Loading...
HomeMy WebLinkAboutBidBID NO. 07-08-016 GSA FLEET TRUCK WASH UPGRADE CIP PROJECT NO.: B- 74205A Due Date: Friday, May 9th Due Time: 11:00 A.M. Mayor Manuel A. Diaz Commissioner Angel Gonzalez, District 1 Commissioner Marc Sarnoff, District 2 Commissioner Joe M. Sanchez, District 3 Commissioner Tomas P. Regalado, District 4 Commissioner Michelle Spence -Jones, District 5 City Manager, Pedro G. Hernandez., P.E. Issued By: -� Ci y of Miami Department of Ca�tal Improvements Program 444 SW 2nd Avenue, 8th Floor Miami, FL 33130 Project Name: GSA Fleet Wash Truck Up -grade Bid No.: 07-08-016 TABLE OF CONTENTS INVITATION TO BID NO. 07-08-016 6 NOTICE TO CONTRACTORS 6 Section 1 - Instructions for Submission 7 1. Intention of City 7 2. Scope of Work 7 3. Location of Project(s) 7 4. Performance of the Work 7 5. Examination of Contract Documents and Site 7 6. Addendum 8 7. Bid Submission 8 8. Bid Guaranty 8 9. Preparation of Bid 9 10. Pre -Bid Conference 9 11. Postponement of Bid Opening Date 9 12. Acceptance or Resection of Bids 9 13. Environmental Regulations 9 14. Bid Award 10 15. Bid Protest 10 16. Local, Small, and Disadvantaged Firm Participation 10 17. Minority /Women Procurement Program 10 18. First Source Hirinq Agreements 11 19. Local and MinoritylWoman Participation Reporting 12 20. Cone of Silence 12 21. Public Entity Crime 12 22. Fraud and Misrepresentation 13 23. Collusion 13 24. Contractor in Arrears of Default 13 25. Cancellation of Solicitation 13 Section 2 - General Terms and Conditions 14 1. Definitions 14 3. Contract Term 17 4. Notices 17 5. Priority of Provisions 18 6. Indemnification 18 7. insurance 19 8. Performance and Payment Bond 22 9. Qualification of Surety 23 10. General Reaul�ements 24 11. Method of Performing the Work 24 12. Work Staging and Phasing 25 13. Site Investigation and Representation 25 14. Contractor to Check Plans. Specifications and Data 26 15. Contractor's Responsibility for Damages and Accidents 26 16. Accidents 26 17. Safety Precautions 26 Project Name: GSA Fleet Wash Truck Upgrade Page 2 Bid No.: 07-08-016 18. Occupational Health and Safety 27 19. Labor and Materials 28 20. Rules Regulations, and Licenses 28 21. Consultant Services 28 22. Project Management 29 23. Superintendence and Supervision 29 24. Authority of the Project Manager 30 25. Inspection of Work 31 26. Taxes 31 27. Separate Contracts 31 28. Lands of Work 32 29. Coordination of Work 32 30. Differing Site Conditions 32 31. Existing Utilities 33 32. Contractor's Responsibility for Utility Properties and Service 33 33. Interfering Structures 34 34. Field Relocation 34 35. Contractor's Use of Work Site 34 36 Warranty of Materials and Equipment 35 37. Material and Equipment Shipment, Handling, Storage and Protection 35 38. Manufacturer's Instructions 37 39. Manufacturer's Warranty 37 40. Submittals 38 41. Shop Drawings 39 42. Product Data 40 43. Samples 41 44. Record Set 41 45. Supplemental Drawings and Instructions 41 46. Contractor Furnished Drawings 41 47. Substitutions 42 48. City Furnished Drawings 43 49. Interpretation of Drawings and Documents 43 50. Product Tests 43 51. Field Directives 43 52. Changes in the Work or Contract Documents 44 53. Continuing the Work 44 54. Change Orders 44 55. Change Order Procedure 45 56. No Oral Changes 46 57. Value of Change Order Work 46 58. Extra Work Directive 49 59 Field Layout of the Work and Record Drawings (not applicable) 50 60. Survey Work (not applicable) 50 61. As -Built Drawings 50 62. Worker's Identification 51 63. Removal of Unsatisfactory Personnel 51 Project Name: GSA Fleet Wash Truck Upgrade Bid No.: 07-08-016 Page 3 64. Substantial Completion, Punch List, & Final Completion 51 65. Acceptance and Final Payment 52 66, NDPES Requirements 53 67. Force Maieure 53 68. Extension of Time 53 69. Notification of Claim 54 70. Extension of Time not Cumulative 55 71. Contractor's Damages for Delay 55 72, Excusable Delay, Non -Compensable 55 73. Defective Work 56 74. Acceptance of Defective or Non -Conforming Work 56 75. Uncovering Finished Work 56 76. Correction of Work 57 77. Maintenance of Traffic and Public Streets (NOT APPLICABLE) 57 78, Location and Damage to Existing Facilities, Equipment or Utilities 57 79. Stop Work Order 58 80. Hurricane Preparedness 58 81. Use of Completed Portions 59 82. Cleaning Up, City's Right to Clean Up 59 83, Removal of Equipment 60 84. Set -offs, Withholdings, and Deductions 60 85, Event of Default 60 86. Notice of Default -Opportunity to Cure 61 87. Termination for Default 61 88, Remedies in the Event of Termination for Default 62 89. Termination for Convenience 62 90. Resolution of Disputes 63 91. Mediation -Waiver of Jury Trial 64 92, City May Avail Itself of All Remedies 65 93. Permits. Licenses and Impact Fees 65 94. Compliance with Applicable Laws 65 95. Independent Contractor 65 96, Third Party Beneficiaries 66 97. Successors and Assigns 66 98, Materiality and Waiver of Breach 66 99. Severability 67 100. Applicable Law and Venue of Litigation 67 101. Amendments 67 102. Entire Agreement 67 103. