNDER THIS ITEM. 3. THIS SCHEDULE OF VALUES IS PART OF A SET OF CONSTRUCTION DOCUMENTS. THE GRAND TOTAL (BID PRICE) SHALL MEAN THE PRICE TO COMPLETE THE WORK AS ENVISIONED BY THE CONTRACT DOCUMENTS IN ITS ENTIRETY. 143 of 91 124 SUBMITTED THIS DAY OF 20____. BID SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Bid Fax Number Signature Email Address Title 44 of 91 125 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 45 of 91 126 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 46 of 91 127 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 END OF SECTION 4 47 of 91 128 ATTACHMENT A SAMPLE OF CONTRACT 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 [INSERT CONTRACTOR’S NAME], a [INSERT TYPE OF ENTITY] (the “Contractor”). WHEREAS, the City issued Invitation to Bid No. PR2024-07 (the “ITB”) for construction of “RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK” (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 EAC Consulting (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: “RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK” 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. 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 48 of 91 129 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. 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. 49 of 91 130 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. 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. 50 of 91 131 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 three hundred (300) 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 three hundred (300) 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 51 of 91 132 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; 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 52 of 91 133 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 3.5.11. Cost Savings, including supporting documentation used to calculate the Cost Savings. 53 of 91 134 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 sum of the subcontractor costs used to establish the Contract Price, as set forth in the Schedule of 54 of 91 135 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, claims, losses, expenses, suits, liabilities, causes of action, judgment or damages, including but not limited to legal fees 55 of 91 136 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 th an 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 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 56 of 91 137 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 so le 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. 57 of 91 138 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 58 of 91 139 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. 59 of 91 140 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. 60 of 91 141 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. 61 of 91 142 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, 62 of 91 143 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 63 of 91 144 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 64 of 91 145 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. 65 of 91 146 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 66 of 91 147 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 proposed MOT plan for review. The City may require revisions to the proposed MOT plan. The MOT plan 67 of 91 148 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 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. 68 of 91 149 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. 69 of 91 150 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) 70 of 91 151 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 71 of 91 152 NOTICE TO PROCEED Dated: , 20 To: ` Project Name: “RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK” You are hereby notified that the Contract Times under the above Contract will commence to run on ___________, 2024. 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 , 2024 and __________________, 2024, ____/____ 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: 72 of 91 153 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. 73 of 91 154 ATTACHMENT C NOTE: PROVIDED AS A SEPARATE DOCUMENTS NO. 1 “CONSTRUCTION PLANS” NO. 2 “TECHNICAL SPECIFICATIONS” Prepared by: EAC Consulting 74 of 91 155 ATTACHMENT D ADDENDUM: AMEREICAN RESCUE PLAN ACT (ARPA) 75 of 91 156 City of South Miami, FL Page 1 of 12 ATTACHMENT D AMERICAN RESCUE PLAN ACT ADDENDUM TO RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK BETWEEN THE CITY OF SOUTH MIAMI AND [NAME OF ENTITY] THIS ADDENDUM to the RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK (the “Addendum”) is entered into as of the day of , 2024 (the “Effective Date of this Addendum”), by and between the CITY OF SOUTH MIAMI, a Florida municipal corporation, (the “City”) and NAME OF ENTITY, a [State] [type of entity] [if out of