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act 67 104. Evaluation 68 105. Commodities manufactured, grown, or produced in the City of Miami, Miami -Dade County and the State of Florida 68 106. Royalties and Patents 68 107. Continuation of the Work 68 Project Name: GSA Fleet Wash Truck Upgrade Bid No.: 07-08-016 Page 4 108. Review of Records 68 109. No Interest 69 110. Payments Related to Guaranteed Obligations 69 111. Consent of City Required for Subletting or Assignment 69 112. Agreement Limiting Time in Which to Bring Action Against the City 69 113. Defense of Claims 70 114. Contingency Clause 70 115. MutualObiigations 70 116. Contract Extension 70 117. Non -Exclusivity 70 118. Nature of the Agreement 70 119. Contract Documents Contains all Terms 71 120. Applicable Law and Venue of Litigation 71 121. Survival 71 Section 3 - Supplemental Terms and Conditions 72 1. Contract Time 72 2. Progress Payments 72 3. Liquidated Damages 73 4 Schedule of Values 73 5. Project Schedules 73 6. Release of Liens/Subcontractor's Statement of Satisfaction 74 7. Progress Meetings 74 8. Request for Information 75 9. Substitutions 75 10. Project Site Facilities 76 11. Project Laboratory Testing Services 77 12. Security 77 13. Construction Signage 77 Section 4 - BID FORMS 78 Section 5- Attachments 86 BID BOND FORM (Page 1 of 3) 86 QUESTIONNAIRE 89 Section 6- Contract Execution Form 100 CORPORATE RESOLUTION 101 FORM OF PERFORMANCE BOND (Page lof 2) 102 CERTIFICATE AS TO CORPORATE PRINCIPAL 106 PERFORMANCE AND PAYMENT GUARANTY FORM 107 Section 7- Special Technical Supplemental Conditions Project Name: GSA Fleet Wash Truck Upgrade Page 5 Bid No.: 07-08-016 INVITATION TO BID NO. 07-08-016 NOTICE TO CONTRACTORS Sealed bids will be received by the City of Miami, Office of the City Clerk, City Hall, I" Floor, 3500 Pan American Drive, Miami, Florida 33133-5504, until 11:00 A.M. on May 9, 2008 for: GSA Fleet Truck Wash Upgrade, B -74205A Bids Due: May 9, 2008 AT 11:00 A.M. Scope of Work: The Work consists of furnishing all materials, labor, and equipment necessary to construct the Project(s) as described below and as shown on the plans for a complete and functional Project. The Work consists of the renovation of the existing masonry truck wash facility, demolition of the existing metal building and the construction of a new 2,670 square foot single story masonry expanded truck wash facility, equipment room and associated site work. Minimum Requirements: Prospective Bidder shall hold a current certified license as a General Contractor or General Engineering Contractor from the State of Florida (and/or Subcontractors) and must have a minimum of (5) years experience in the construction of similar projects including five (5) separate project references of similar size, scope, and complexity, supported by references within the past five (5) years. The Bidder must self -perform at least thirty percent (30%) of the Work. A non -mandatory conference and site visit will be held on Friday, April 1 B, 2008 starting at 10:00 A.M. in the GSA Conference Room at 1390 NW 201h Street, Miami, Florida 33142 to discuss this solicitation. Bid packages may be fully obtained from the Department of Capital Improvement's website, www.miamigov.com/Capitallmprovements only on or after April 10, 2008. All questions about the meaning or intent of the Contract Documents are to be directed to Gary Fabrikant, at afabrikant�a7miamigov.com of the City's Department of Capital Improvements Program (CIP) in writing. All bids shall be submitted at the time, date, and place above in accordance with the Instructions to Bidders. Bids must be submitted in duplicate originals in a sealed envelope, legibly marked on the outside: BID NO.. 07-08-016 BIDS FOR: GSA Fleet Truck Wash Upgrade B- 420 A Failure to submit a duplicate copy may result in the rejection of the Bid as non-responsive. Bids will be publicly opened. Any bids or proposals received after time and date specified will not be considered. The responsibility for submitting a bid before the stated time and date is solely and strictly the responsibility of the Bidder. The City is not responsible for delays caused by courier service, including U.S. Mail, or any other occurrence. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CONE OF SILENCE," IN ACCORDANCE WITH ORDINANCE NO. 12271. DP -000811 Project Name: GSA Fleet Wash Truck Upgrade Page 6 Bid No.: 07-08-016 Section 4 - BID FORMS (Page 1 o 8) Submitted:...._ L.3 L p 0 8_ Date City of Miami, Florida Office of the City Clerk City Halt, 15' Floor 3500 Pan American Drive Miami, Florida 33133-5504 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this Bid is made without connection with any other person, firm, or parties making a Birt; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required Bid Guaranty; and all other required information with the Bid, and that this Bid is submitted voluntarily and willingly. The Bidder agrees, if this Bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: Bid No: 07-08-016 Title: GSA Fleet Truck Wash Upgrade, B7 74208A The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total Bid price plus alternates, if any, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that the Bid guaranty accompanying the Bid shall be forfeited if Bidder fails to execute said Contract, or fails to furnish the required Performance Bond and Payment Bond or fails to furnish the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the City. In the event of a discrepancy between the price Bid in figures and the price Bid in words, the price in words shall govern. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. Project Name: GSA Fleet Wash Truck Upgrade Bid No.: _07-08-016 Page 78 BID FORM: (Page 2 of 8) Note: Bidders are bidding on a Jump sum basis for the purpose of determining the lowest responsive and responsible bidders. However, Bidders will be paid based on the Schedule of Values, with payments based on actual Work performed. PROJECT PACKAGE GSA Fleet Truck Wash U sip rade, -_742g8A Our LUMP SUM BID includes the total cost for the all Work specified in this solicitation, consisting of furnishing all materials, labor, equipment, supervision, mobilization, overhead & profit required, in accordance with the Bid Specifications. , Lump Sum: S_ Written Amount Eine Contingency Items 11a. 2 if contaminated soils are encountered, this bid item is to cover proper on-site storage, laboratory testing of materials to be disposed, hauling and disposal of contaminated soils to a Class 111 landfill or other approved Hazardous Wastes Disposal Facility according to applicable County and State rules and regulations, and as stated in the Miami -Glade Department of Environmental Resources Management Permit issued for the project. if "Free Product" is encountered in the excavation, this bid item is to cover cotlection, proper storage, laboratory testing of free product to be disposed, hauling and disposal according to applicable County and State rules and regulations, and as stated in the Miami -Bade Department of Environmental Resources Management Permit issued for the project. Project Name: GSA Fleet Wash Truck Qp rade Pagc 79 Unit Qua F UnitCost i z CY 1901 ; GAL i 440 ..-X4 Sid No.:._tl7-08-018 _- _ BID FORM: (Page 3 of 8) DIRECTIONS: COMPLETE PART I OR PART Il, WHICHEVER APPLIES, AND PARTS III ANO iV. Part h Listed below are the dates of issue for each Addendum received in connection with this Bid: Addendum No, 1, Datedf- r Addendum No. 2, Dated �#- 1, d 006 Addendum No, 3, Dated Addendum No. 4, Dated W, • vd sy r z Part II: ___ No addendum was race' ed in connection with this Bid, Part iII; Certifications The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall comply with all the stated requirements. 1, Affirmative Action Plan Successful bidder(s) shall establish an Affirmative Action Plan or an Affirmative Action Policy pursuant to Ordinance #10062 as amended. Effective date of implementation must be Indicated on the policy: and 2. First Source Hiring Bidder certifies that It has read and understood the provisions of City of Miami Ordinance Section 18-110, pertaining to the implementation of a "First Source Hiring Agreemenr. Evaluation of bidder's responsiveness to Ordinance Section 18-110 may be a consideration in the award of a contract. 3. Non -Collusion Bidder certifies that the only persons interested in this Bid are named herein; that no other person has any Interest in this Bid or in the Contract to which this Bid peaalns; that this Bid is made without connection or arrangement with any other person; and 4. Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about; i The dangers of drug abuse in the workplace; Project Name: GSA Fleet Wash Truck Upgrade Bid No,: QZ-08-018 _ Page 80 BID FORM: (Page 4 of 8 (I!)The Bidder's policy of maintaining a drug-free workplace; (iii )Any available drug counseling, rehabilitation, and employee assistance programs; and (Iv) The penalties. that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statementrequired by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (I) Abide by the terms of the statement; and %- . (11) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (1) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (1) Taking appropriate personnel action against such employee, up to and including. termination; or (H)Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, .law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs(1) through (6); and S. Lobb in The undersigned certifies to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid, or will be paid; sby or on behalf of the -� undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal 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)lf any funds other than Federal appropriated funds have been paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its Instructions, Project Name: GSA Fleet Wash Truck Upgrade Sid No.: _07-08-046 Page 81 i31D FORM: (Page 5 of 8) (3)This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly, This certification is a material representation of fact upon which reliance was placed when this transactlon was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100;000 for each such failure; and Note: In these Instances, "Alt" in the Final Rule is expected to be clarified to show that it applies to covered contract/grant transactions over $100,000 (per QMB). 6. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency. b. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense fn 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 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 government 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/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami, Pail IV; Certification — Trench Safety Act The Bidder, by virtue of signing the Bid .Form, affirms that the Bidder is aware of the Trench Safety Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. Bidder acknowledges that included in the various items of the proposal and in the total Bid price are costs for complying with the Florida Trench Safety Act. These items are a breakout of the respective Items involving trenching and will not be paid separately. They are not to be confused with bid items in the schedule of prices, nor be considered additional Work. Project Name: GSA Fleet Wash Truck Upgrade Bid No.: 07-08-016 Page 82 t BID FORM: (Page 6 of 8) The Bidder further identifies the costs and methods summarized below: Quantity Unit Description Unit price Price Extended . Method 6 tk b+ L� Total Attached Is a Bid Bond [;C], Cash [ ], Money Order [ ], UnconditionaVirrevocable Letter of Credit f j, Treasurer's Check f ], Bank Draft f ], Cashier's Check [ j, Bid Bond Voucher [ j or Certified Check [ ] No. Bank of for the sum of OF AM VI Ftg Sip Dollars ($ The Bidder shall acknowledge this Bid and certifies to the above stated in Part III and IV by signing and completing the spaces provided below. Finn's Name: C-& . &F4A\c- GE,+Mvt,11 o?J M Ai4Ai', )"1 G Signature: Printed NameMtle: 1'_ 0 n.--� ' 1 ' CitylState/2ip: , M I Mm I Telephone No.. Facsimile No.. 10S_6 _ E -Mail Address: Gi✓IAz�Cnrt C tavTtt, Social Security No. or Federal Dun and q M �� 3 , i.D,No.: �p "�t 5�v ' 3� Bradstreet No.: (if applicable) If a partnership, names and addresses of partners: Project Name: GSA Fleet Wash Truck Upgrade Bid No.: _07-08-016 Page 83 BID FORM: (Page 7 of 8) CERTIFICATE OF AUTHORITY (1F CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of C. C'. 