state entity, add and confirm that the entity is: authorized to do business in Florida] (hereinafter, the “Contractor”). Collectively, the City and the Contractor are referred to as “Parties.” WHEREAS, on [DATE], the City entered into a Construction Agreement (the “Agreement”) with the Contractor for the Construction Services related to the RESTROOM- CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK project(s) for contractor to implement] (the “Project”), as further defined in the Agreement; and WHEREAS, on March 11, 2021, the federal government adopted the American Rescue Plan Act (“ARPA”), which, among other things, provides local governments with emergency COVID-19 funding; and WHEREAS, the City desires to utilize ARPA funding to implement the Project; and WHEREAS, in order to utilize ARPA funding for the Project, the City desires to incorporate federally required contract provisions relating to ARPA into the Agreement, as set forth in this ARPA Addendum; and WHEREAS, the City and Contractor wish to modify the terms of the Agreement in accordance with the terms and conditions set forth in this ARPA Addendum. NOW, THEREFORE, for and in consideration of the mutual promises set forth herein, the City and Contractor agree as follows:1 1. Recitals Incorporated. The above recitals are true and correct and incorporated herein. 2. American Rescue Plan Act Provisions. The Agreement is hereby amended by adding the following provisions to the Agreement: 1 Coding: Strikethrough words are deletions to the existing words. Underlined words are additions to the existing words. 76 of 91 157 City of South Miami, FL Page 2 of 12 2.1. Mandated Federal Agreement Conditions. 2.1.1. In connection with the performance of this Agreement, Contractor acknowledges that compensation for the Project services under this Agreement shall be fully or partially funded using the Coronavirus State and Local Fiscal Recovery Funds allocated to the Ci ty pursuant to the American Rescue Plan Act. As such, Contractor shall comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by the American Rescue Plan Act, including, but not limited to the following documents and guidelines, which are incorporated herein and made a part of this Agreement: ARPA Exhibit 1.Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR Part 200), as applicable and as may be amended from time to time; ARPA Exhibit 2.The U.S. Department of the Treasury’s Final Rule governing ARPA, dated January 27, 2022; ARPA Exhibit 3.U.S. Department of the Treasury Coronavirus State and Local Fiscal Recovery Funds Award Terms and Conditions (Assistance Listing Number 21.019); ARPA Exhibit 4.The U.S. Department of the Treasury’s Coronavirus State and Local Fiscal Recovery Funds Frequently Asked Questions, dated April 27, 2022; ARPA Exhibit 5.American Rescue Plan Act Coronavirus Local Fiscal Recovery Fund Agreement between the City and the State of Florida, Division of Emergency Management; ARPA Exhibit 6.The U.S. Department of the Treasury’s ARPA Compliance and Reporting Guidance, dated June 17, 2022; and ARPA Exhibit 7.Assurances of Compliance with Civil Rights Requirements. A copy of the above-referenced documents are available for inspection by the Contractor at the Office of the City Clerk and at the following City link: ARPA EXHIBITS, Exhibit 1 through Exhibit 7 Listed Above in Section 2.11: https://southmiamiflgov- my.sharepoint.com/:f:/g/personal/skulick_southmiamifl_gov/EqZe4BSydzhJlKcTTEKz1x EBXe_9fwkGvYlOaDEq6qrosw?e=5fwsTC 2.1.2. Title VI Requirements. Contractor acknowledges that the City has certified compliance with Title VI of the Civil Rights Act of 1964 to the U.S. Department of the Treasury on the form incorporated herein as ARPA Exhibit 7. Towards that end, Contractor shall ensure that performance of work in connection with this Agreement complies with the certifications and requirements contained in ARPA Exhibit 7 and shall also adhere to the following provisions: (1) The Contractor and its subcontractors, successors, transferees, and assignees shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of 77 of 91 158 City of South Miami, FL Page 3 of 12 federal financial assistance from excluding from a program or activity, denying benefits of, or otherwise discriminating against a person on the basis of race, color, or national origin (42 U.S.C. § 2000d et seq.), as implemented by the Department of the Treasury’s Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this Agreement. Title VI also includes protection to persons with “Limited English Proficiency” in any program or activity receiving federal financial assistance, 42 U.S.C. § 2000d et seq., as implemented by the Department of the Treasury’s Title VI regulations, 31 CFR Part 22, and herein incorporated by reference and made a part of this Agreement. (2) Pursuant to 44 C.F.R. §§ 7 and 16, and 44 C.F.R. § 206.11, and that the Contractor shall undertake an active program of nondiscrimination in its administration of the Work under this Agreement. 