4-H Asa= Ga16TP-VM0N M GM L JCC._corporation organized and existing under the laws of the State of �� , hold on the day of -n iv ,- -ov_Ta resolution was duly passed and adopted authorizing (Name)- ~+' %� �'`'r�`w`-'° as (Title) `,f!CA l'AA-tr n �"of the corporation to execute bids on behalf of the corporaG��and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. l further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this 9 , day of�?=. , 20-0 —?-> CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of a partnership organized and existing under the laws of the State of _ ___ > held on the __day of , , a resolution was duly passed and adopted authorizing (Name) as (Title)— — of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, l have hereunto set my hand this _,..._, day of _._„_ __ , 20 Partner: _ Print: CERTIFICATE OF AUTHORITY IF JOINT VENTURE) Joint ventures must submit a joint venture agreement Indicating that the person signing this Bid is authorized to sign Bid documents on behalf of the Joint venture. If there is no Joint venture agreement each member of the joint venture must sign the Bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAI-1 :I HEREBY CERTIFY that, i (Name)__._..._ _ individually and doing business as (d/b/a) _ (if Applicable) have executed and am bound by the terrmof the Bid to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of -__ 20___--. Signed: Print: Project Name: GSA Flet Wash Truck Upgrade Bid No.: 07-08-016 __ Fags 84 BID FORM: (Page 8 of 8) NOTARIZATION STATE OF�� 0 SII. , v ;SS: COUNTY OF _._ The foregoing Instrument was acknowledged before me this c�t day of _ °-"-7 , 20 by+"�'` ��'i—`!'`�' �__, who is personall known to me or whop has produced _ as Identification and who did t did not) take an oath. SI NAq-URE OF NOTARY PUBLIC STATE OF FLORIDA +M! " WAtRAMEOEROS aldm t Ham_ Notary PV - Steta at fiOO PRI ED, STAMPED OR TYPED ? ` = MYCDOW68twrEx0etFeb 5,2ft NAME; OF NOTARY PUBLIC ,�; 4�� Cm bile # DO TW79 W Project Name: GSA Fleet Wash Truck Upgrade Page 85 Bid No.: W-08-016 _ Section 5- Attachments 151101 BOND FORM (Page 1 of 3) State of Florida ) County of Dade ) SS City of Miami ) C.G. Chase Construction KNOWN ALL PERSONS BY THESE PRESENTS, that Management, Inc. as Principal, Western Surety Company as Surety, are held and firmly boW9d unto The City of Miami, in the penal sum of Five Per Cent of Amount )aid Dollars ($ " '5 --""-"" ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid, dated Nay 9 ,, 2008 , for: GSA Fleet Truck Wash Upgrade _, CEP Project No. B- _74205A NOW THEREFORE: (a) If the principal shall not withdraw said Bid within sixty (60) days after date of opening the same, and shall within ten (10) days after the prescribed forms are presented to him for signature, enter Into a written contract with the City, in accordance with the bid as accepted, and give bond with good and sufficient Surety or Sureties, as may be required, for the faithful performance and proper fulfillment of such contract; or, (b) In the event if the withdrawal of said Bid within the period specified, or the failure to enter Into such contract and give such bond within the time specified, If the principal shall pay the City the difference between the amount specified in said Bid and the amount for which the City may procure the required Work and supplies, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. Project Name: GSA Fleet Wash Truck UoaracLe Bid No.: 07-08-016 Page 86 1310 BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this Instrument under their several seals, this __9th — day of May ,.A. D., 20_08, the name and corporate sea] of each party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: (if Sale Ownership, Partnership, or Joint Venture, two (2) Witnesses are required. If Corporation, Secretary only will attest and affix seal.) IF A-Vt4u��� Project Name: GSA, Fl"t Wash Truck grade Page 87 PRINCIPAL: C.G. Chase Construction Management, Inc. (Name of Firm) Affix Seal (Slgnatur authorized officer) (Title) 1566 S.W.1st Street - (Business Address) Miami_, Florida 33195 City State Zip Surety: Western Surety Company (Corporate Surety) Authorized Officer) Attdrney-in-Fact (Title) 333 South Wabash Avenue (Business Address) Chicago, Illinois 60604 City State Zip Bid No.: _07-08-016 BID BOND FOELM (Page.3 of 3) CERTIFICATE AS TO CORPORAT�pRINCIPAL 1, '7/\1-.1 * o , certify that I am the Secretary of the Corporation named as 'Principal In the within bond; that of said corporation; that i know his signature, and the 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. _(Corporate Seal) STATE OF FLORIDA) COUNTY OF DADE ) SS City OF MIAMI ) Before me, a Notary Public duly commissioned, and qualified, personally appeared✓ S. Pi�,jc•6- ry t K - e& to me well known, who being by me first duly sworn upon oath, says that he/she is the attorney-in-fact, for the and that he/she has been authorized by V"'6 -mw S'4cr-t co to execute the foregoing bond on behalf of the Contractor named therein in Favor 6f The City of Miami, Florida. Subscribed and sworn to before me this - day of A. D., 20-a. INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, in compliance with Instructions to Bidders Man- Notgry Public, State of Florida at Large � kAJMRA MEQEROS MW y Pubk - ft* of Fkdft 1W OWakftEVk ti Feb 5, 201 C0111096" 0 oo rase» POV RP Project Name: GSA FI t Wash Truck U99rade Page 88 My Commission Expires: Bid No,:.07-08.098 _ Western Surety Company PONVER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint 3 Spencer Miller, Marion Narkus, Robert I Schwartz, Kim Hansen, Mark P Nahin, Individually of Chicago, iL, its true and lawful Attorncy(s)-in-Fact with full pourer and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and outer obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the some extent as if such instruments were signed by a duly authorized officer of the corporation and all ilia acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attomey is trade and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 27th day of February, 2007. 0-10 o WESTERN SURETY COMPANY w�Q4PORq�4 Paul W.r Brunet, Senior Vice President State of South Dakota County of Minnehaha ss On this 27th day of February, 2007, before me personally came Paul T, Bru flat, tome known, who, being by me duly awom, did depose and say; that he resides in the City of Sioux Falls, State of South Dakota; that hu is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; thathe knows lite seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expirest44�,�hhh444Y`+Yhti�,t,M�A'yhyy 4 i D, KRELL +' November 30, 2412r E t NOTARY PUBLIC f t SOUTH DAKOTA(M" �4h1Y 4YNhY4ifh+,NhhhbhMyM� D. Krell, No ary Public CERTIFICATE 1, l.. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on die reverse hereof is still in force. in testimony whorcof I have hereunto subscribed my name and affixed the seal of the said corporation the _9th day of May 2008 .-ya^r::�� WESTERN SURETY COMPANY L. Nelson, Assistant Secretary Form 1'42MO9.06 SUPPLEMENT TO BID FORM: QUESTIONNAIRE THIS COMPLETED FORM MUST BE SUBMITTED WITH THE BID, THE CITY MAY, AT ITS SOLE DISCRETION, REQUIRED THAT THE BIDDER SUBMIT ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM SUCH INFORMATION MUST BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OF THE CITY'S REQUEST. FAILURE TO SUBMIT THE FORM OR ADDITIONAL INFORMATION .UPON REQUEST BY THE CITY SHALL, RESULT IN THE REJECTION OF THE BID AS NON-RESPONSIVE. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. k 1. How many years has your organization been in business while possessing one of the licenses, certifications, or registrations? License/Certification/Registration Name and Number Ld�a- -t- r -O + Ii7t? Lt C�N %6 4c- # Years !/+ 1A. What is your primary business? . 4'a C-P-A-L-mi11 rr. __ 2. What is the last project of this nature that you have completed? (in excess of $1,000,000MI IO RA -.- VVAI I3Q5 VVA N FA- L�4 'tom -- m 0m l t>A-b e nt ►T �}Ni1'L�r`�'�'1�xv_n3T _ ' J � 2 �i i;�i?U�� " .. (✓q ti} 1f � �niiM ,�y�Pc-� �-ro 3. Have you ever failed to complete any work awarded to you? If so, where and why? Na 4. Give owner names, addresses and telephone numbers, and Surety and project names, for all projects for which you have performed work, where your Surety has intervened to assist in completion of the project, whether or not a claim was made. Project Name: GSA Fleet Wash Truck upgrade Page 89 Sid No.: _07-08-016 5. Give names, addresses and telephone numbers of three individuals, corporations, agencies, or institutions for which you have performed work: M lAm 16Am UA01>iT 4401 tJW 72 AVm- ,m jA+1, Fr.. 73 J&1v s'oS_ 79 4 - `x'12.7 (name) (address) (phone #) MrsNti cavi 6Sp, (it K1rr S'f 7 to-'�b9 ~ Z00 - (name) ' (address) (phone #) itA,+t D 5�'otVT faT a rMr1 _a� X47 ' 9'f347 (name) (address) (phone #} B. List the following information concerning all contracts In progress as of the date of submission of this bid. (In case of co -venture, list the information for all co -venturers.) TOTAL. DATE OF % OF NAME OF OWNER & CONTRACT COMPLETION COMPLETION PRQJECT PHONE # VALUE FUER CONTRACT TO DATE 14&P_AiJ-JA f3AA004 UMtAR/tL r�rr ( bAnhe cvVN7_f -Ga a .c 0 t Crzv''e iIvALU . 1AiAMI rarkaer errs 3� 3i7 S z,Ub rX. .er, MAY'awt li yF tziCM& 0W& JWG +JOAA t D 5 15'/ (Continue list on -insert sheet, if necessary.) 7. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? ©'Yes ❑ No 8. Will you subcontract any part of this Work? If so, provide the following details for each subcontractor(s) that will perform work under the contract amount. (Attach additional sheets if necessary) Subcontractor Approx. Small Business ©escriotion of Work _ Name Percents a Status C P 13E - - Pc.'+, M 8 r G The foregoing list of Subcontractor(s) may not be amended after award of the Contract without the prior written approval of the Project Manager, whose approval shall not be unreasonably withheld. 9. What equipment do you own that is available for the Work? Project Name: GSA Fleet Wash Truck Upgrade Bid No.: 07-08-016 Page 90 10. What equipment will you purchase for the proposed Work? M 11. What equipment will you rent for the proposed Work? S -t o sTCfar2 LOP-Ocz -fl- CO tleJ-CD i� IT -As q- eVM P 12, State the name of your proposed project manager and superintendent and give details of his or her qualifications and experience in managing similar work. ZA,50N C- e— PttZa3'VC-i POAt0rQ1C-,O- E62F'- COZA.G RV 90S LIVAIR MC4L411/ {Ji I>t Z �lr StJr'i1Ly✓t tD�a�i J:;' 2, f aaAt t�r�Y. X13 VS bt.+'`cff C C t L,17 PP-VEr-f itJ (,t-ype l 'WQ L-4) 6v5 v,4Xf-( t..Ar!�34_ ItJ of WMUL ArV �RuHA4C�vT?t A X-10 Avv A4Sc,C,fh"-O AmO At+sJiw' (ca�•A Caea G7l*�►S 13. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (if a -� corporation, state the name of the president and secretary. If a partnership, state the names of all partners, If a trade name, state the names of the individuals who do business under the trade name). 13.1 The correct name of the Bidder is 6&.- C 14 ArzE e,7N imtc< `loN 13.2 The business is a (Sole Proprietorship) (Partnership) (Corporation). 13.3 The address of principal place of business is 5w S w j s" S% NI t AAA C 'fit- - 3Y 13T Project Name: GSA Fleet Wash Truck Upgrade Bid No.: 07.08-018 Pago 91 13.4 The names of the corporate officers, or partners, or individuals doing business - under a trade name, are as follows: C, G. ( L -A -PLA G +fA 56 - d r,v N>* -,2 % Pa -Es r o 6,o T 1>4Vit} VVHF'L4t-ice Y C --Ai r-vnveC Vlc. P12-G51057'%�{'. 