2.1.3. Americans with Disabilities Act Requirements. The Contractor agrees to comply with the Americans with Disabilities Act (Public Law 101-336, 42 U.S.C. §§ 12101 et seq.), which prohibits discrimination by public and private entities on the basis of disability in employment, public accommodations, transportation, State and Local government services, and telecommunications. Additionally, Contractor agrees to comply with Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. §§ 3601), which prohibits discrimination against individuals on the basis of discrimination under any program or activity under this Agreement. 2.1.4. Age Discrimination Act of 1975. Contractor shall comply with the requirements of 42 U.S.C. §§ 6101 et seq., as amended, and the Treasury’s implementing regulations (31 CFR Part 23), which prohibits the discrimination on the basis of age in programs or activities under this Agreement. 2.1.5. Protections for Whistleblowers. (1) In accordance with 41 U.S.C. § 4712, Contractor may not discharge, demote, or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below, information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant, a gross waste of federal funds, an abuse of authority relating to a federal contract or grant, a substantial and specific danger to public health or safety, or a violation of law, rule, or regulation related to a federal contract (including the competition for or negotiation of a contract) or grant. (2) The list of persons and entities referenced in the paragraph above includes the following: i.A Member of Congress or a representative of a committee of Congress. ii.An Inspector General iii.The Government Accountability Office. iv.A Federal employee responsible for contract or grant oversight or management at the relevant agency. 78 of 91 159 City of South Miami, FL Page 4 of 12 v.An authorized official of the Department of Justice or other law enforcement agency. vi.A court or grand jury. vii.A management official or other employee of the Contractor, subcontractor, the State of Florida, or the City who has the responsibility to investigate, discover, or address misconduct. (3) The Contractor shall inform its employees in writing of the rights and remedies provided under this section, in the predominant native language of the workforce. 2.1.6. Compliance with Immigration and Nationality Act (INA). Contractor hereby certifies that it does not knowingly employ unauthorized alien workers in violation of the employment provisions contained in 8 USC Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act (“INA”)]. 2.1.7. Seat Belts Required. Pursuant to Executive Order 13043, 62 FR 19217, Contractor shall adopt and enforce policies or programs that require employees to use seat belts while operating or traveling on vehicles owned, rented, or personally owned by the Contractor and its employees while performing the Work. 2.1.8. Texting While Driving Ban. Pursuant to Executive Order 13513, 74 FR 51225, Contractor shall adopt and enforce policies that ban text messaging while driving and workplace safety policies designed to decrease accidents caused by distracted drivers. 2.1.9. Publication. Contractor shall obtain approval from the City in writing prior to issuing any publications in connection with this Agreement. If approved by the City, the Contractor shall include the following language in any and all publications issued: “This Project is [being funded/was supported] in part by federal award number (FAIN) [Insert Project FAIN] awarded to City of South Miami by the U.S. Department of the Treasury.” 2.1.10. Reporting Conflict of Interests. Contractor agrees to disclose in writing to the City, U.S. Department of the Treasury, and the State of Florida, as appropriate, any potential conflicts of interest affecting the use of funds awarded under the American Rescue Plan Act in accordance with 2 CFR 200.112. 2.2. Compliance with Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR Part 200). In accordance with the Final Rule and other guidelines provided in connection with the American Rescue Plan Act, Contractor shall be subject to the federal Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards under 2 CFR Part 200, including, but not limited to: 2.2.1. Equal Employment Opportunity Compliance. During the performance of this Agreement, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national 79 of 91 160 City of South Miami, FL Page 5 of 12 origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: a. Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; b. layoff or termination; c. rates of pay or other forms of compensation; and d. selection for training, including apprenticeship The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the U.S. Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts 80 of 91 161 City of South Miami, FL Page 6 of 12 by the administering agency and the U.S. Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the U.S. Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the U.S. Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 2.2.2. Contract Work Hours and Safety Standards Act Compliance. During the performance of this Agreement, the Contractor shall comply with the provisions of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701 through 3708), including as follows: (1) Overtime requirements. No Contractor or subcontractor contracting for any part of the Agreement Work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States, for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. 81 of 91 162 City of South Miami, FL Page 7 of 12 (3) Withholding for unpaid wages and liquidated damages. The City shall upon its own action or upon written request of an authorized representative of the U.S. Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. 2.2.3. Clean Air Act Compliance. During the performance of this Agreement, the Contractor shall comply with the provisions of Clean Air Act (42 U.S.C. § 7401 et seq., as amended) and specifically agrees as follows: (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.§ 7401 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the Environmental Protection Agency Region 4 (Southeast) Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance in connection with this Agreement. 2.2.4. Federal Water Pollution Control Act Compliance. During the performance of this Agreement, the Contractor shall comply with the provisions of Federal Water Pollution Control Act (33 U.S.C. § 1251 et seq., as amended) and specifically agrees as follows: (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the Environmental Protection Agency Region 4 (Southeast) Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance in connection with this Agreement. 2.2.5. Debarment and Suspension Compliance. During the performance of this Agreement, the Contractor warrants that Contractor or its subcontractors are not debarred, 82 of 91 163 City of South Miami, FL Page 8 of 12 suspended, or otherwise ineligible for contract awards under Executive Orders 12549 and 12689. Contractor shall comply with the following provisions: (1) This Agreement is a covered transaction for purposes of 2 C.F.R. pt. 180, the U.S. Department of the Treasury’s implementing regulations at 31 CFR Part 19, and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C throughout the period of this Agreement. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions. (5) Contractor certifies that they: i. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a Federal department or agency; ii. Have not, within a five (5)-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under 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. iii. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity (Federal, State or Local); and iv. Have not, within a five (5)-year period preceding this Agreement, had one or more public transactions (Federal, State or Local) terminated for cause or default. If the Contractor is unable to obtain and provide such certification, then the Contractor shall attach an explanation to this Agreement as to why not. 2.2.6. Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352, as amended). During the performance of this Agreement, the Contractor and its subcontractors shall comply with the 83 of 91 164 City of South Miami, FL Page 9 of 12 provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352, as amended). Specifically, Contractor represents and warrants as follows: (1) No Funds received by the Contractor under this Agreement have been paid or will be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any monies, other than Funds received by Contractor under this Agreement, have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. (3) The Contractor shall require that this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all such sub-recipients shall certify and disclose accordingly. (4) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by the Byrd Anti- Lobbying Amendment (31 U.S.C. 1352). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 2.2.7. Copeland “Anti-Kickback” Act. During the performance of this Agreement, the Contractor and its subcontractors shall comply with the provisions of the Copeland “Anti- Kickback” Act as follows: (1) The Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. part 3 as may be applicable, which are incorporated by reference into this Agreement. (2) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the federal government may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. 84 of 91 165 City of South Miami, FL Page 10 of 12 (3) Breach. A breach of the contract clauses above may be grounds for termination of this Agreement, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. 2.2.8. Procurement of Recovered Materials. Contractor shall comply with the provisions of 2 C.F.R.323, including Section 6002 of the Solid Waste Disposal Act. Towards that end, in the performance of this Agreement, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items, unless the product cannot be acquired: (1) competitively within a timeframe providing for compliance with the contract performance schedule; (2) meeting contract performance requirements; or (3) at a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program. 2.2.9. Domestic Preferences for Procurements. To the greatest extent practicable, Contractor and its subcontractors shall provide preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States, in accordance with 2 CFR 200.322, “Domestic preferences for procurements.” 2.2.10. 2 CFR Subpart F – Audit Requirements. Contractor shall assist the City in complying with the audit requirements under 2 CFR Subpart F – Audit Requirements (“Federal Audit Provisions”) and the reporting requirements of the U.S. Department of the Treasury’s Final Rule, as amended, and other guidelines issued in connection with the American Rescue Plan Act. (1) Contractor shall assist the City in complying with the Federal Audit Provisions by providing the City, the State of Florida, the U.S. Department of the Treasury, the Treasury Office of the Inspector General, the Government Accountability Office, or other federal government entities, and any of their duly authorized representatives, access to personnel, accounts, books, records, supporting documentation, and other information relating to the performance of the Agreement or the Work (“Documentation”) necessary to complete federal audits. Contractor shall promptly assist the City in the event Documentation must be supplemented to address audit findings or other federal inquiries. (2) Contractor shall keep all Documentation up-to-date throughout the performance of this Agreement and the Work. Contractor shall provide the City with all Documentation for each fiscal year by October 1 of each year or within five days of the completion of the Work, whichever occurs first. Contractor shall assist the City in complying with additional guidance and instructions issued by the U.S. Department of the Treasury governing the reporting requirements for the use of American Rescue Plan Act Coronavirus State and Local Fiscal Recovery Funds. 3. Conflict; Addendum Prevails. In the event of any conflict or ambiguity between the terms 85 of 91 166 City of South Miami, FL Page 11 of 12 and provisions of this Addendum and the terms and provisions of the Agreement, the terms and provisions of this Addendum shall control. 4. Agreement Ratified. Except as otherwise specifically set forth or modified herein, all terms in the Agreement are hereby ratified and affirmed and shall remain unmodified and in full force and effect in accordance with its terms. 5. Defined Terms. All initial capitalized terms used in this Addendum but not otherwise defined herein shall have the same meaning ascribed thereto in the Agreement. 6. Counterparts. This Addendum may be executed in counterparts, each of which shall be deemed an original, but all of which, when taken together, shall constitute one and the same instrument. An executed facsimile or electronic copy of this Addendum shall have the same force and effect as an original hereof. [Remainder of page intentionally left blank. Signature pages follow.] 86 of 91 167 City of South Miami, FL Page 12 of 12 IN WITNESS WHEREOF, the parties hereto have caused this Addendum 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) (facsimile) (email) With a copy to: (telephone) (facsimile) (email) 87 of 91 168 ATTACHMENT E 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. PR2024-07, which was awarded on , 2024, 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. 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. 88 of 91 169 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 2024, 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: 89 of 91 170 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) 90 of 91 171 END OF DOCUMENT 91 of 91 172 173Tabulation Sheet August 23, 2024 Revised Tabulation Sheet S.Kulick, Chief Procurement Officer ~'-hff-J Agency Name City of South Miami Bid Number ITB-(ITB) No. PR2024-07-0-2024/SK Bid Name RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK Bid Due Date 08/02/2024 10:00:00 Eastern Bid Opening Closed 7 responses found ✓ r Ifill ffr ( 0111pa11, l{l,pondl·tl \dtl1 l'"' Bui \mount \It Bui \mount l>l'll.lll'tl \tt11h11tt:, Complete ALL 08/02/2024 Hispanic 1 . CONSTRUCTION 08:42:17 10040 sw 38 ter, $3690460.0000 0.0000 Owned, MIAMI, FL, 33165 Small & PLUMBING INC Eastern Business 08/02/2024 175 SW 7TH STREET, 1$2,133,827.76 I J$2, 155,599.66 I 2. Hycon 09:51:32 Eastern Miami, FL, 33130 Persons Services 08/02/2024 4474 Halls Mill Rd, 3. 