93.5 List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. 13.6. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years, include in the description the disposition of each such petition. 13.7. List and describe all successful Performance or Payment Bond claims made to your surety(les) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization (s). ./I A- W 13.8 List all claims, arbitrations, mediations, civil actions, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall Include all case names; case, arbitration or hearing Identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. G .G . r,,RAie C c tj�r. ilii t�+M "f, 10- V rotg2-CSA 09 PLvMf; W i OQSI t� r—p lZCMovEO fi?.2M w2 F1*J .WP�_rY_-fcFflfAA u7pary'S — f't'NO114 - P2 aa` t7 r3iSc.J} N Project Name: GSA Fleet Wash Truck Upgrade Bid No.: _07-08-016 _ Page 92 13.9. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) were defendants. 13.10. Has the Bidder, its principals, officers or predecessor organizations) been debarred or suspended from bidding by any government during the last five (5) years? If yes, provide details. IV A 13.11. tinder what conditions does the Bidder request Change Orders? 13.12. What is the nature and amount of the three largest change orders submitted by the bidder within the past five years, and their disposition? s t" W—' 1;'Pr— I 4r—. %vr— e Project Name: GSA Fleet Wash_ `truck V/pgrrade Bid No.: 07-08-016 -- Page 93 r SUPPLEMENT TO BID FORM. CUSTOMER REFERENCE LISTING (Page 1 of 2) Contractors shall furnish the names, addresses, and telephone numbers of a minlmum of rive (5) firms or government organizations for which the Contractor has provided services for projects of similar size, scope and complexity over a five (5) year period. 1) Company Name MiAM I AA -0C ` V-4�s, r- Address ��oj NW ?2- Ave Contact Person/Contract Amount 5z)+Af2i r -'i t,Rq, Aov. Aa Telephone No. /Fax No. �5. -?� 4 2) Company Name M j4m [ A/rt� G�7v'tJ - Sit III KVV j5T Address — Contact Person/Contract Amount f�t-ie. Telephone No. /Fax No. `7$( -'fit ?-06`2- 3) Company Name M t+4 A t M-r.'C- (ouvr� S Po rZ-I- Address or --r OP rA I" I _ Contact Person/Contract Amount 1tt-+AAA PlUftf- Telephone No. /Fax No. � . � � ' q Gq 7 6 x 1 ° 170, CQ) V ° 4) Company Name I Kra' Address -nidi_ rJ"V S7. Contact Person/Contract Amount ,'s'5 r; C�WA^16 2" _� R 60, ovo ° a A Telephone No. /Fax No. X95 - 4--J'7 6 -?q3 Project Name: GSA Fleet Wash Truck Upgrade Bid Na.: _07-08-016 .._ _ Paige 94 SUPPLEMENT TO BID FORM: CUSTOMER REFERENCE LISTING (Page 2 of 2) 5) Company Name Tlf IF-jr4, aCCX Addressu Contact PersonlContract Amount MA? -v P10CxCA, �Aq-, 7+ ovo, av Telephone No. /Fax No. _ 6) c_ . Company Name ` Address Contact Person/Contract Amount -- Telephone ount_Telephone I No. /Fax No. 7) Company Name Address _ 4 Contact Person/Contract Amount_ Telephone No. IFax No. 8) Company Name Address _ Contact Person/Contract Amount Telephone No. /Fax No. Project Name: GSA Fleet Wash Truck Upgrade Bid No.: _07-08-016 _ Page 95 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 1 of 2) Please type or print clearly. This Affidavit must be completed in full, signed and notarized ONLY 1E YOU MAINTAIN AN OFFICE WITHIN THE CORPORATE LIMITS OF THE CITY OF MfAMI. -CA •C+05 ot,! AdA,NA-46-MGrrlIWC Legal blame of Firm: Entity Type: (Check One) ❑ Partnership [] Sole Proprietorship. Corporation P 7 1. 0 a a 0 `7 cP J e .J i q'1 '- Corporation Document No: Date Established Occupational License No: Date of Issuance _ _ s is -act a � . � , -� 8 �7is : ,��5t �-ted=b id�c`ie : = • •� = .:::,� �-� :=� PRESENT Street Address: City: Mr A -^A t State: F�L— PREVIOUS Street Address: a iq N e g e 02 'Ysrktxs How long at this location; City: M z At t State Ft— How long at this location: According to Section 18-85 of the City of Miami Code, as amended: The ftClty Commission may offer to a responsible and responsive local bidder, who maintains an office in the City of Miami, the opportunity of accepting a Bid at the low bid amount, if the original bid amount submitted by the local bidder does not exceed 110 percent of the lowest other responsible and responsive bidder." The intention of this section is to benefit local bona fide biddersBidders to promote economic development within the corporate limits of the City of Mlaml. I (we) certify, under penalty of perjury, that the office location. of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local bidders/Bidders by this section. Project Name: GSA Fleet Wash Truck Upgrade Page 96 Bid No.: 0ZrO -015 SUPPLEMENT TO BID. FORM: -- OFFICE LOCATION AFFIDAVIT (Page 2 of 2) Au ignature Authorized Signature Print Name Print Name 'Corpora ie Title Title Aut ' d Signaturd_ . Authorized Signature (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) NOTARIZATION STATE OF FLORIDA, COUNTY OF MIAMI-DADE That;_ �'�'"'' ``` "''" __ ___ personally appeared before me and acknowledged the foregoing instrument as his/her act and deed. Tha he has produced as identification. NOTARY PUBLIC:d�?,{)'�` " lil1J.4lRJlii YAJAIRA MEDER08 PON •State ar FIor My Comrnissian Expires: .: .,' i MrCarsn�ebn Ift* k Feb 5,'201 •4�C4f1 con�alaa„# DO rs WJ 14 ou WA c pies of Occupational License, professional and/or trade License to vajify"Id-taTsMaMts. a City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other docurnents(s) to verify the location of the find's office, Project Name: GSA feet Wash Truck Upgrade Page 97 Bid No.; 07-08-016 Local, Small, Disadvantaged and Minority/Women Business Enterprise Participation Project No.: 0��4 Titie: 65A l✓1,tC-f MvCr— wAsR vP6Mc,6 - Bidder/Contractor: C -6, C IM r�OmsTia vcl-I01' mA VA -a C-Mcyvri /rvC- As previously stated in the Contract Documents, the City encourages the participation of local, small and minority owned