09:26:56 $3078799.0000 0.0000 Corp Eastern Mobile AL 36693, Mobile, AL, 36693 Stonehenge 08/02/2024 13100 SW 128TH STREET, 4. Construction, 09:54:59 $2727136.5000 0.0000 LLC Eastern Miami, FL, 33186 Sun State 08/02/2024 966 Nandina drive, 5. General 00: 14:07 $2316979.6300 18315.0000 Contractors, LLC Eastern weston, FL, 33327 08/02/2024 Hispanic 6. Vercetti 09:30:01 7296 SW 48th Street, $3015793.4600 0.0000 Owned, Enterprises Miami, FL, 33155 Small Eastern Business 08/02/2024 7. Xl0 Construction 09:04:50 15371 NE 21st Ave, 1$2, 190,100.00 1$2, 190,367.00 Miami, FL, 33162 Eastern b "tf . Dott1111l·J11' Bidding Document Bidding Document Bidding Document Bidding Document Bidding Document Bidding Document Bidding Document d Sl'llt I ✓ I ✓ I ✓ I ✓ I ✓ I ✓ I ✓ Bidder Bid Price Bid ACK. Bid CERT REVISED SOV Bidder Qualif.Ref.ADA Public Entity Crimes and Conflicts Non Coll. Affidavit BUS ENTITY ANTI COLUSION SCRUTINIZED COMPANY Drug free Workplace NON- DISCRIMINA TION WARRANTY ACCEPT DISPUTE DISCOLSURE DEBAR Hycon $2,133,827.76 X X x X X X X X X X X X X X X X Hycon Alternate $2,155,599.66 X X x X X X X X X X X X X X X X X10 Const Alternate $2,190,367.00 X X X X X X X X X X X X X X X X X10 Const $2,190,700.00 X X X X X X X X X X X X X X X X Sun State $2,316,979.63 X X X X X X X X X X X X X X X X Stonehenge Const.$2,727,136.50 X X N/A X X X X X X X X X X X X X Vercetti Enterprises $3,015,793.46 X X X N/A X X X X X X X X X X X X Persons Svc $3,078,799.00 X X X X X X X X X X X X X X X X All Const. & Plumbing $3,690,460.00 X X N/A X X X X X X X X X X X X X ITB PR2024-07 PROOF OF INSURANCE IS A CONDITION OF AWARD: PROJECT REQUIRES A PERFORMANCE BOND NOTE: RESULTS ARE NOT FINAL UNTIL AN AWARD RECOMMENDTION BY THE CITY MANAGER 174 Member Name City of South Miami Bid Number ITB-(ITB) No. PR2024-07-0-2024/SK Bid Name RESTROOM-CONCESSION FACILITY BUILD AT SOUTH MIAMI PARK 51 Planholder(s) found 1,289NOTIFIED SupplierNameFullNameEmail Address1 City State CODE DeclaredAttributes Able Business Services, Inc.Derek Williamsderek@ablebusinessservices.com14265 SW 108 Court Miami FL 33176 African American Owned, Small Business ABS General Contractors Inc ANA SALAZARabsgcinc@gmail.com11200 NW 14th CT Lauderdale Lakes FL 33026 Hispanic Owned, Small Business, Woman Owned Ac trench corp Ariel CanalsZcac11@hotmail.com 14905 sw 80 st, Apt 217 Miami FL 33193 Allied Contractors, Inc.Madison Nunezmadison@allied-contractors.com 2302 West 79th Street Hialeah FL 33016 Arkest LLC Rafael Calderaarkest@att.net50 N Laura Street Jacksonville FL 32202 bay area precast matt durrellmatt@bayareaprecast.com1112 rosefair pl Odessa FL 33556 Small Business Bliss Products & Services, Inc.Gregg Blissinfo@blissproducts.com 6831 S. Sweetwater Road Lithia Springs GA 30122 Small Business CDWRE Construction LLC Curtis Waybrightcurtis@cdwadvisory.com 7742 N Kendall Dr. #221 Miami FL 33156 Concord Technologies, Inc.Shahin Shafiqshahin@myconcordtech.com 7721 NW 16 CT, Pembroke Pines, FL Pembroke Pines FL 33024 CONEMCO ENGINEERING, INC.Jose Compresbusinessdevelopment@conemco.com250 SW 87th Path Miami FL 33174 Hispanic Owned, Small Business ConstructConnect ConstructConnect Bid Opportunitiescontent@constructconnect.com3825 Edwards Rd Cincinnati OH 45209 Coreland Construction Corp.Nestor Hernandezbids@corelandconstruction.com 13611 South Dixie Highway Miami FL 33176 Small Business, Woman Owned DLF SERVICES LLC BARBARA OLIVADLFSERVICESLLC@GMAIL.COM 571 WEST 33 STREET Hialeah FL 33012 Dodge Data Bonny Mangolddodge.docs@construction.com 4300 Beltway Place, Ste 150 Arlington TX 76018 fikon corp Omar gutierrezomarg@fikonpro.com 1145 NORTHWEST 28TH STREET Miami FL 33127 Gershen Associates Christopher Vidalchris.vidal@gershenassociates.com 9769 south dixie highway Miami FL 33156 GREEN ENGINEERING & CONSTRUCTION INC.Rosana Dreyerinfo@greenengcon.com8757 NW 35th LANE DORAL FL 33172 Hispanic Owned, Small Business, Woman Owned Gryphon Construction Services, Inc.Marcelo Amigoops@gryphon-cs.com 815 NW 57th Ave Suite 200-12 Miami FL 33126 Hispanic Owned, Small Business 7 Document(s) found for this bid 1 of 3 175 H.A. CONTRACTING CORP.HENRY ANGELOHENRY@HACONTRACTING.COM 9500 N.W. 12 ST., BAY 1 Miami FL 33172 Small Business H.A. Contracting Corp.Henry Angelo IIIhenry@hacontracting.com 9500 N.W. 12th Street, Bay 1 Miami FL 33172 Inventra LLC Christopher Bourneinfo@inventraconstruction.com2719 Hollywood Blvd Hollywood FL 33020 Small Business J&H Painting Services Inc.Michael Scollojhpaintingincfl@gmail.com 11840 WINDY FOREST WAY BOCA RATON FL 33498 J.R.T. Construction, Co.Jeovanni Tarafajtarafa@tarafaconstruction.com3050 NW 77 Court Doral FL 33122 Hispanic Owned, Small Business JCM Development Group, Inc.JC Menajc@jcmdev.net8602 SW 74 Street Miami FL 33143 John Bell Construction, Inc.Jazz Machinjazz@johnbellconstruction.com4000 SW 