businesses. Based on this ongoing effort the City requires that with the submission of the Bid, first payment requisition, and at the request of City representative, the Contractor shall submit this report entitled, Failure to submit the report may delay the Issuance of payment to the Contractor, Contractor shall submit an updated report when a subcontractor has been added or changed, The following certified local, small, disadvantaged, minority or women owned firms have been awarded subcontracts for this Project. The legend is to be used in bompleting the appropriate columns.. Name of Firm (Biddar and Ce In E fl ies Certifying Value of Percentage Subcontractors) Business Designation Agency Work of total Local — Local Firm within City of Miami city limits (cheok all that apply) (Agencies) Assigned[ Work or Other - please identify SBE - Small Business Enter rise List aft Awarded confxact a Jcabfa PEpPt-='.S Pt vM6t NFA (3 SBE [Q CSBE or SBE Q�DSE ❑HBE OLocal ❑ MBE ❑ WBE ❑ None 5P„n,W1J CoA5'1- Com. Q BBE ❑ CSBE or SBE ❑ DBE ❑HBE RaeF rt'G $ ❑Local {] MBE lidWBf3 ❑None 1oTt-X tLC--inn( ❑ BBE ❑ CSBE or SBE ❑ DBE ❑HBE ❑ Local ❑ MBE eWBE ❑ None ❑ BBE ❑ CSBE or SBE ❑ DBE ❑HBE $ 0 Local ❑ MBE ❑ WBE ❑ None ❑ SSE ❑ CSBE or SBE Q DBE EJHBE []Local ❑ MBE ❑ WBE ❑ Norte 0 BBE [J CSBE or SBE ❑ DBE fJHBE I Local [] MBE QWB!~ ❑None LEGEND ntpes of Firm Ce In E fl ies BBE — Black- (Affican-Amedcanj owned Business Canter rise CM - Cit of Mlami CSBE - Communi Small Business BC - Broward Count DBE - Disadvantaged Business Enterprise FDOT - Florida Department of Transportation HBE- Hispanic Owned Business Enterprise FO - Federal Government Local — Local Firm within City of Miami city limits MD - Miami Dade County MBE - Minority Business Enterprise MDPS - Miami Dade Public Schools None -nos ecial designation Other - please identify SBE - Small Business Enter rise WBE - Woman -Owned Business Enterprlse i Project Name: GSA Fleet Wash Truck ra a Bid No.: _07-08-016 Page 98 NOTE: COPIES OF CERTIFICATIONS MUST BE ATTACHED. LOCAL FIRMS SHALL ATTACH IWHE LOCAL OFFICE AFFIDAVIT Project Name: GSA Fleet Wash.Truck Upgrade Bid No.: 07-08-016 _ Page 99 Section 6- Contract Execution Form 4h THIS Contract a9made this,& day of AID VeM in the year 2008 by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "CITY," and (name of Contractor) IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST C.G. Chase Construction Managegent, Inc. Signet Signature Print Name, 777fle ATTEST: CONTRACTOR Secretary (Affirm CONTRACTOR Seal, if available) ATTEST: Priscilla A' Thompson, City Clerk APPROVED AS TO INSURANCE REQUIREMENTS: LeeAnn Breh Breh irector Risk Management Department Project Name: GSA Fleet Wash Truck Up -grade e L- 4fr- tv cif-- c-44 se , f R.&$ /a c-,-- i-" Print Name, Title of Authorized (Ifficer or Officiai (Corporate Seal) CITY OF WAW, 4 municipal corporation of the State of Flckid� G. Hernandez, P -M., City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: Julie O. Bru, City Attorney Page 100 Bid No.: 07-08-016 0 CORPORATE RESOLUTION C.G. Chase C nst upti n Mbmt. WHEREAS, , Ync. dersires �o enfer into an contract with the City of Miami for the purpose of performing the work described in the contract to which this resolution is attached; and WHEREAS, the Board of Directors at a duly held corporate meeting has considered the matter in accordance with the By -haws of the corporation; Now, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that the 2 r e s i d e n t , (type title of officer) C l a r a n n F'.. Q b a s i , is hereby authorized (type name of officer) and instructed to enter into a contract, in the name and on behalf of this corporation, with the City of Miami upon the terms contained in the proposed contract to which this resolution is attached and to execute the corresponding ,performance bond. DATED this 1 day of ©c-7a!R&4-- 20 0 8 Corporate Secretary (Corporate Seal) Project Name: GSA fleet Wash Truck Upgrade Bid No.: 07-08-046 Page 101 Bond # 929464822 FORM OF PERFORMANCE BOND (Page 1of 2) 4� BY THIS BOND, We C.G. Chase CongI nction Ma agoent as Principal, hereinafter called Contractor, and Western Surety Comnv_,.,__ , as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of One Million One Hundred Nine Thousand Four Hued Sixty 00 10(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 Contraot, Bid/Contract No:b748.016, awarded the 1st: - day of November —,.2Q OB , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other 0arnages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; TH5 CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of _ Fleet _limpk Wash -, the Contract being made a pert of this Bond by reference, at the times and in the manner prescribed In the Contract, and 2. Pays City all losses, liquidated damages, expenses, costs and attorne)'s fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3.P'erforms the guarantee of all Work and materials furnished Under the Contract for the time specified to the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL. FORCE AND EFFECT. 4. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations hereunder, the Surety may promptly remedy the default, or shall promptly: 4.f. Complete the Project In accordance with the terms and condiflons of the Contract Documents; or r Project Name: GSA Fleet Wash Truck Uv, Grade Bit! No.: _07 -09 -ole Page 102 FORM t7F PERFORMANCE_B©NC1 (Page 2 of 2) 4,2, Obtain a bfd or bids for complating the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, If City elects, upon determination by City and Surety jointly of the lcawest responsible Bidder, arrange for a contract between such Bidder and City, and make available as Work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Cantraot Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth In the first paragraph hereof, The term "balance of the Contract Price," as used In this paragraph, shall mean the total ` amount payable by City to Contractor under the Contract`and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this 1st day of NavembQ , 2q 08 WITNESSES: Com, Chase ConsLrur- Ma agement, Inc. (Name .of Corporation) Secretary By: - (CORPORATE 6EAL.)1 tt...ti} (Print Name and Title) f` IN. THE PRESEN OF: INSURANCE/TO IaANY: to Su - ' �; Company By: Agentiand A 0Mev-in-l=ast Address: �fe South Wacker Drive ' (Street) Chicago, Illinois 60606 (City/State/Zip Code.) Telephone No,:312-630-0854__ __• Project Name: GSA -Fleet Wash Track Upgrade $id No.: 07-08-016 Pagotp3 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein afrixed hereby make, constitute and appoint 3 Spencer Miller, Marion Narkus, Robert I Schwartz, Kim Hansen, Mark P Nahin, Individually of Chicago, IL, its true and lawful Attomcy(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for acid on its behalf bonds, undertakings and other obligatory instruments of similar nature In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized.officer of the corporation and all the acts of said Attomey„pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to bo signed by its Senior Vice President and its corporate seal to he hereto affixed on this 20th day of August, 2008. WESTERN SURETY COMPANY *e0j° N V� :i �s r rNPaul' W. Brullat, Senior Vice President State of South Dakota ss County of Minnehaha On this 20th day of August, 2008, before me personally came Paul T. Bruflat, to me known, who, being by nit duly sworn, did depose and say: that he resides in die City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; dial he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Hoard of Directors of said corporntion raid that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires tyetiahS4S44a..ay44hy4.,4 ftih } i D. KRELL November 30, 2012 AC NOTARY PUBLIC sf Al i I SOUTH DAKOTA r, i +44i.,4.,hh`r4`,4i•,4H titi4M4Bb.t + D. Krell, No ary Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby CertTy that the Power of Attorney hereinabove set forth is still in force, and !further certify that the Hy -Law of tho corporation printed on the reverse hereof is still in force, In testimony whoreof I have hereunto subscribed my name and affixed the seal of the said corporation this 1,13t day of November , 9008 Ott WESTERN SURETY COMPANY �ts'�p1e L. Nelson, Assistant Secretary Form F4290-09.06 FORM PE PAYMENT BOND {Page 1 of 2) BY THIS BOND, We C.G. , Chase Construction Mana&,ement, ing.as Principal, hereinafter called Contractor, and Western Surety Company , as Surety, are bound to the Clty of Miami Florl a, a Obligee, hereinafter called City, In the amount of One Mil] on One Hared N e Tcousand Fpm Ht 1 �; ty and 00 2 Dollars ( 10_ ,, 0.QOj 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, Bld/Contract No. V-08416. awarded the 1st day of November _ , 2i) 08 , 01th City which Contract Documents are by reference incorporated herein and made a part hereof, and speclfically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that If Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees Including appellate proceedings, that City sustains because of default by Contractor under the Contract; end 2. Promptly makes payments to all claimants as defined by Florida Statute 255:05(1) for all labor, materials and supplies used directly or indirectly by Contractor In the performance of the Contract{ THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS; 2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the Work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who Is not In privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after perfonr+ance of the fabar or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notices of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be Instituted against Contractor or the Surety .unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the longer of the applicable Notice and Time Limitations provisions prescribed in Section 255.05(2), or Section 95-11, Florida Statutes. Project Narn2:S� A Fl$eWash Truck .q� Bid No. 07-08.016 Pago 104 FORM OF PAYMENT BOND (page 2 of 2) The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this 1st _ day of �. November- _ _ , 20 08 `, .ATTEST: {Secretary) ..� (Corporate Seat) IN THE PRESENCE OF: .... ............. .... -�!t Project Name: GSA l;leet Wash Thick Unarade Contractor C.G. Chase Construction Management, Inc. (Name of Corporation) Ey� .[on (Print Name and Title) 21st day of October , 202_8. By: / r '7 - " - """[— gent nd AitO W -In-Fact Page 105 QnP ,;pulb Wacker. Drive (Street) Chicago, Illinois 60606 (City/State0p Code) Telephone No.: 312-630-0854 Bid No.: -07-08«016 _ Company CERTIFICATE AS TO CaRPQR�TE PRINCIPAL I, G L --r2Arsl c -C_ C HA . -s e , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that C( -4A -ewe -F- C14,44 & , who signed the Bond(s) on behalf of the Principal, was then PtZ(-( 106- r of said corporation; that I know his/her signature; and his/her signature thereto Is genuine; and that said Bond(s) was (were) duly signed, sealed and atteste7to bealf of said co r ' n by authority of its governing body. (SEAL) Secretary (on behalf of) CA. CtWE MA"VAA9MZrr Tf iNc- Corporatron STATE OF FLORIDA ) SS COUNTY OF MIAMI-DADE ) Before( , t me, a Notary Public duly commissioned, qualified and acting personally, appeared t u I jeb (16KJ to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and Sworn to before me this 1,L day of �_ b` ef'-J_ 20 t . My commission expires: UP Notafy Ilublic, State of Florida at Large Bonded byMtf'q �^ YAIAIRA ir4EDERtfB m I f nni Not MY P104 • Std® 01 F'WMs W �gpg�0Fio 5, 201 C3igKN� afl 766678 Project Name: Fleet Wash Truck Oparade Bid No.: 07-0§-096 Page 106