60th Ct.Miami FL 33155 JUST 1 PLUMBING LLC SILVIA GINNARIsilvia@just1plumbing.com8405 NW 68th St.Miami FL 33166 Small Business Khan Builders, Inc Muhammad Khankhanbuildersinc@gmail.com 11240 SW 20th Street Miramar FL 33025 LEGO Construction Co Satya Nethisnethi@legocc.com1011 Sunnybrook Rd Miami FL 33136 Hispanic Owned Lincoln Surety Group L.L.C.Mark Kowalskimark@lincolnsuretygrp.com 7446 Featherstone Blvd Sarasota FL 34238 Lunacon Construction Group Patricia Bonillapbonilla@lunaconcorp.com 16890 S. Dixie Highway Miami FL 33157 M&J GENERAL CONTRACTORS CESAR DE LUNAcesar@mjgeneralcontractors.com300 Palermo Avenue CORAL GABLES FL 33134 Hispanic Owned, Small Business, Woman Owned Metro Contractor Inc.Amat Fernandezmetro3836@gmail.com5301 NW 158 Terr Hialeah FL 33014 Hispanic Owned, Small Business, Veteran Owned, Woman Owned Miliani Construction Corp Adolfo Milianiamiliani@milianiconstruction.com11012 NW 73 ST Miami FL 33178 Hispanic Owned, Small Business, Woman Owned One More Designs LLC Francisco Villegasfjvillegasjr@onemoredb.com5916 sw 82 st Miami FL 33143 Onvia, Inc. - Content Department Content Source Managementsourcingsupport@deltek.com 509 Olive Way, Suite 400 Seattle WA 98101 Pacifica Engineering Services, LLC Aeilyng Pereiraapereira@pacificaes.com 601 N Congress Avenue Delray Beach FL 33445 Persons Services Corp George Braeunigbidsec@personsservices.com1835 S Perimeter Rd Fort Lauderdale FL 33309 Pine Rock Builders Group, LLC Kalet Baldrichkalet.baldrich@pinerockbuilders.comMiami FL Primus Shell Builders Emmanuel Acostamanny@primusshell.com 1 South Pine Island Rd Fort Lauderdale FL 33324 R.E. Chisholm Architects. Inc.Paula Bravopbravo@chisholmarchitects.com 782 NW 42nd Avenue Miami FL 33126 Hispanic Owned 2 of 3 176 Resol Construction Inc Thomas Solertsoler@resolinc.com9 Island Ave Miami Beach FL 33139 SHC Lazaro Villarlvillar@shc-us.com 12330 SW 31st Street Miami FL 33175 Sleiman Construction, LLC Danny Sleimandanny@sleimanc.com2801 NW 74th Ave Miami FL 33122 Hispanic Owned, Small Business SOUTHEASTERN PUMP Julie Brodeurjbrodeur@sepump.com1354 SW 12th Ave Pompano Beach FL 33069 Small Business Stonehenge Construction, LLC Ed Vilchezevilchez@shc-us.com13100 SW 128 St Miami FL 33186 Sun Eagle General Contractors, Corp.yamil castilloyamil@suneaglegc.com12300 SW 130 st Miami FL 33186 SupremeRoofing&Const ruction Inc Deric Smithsupremeroofingsvc@hotmail.com2600 NW 155 terr Miami FL 33054 African American Owned TechGroupOne, Inc Juan C Maggicontractor@techgroupone.com8504 Nw 66th Street Miami FL 33166 Hispanic Owned, Small Business tequesta construction services, inc.Jorge Ordonezjordonez@tequestaconstruction.com7400 NW 7th St.Miami FL 33126 Vercetti Enterprises Danny Vercettidv@vercetti.net7296 SW 48th Street Miami FL 33155 Hispanic Owned, Small Business Waypoint Contracting, Inc Manny Vecininfo@waypointci.comPO BOX 558482 Miami FL 33255 3 of 3 177 178 TO: PROJECT: FIRM: DATE: Sou iami 'iHE CITY OF PLEASANT LIVING REFERENCE CHECK Pedro Arias Construction of a new combo restroom-concession building at South Miami Park Hycon Investments LLC August 6, 2024 1. Please briefly describe the work scope or project details performed by Hycon Investments LLC for your organization? f"\L·RHz..t-1.eb Alt.. \..\G" tZ..E?G..\llWf:) b~J; f9Q. -CHG ~ Please rate questions 2 through 4 from one (1) lowest to three {3) being the highest: 2. How satisfied were you with qualifications, experience and professionalism of Hycon Investments LLC personnel in completing the contract requirements? {Circle One) 1 2 3. Did Hycon Investments LLC keep you updated and informed about the progression of the work, particularly when special needs or problems arose? (Circle One) 1 2 (v 4. Please rate Hycon Investments LLC service and quality of work performed. (Circle One} 1 2 S. Were there any change orders associated with your project?@ / No If yes, please advise whether change order(s) were contractor or agency initiated. 1 179 (?) Southtiami THE CITY OF PLEASANT UVJNG 6. If you had a similar opportunity to undertake in the future, wou~ consider Hycon Investments LLC to perform the work again based on performance? ~ / No 7. Is there anything we should know while evaluating Hycon Investments LLC as it relates to the construction of new restroom facility? Yes/ No B1 CC>tJ c,( A CcH-:1rAN:;1 &c,lli7b ot\l :be-Ll\JG"&HV Cl1 P{l()Pm,oAJAL uJol2-f. AN-h (Ee v'\Cf --c-f:\~Y a:J~ U@(i P~it>tJALI :hf.-E" l xi~aLvG'b I kl A.LL Suy:G"Q_V\.( lcvJ -NJ t> HMl:A6Ek1 £:NI. ~A ,JevV '2.£$T12,C1)>A. 8Cll!7'( CQl:.)(1:QU CT io\\[ :c. ~-Gllt?Vt t\J carJ tS: 'rVLL~ Q\.PAB.L.G OP l,A,N,JA.GtAJG, -n\-l..i pe.Ql~C'l: ~ Name: ?ElY{Z-O A~\ AS Date: 08/0912024 Title: OW 1\1. E 12... 2 180 TO: South Miami THE CITY OF PLEASANT I.IVINC REFERENCE CHECK Carly Sutton, Director PROJECT: Construction of a new combo restroom-concession building at South Miami Park FIRM: Hycon Investments LLC DATE: August 6, 2024 1. Please briefly describe the work scope or project details performed by Hycon Investments LLC for your organization? Approximately 25,000 SF office interior buildout in Coral Gables Please rate questions 2 through 4 from one (1) lowest to three (3) being the highest: 2. How satisfied were you with qualifications, experience and professionalism of Hycon Investments LLC personnel in completing the contract requirements? (Circle One) 1 2 3 X 3. Did Hycon Investments LLC keep you updated and informed about the progression of the work, particularly when special needs or problems arose? (Circle One} 1 2 3 X 4. Please rate Hycon Investments LLC service and quality of work performed. (Circle One) 1 2 5. Were there any change orders associated with your project? Yes / No If yes, please advise whether change order{s} were contractor or agency initiated. Yes, but almost exclusively client or AHJ requested changes. Hycon was fantastic about not charging us for every little thing that came up in the field, and accommodated every request for minor field relocations and tweaks with zero fuss or added cost whenever possible. 1 181 South Miami THt CITY OF l'!FAS,\NT LIVING 6. If you had a similar opportunity to undertake in the future, would you consider Hycon Investments LLC to perform the work again based on performance? Yes / No X 7. Is there anything we should know while evaluating Hycon Investments LLC as it relates to the construction of new restroom facility? Yes / No Hycon has been one of the most organized, professional, and proactive GCs I've ever had the pleasure of working with. Despite a plethora of client design changes, a challenging AHJ, strict building/landlord requirements, coordination with multiple third party (owner) vendors- Hycon has always gone above and beyond to remain the ultimate team player. Name: Carly Sutton Date: 08/ 1 i/2024 Title: Director Signature: __________ _ 2 182 Wallace, Elisha From: Sent: To: Cc: Subject: Attachments: Follow Up Flag: Flag Status: Elisha, Sutton, Carly <carly.sutton@nmrk.com> Monday, August 12, 2024 12:20 PM Wallace, Elisha Pough, Quentin RE: [External] Reference Request: Hycon Investments LLC Reference -Hycon Investments LLC_Newmark.pdf Follow up Completed Apologies for my delayed response. Please find attached the form with my responses. Hopefully they came through ok, as I tried to fill things in electronically. In short, I would work with Hycon on every project if I could. They are such team players and a true pleasure to work with. They have been invaluable in navigating every hurdle along the way, whether design challenges, inspector or building requests, third party vendor coordination-you name it and they have picked up the reins to get things done. Any questions, please do not hesitate to reach out on my mobile number below. Thank you, Carly Sutton Newmark, Director carly.sutton@nmrk.com (O_J: 312.224.3125 I (M): 402.305.4573 From: Wallace, Elisha <EWallace@southmiamifl.gov> Sent: Tuesday, August 6, 2024 3:49 PM To: Sutton, Carly <carly.sutton@nmrk.com> Cc: Pough, Quentin <QPough@southmiamifl.gov> Subject: [External] Reference Request: Hycon Investments LLC [j !l You don't often get email from ewallace@southmiamifl.gov. Learn why this is important Good afternoon, Hycon Investments, LLC has listed you as a reference for services rendered to your agency/organization. Utilizing the enclosed form, kindly provide us with your evaluation of this company's performance. If possible, please respond to this request before Thursday, August 8, 2024 at noon. Regards, 1 183 Elisha A. Wallace A.dministrative Assistant Direct: 305-668-3875 City of South Miami 5800 SW 66 th Street, South Miami FL 33143 South Miami l Hl CITY or PLEASANT LIVINC, Follow us on: lnstagram I Facebook I Twitter I TikTok I Unkedln I YouTube Download the SoMi Connect App: ~ I Google Play Under Florida law, e-mails are pubfic records. ff you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact City Hall by phone or in writing. [External Email: Use Caution when clicking on links and attachments] NOTICE: This e-mail message and any attachments are intended solely for the use of the intended recipient, and may contain information that is confidential, privileged and exempt from disclosure under applicable law. If you are not the intended recipient, you are not permitted to read, disclose, reproduce, distribute, use or take any action in reliance upon this message and any attachments, and we request that you promptly notify the sender and immediately delete this message and any attachments as well as any copies ttereof. Delivery of this message to an unintended recipient is not intended to waive any right or privilege. Newmark is neither qualified nor authorized to give legal or tax acvice, and any such advice should be obtained from an appropriate, qualified professional advisor of your own choosing. 2